0% found this document useful (0 votes)
596 views224 pages

Aptidco Agreement

The document is a notice inviting bids for the investigation, survey, design, supply, construction, installation, testing and commissioning of 13 sewage treatment plants with a total capacity of 11.5 MLD located in various municipalities in West Godavari district of Andhra Pradesh. The works are to be carried out on an EPC basis and the successful bidder will also be responsible for the operation and maintenance of the plants for 7 years including a 2 year defect liability period.

Uploaded by

myfoot1991
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)
596 views224 pages

Aptidco Agreement

The document is a notice inviting bids for the investigation, survey, design, supply, construction, installation, testing and commissioning of 13 sewage treatment plants with a total capacity of 11.5 MLD located in various municipalities in West Godavari district of Andhra Pradesh. The works are to be carried out on an EPC basis and the successful bidder will also be responsible for the operation and maintenance of the plants for 7 years including a 2 year defect liability period.

Uploaded by

myfoot1991
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

GOVERNMENT OF ANDHRA PRADESH

MUNICIPAL ADMINSITRATION & URBAN DEVELOPMENT DEPARTMENT


APTIDCO, VIJAYAWADA.

Name of Work

Investigation, Survey, Design, Supply, Construction, Installation, Testing and


Commissioning of Thirteen (13) Sewage Treatment Plants of total capacity of
11.50 MLD (Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II – 0.50MLD &
Kondruprolu Site-III – 0.20MLD at Tadepalligudem ULB, Penukulapadu –
3.00MLD & Pedagaruvu – 0.40MLD at Palakollu ULB, Madepalli – 0.10MLD,
Ponangi road – 2.60MLD & Kotturu road – 0.50MLD at Eluru ULB,
Pedathallapunta – 0.40MLD at Kovvuru ULB, Markandeyapuram – 0.60MLD at
Jangareddygudem ULB, Bala Balaji – 0.30MLD & Indiramma colony – 0.30MLD
at Tanuku ULB & Tirugudem – 0.60MLD at Nidadavolu ULB) based on any
appropriate Technology (Technology Neutral) with Post Completion Operation
& Maintenance of entire Sewage Treatment Plants for 7 (Seven) years
including 02 (Two) years Defect Liability Period under EPC system under
PMAY (HFA) (U) Scheme at West Godavari District, Andhra Pradesh.

NOTICE INVITING TENDER NO: 07/APTIDCO/CTO-II/STPs/2018-19, Dt: 15.09.2018

VOLUME – I
TENDER SCHEDULE FOR EPC-TURN KEY SYSTEM
On e-Procurement

1 of 223
GENERAL INDEX

Sl. Page
DESCRIPTION
No No‟s
01 NOTICE INVITING BIDS
BIDDING DOCUMENT
TECHNICAL BID
02 VOLUME - I
SECTION 1 INSTRUCTIONS TO BIDDERS (ITB)

SECTION 2 GENERAL CONDITIONS OF CONTRACT (GCC)


CONDITIONS OF CONTRACT FOR OPERATION &
SECTION 2A
MAINTENANCE (O&M)
SECTION 3 SPECIAL CONDITIONS OF THE CONTRACT (SCC)
SPECIAL CONDITIONS OF CONTRACT
SECTION 3A
FOR EPC PORTION OF WORK
SPECIAL CONDITIONS OF CONTRACT
SECTION 3B FOR OPERATION & MAINTENANCE
(O&M)
TECHNICAL CONDITIONS FOR
SECTION 3C
OPERATION & MAINTENANCE (O&M)
TECHNICAL SPECIFICATIONS &
SECTION 3D SCOPE OF SERVICES FOR
OPERATION & MAINTENANCE (O&M)
03 VOLUME – II: TECHNICAL SPECIFICATIONS

04 VOLUME – III: TECHNICAL BID FORMS


BID FORMATS
DATA SHEETS (1 – 14)
ANNEXURES A – M

ANNEXURE – A LIST OF KEY PERSONNEL TO BE DEPLOYED

ANNEXURE – B PROFORMAE FOR BANK GUARANTEES


CRITICAL EQUIPMENT AND MACHINERY
ANNEXURE – C
REQUIRED
ANNEXURE - D LABORATORY EQUIPMENT REQUIRED
ANNEXURE – E REPORTING REQUIREMENTS
ANNEXURE – F DRAWINGS
ANNEXURE – G SOIL INVESTIGATION REPORT
ANNEXURE – H BASIC PROJECT PARAMETERS
ANNEXURE – J PROJECT PROFILE
ANNEXURE - K CERTIFICATE FOR EXPERIENCE OF WORK

2 of 223
Sl. Page
DESCRIPTION
No No‟s
FORMAT FOR MEMORANDUM OF
UNDERSTADING (MOU) FOR TECHNOLOGY TIE-
ANNEXURE - L
UP AGREEMENT WITH QUALIFIED TECHNOLOGY
PROVIDER
ANNEXURE - M STATEMENTS
DETAILS OF VALUE OF CIVIL ENGINEERING
STATEMENT – I
WORKS EXECUTED
STATEMENT – II A DETAILS OF WORKS COMPLETED

STATEMENT – II B DETAILS OF SIMILAR WORKS COMPLETED


PHYSICAL QUANTITIES EXECUTED BY THE
STATEMENT – III
BIDDER
STATEMENT – IV DETAILS OF EXISTING COMMITMENTS
AVAILABILITY OF CRITICAL EQUIPMENT &
STATEMENT – V
MACHINERY
STATEMENT – VI AVAILABILITY OF KEY PERSONNEL

STATEMENT – VII INFORMATION ON LITIGATION HISTORY


INFORMATION RELATING TO FINANCIAL
STATEMENT – VIII
CRITERIA
STATEMENT – IX FINANCIAL DATA

05 VOLUME – IV: FINANCIAL BID (PRICE BID)


FORM OF BID (LETTER OF TENDER)
SCHEDULE A : PRICE BID
ANNEXURE – N: METHODOLOGY FOR PRICE BID
EVALUATION
ANNEXURE – P: SCHEDULE OF PAYMENTS

3 of 223
OFFICE OF THE CHIEF TECHNICAL OFFICER-II – APTIDCO, VIJAYAWADA
NOTICE INVITING BIDS
„e‟ Procurement Notice
NIT No: 07/APTIDCO/CTO-II/STPs/2018-19, Dt: 15-09-2018

I. Name of Work:
Investigation, Survey, Design, Supply, Construction, Installation, Testing and
Commissioning of Thirteen (13) Sewage Treatment Plants of total capacity of 11.50
MLD (Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II – 0.50MLD &
Kondruprolu Site-III – 0.20MLD at Tadepalligudem ULB, Penukulapadu – 3.00MLD
& Pedagaruvu – 0.40MLD at Palakollu ULB, Madepalli – 0.10MLD, Ponangi road –
2.60MLD & Kotturu road – 0.50MLD at Eluru ULB, Pedathallapunta – 0.40MLD at
Kovvuru ULB, Markandeyapuram – 0.60MLD at Jangareddygudem ULB, Bala
Balaji – 0.30MLD & Indiramma colony – 0.30MLD at Tanuku ULB & Tirugudem –
0.60MLD at Nidadavolu ULB) based on any appropriate Technology (Technology
Neutral) with Post Completion Operation & Maintenance of entire Sewage
Treatment Plants for 7 (Seven) years including 02 (Two) years Defect Liability Period
under EPC system under PMAY (HFA) (U) Scheme at West Godavari District,
Andhra Pradesh.

The Chief Technical Officer-II, APTIDCO (hereinafter called the “Employer”) under the
control of Municipal Administration & Urban Development (MA&UD) Department,
Government of Andhra Pradesh (GoAP) invites proposals from eligible bidders for the above
work under Engineering, Procurement, Construction (EPC) system.

The interested bidders may down load the Bid Documents from the e-procurement
website www.apeprocurement.gov.in from 24-09-2018 @ 4:30 PM. The field data can be
had from the office of the Chief Technical Officer-II, APTIDCO on any working day before bid
submission closing date i.e., 12-10-2018 @ 3.00 PM.

II) NIT DETAILS:

1. Department Name Andhra Pradesh Township & Infrastructure


Development Corporation.
2. Circle / Division Name Dy. Chief Technical Officer,
Rajamahendravaram Circle.
3. Bid Number 07/APTIDCO/CTO-II/STPs/2018-19,
Dt: 15-09-2018
4. Bid Subject Investigation, Survey, Design, Supply,
Construction, Installation, Testing and
Commissioning of Thirteen (13) Sewage
Treatment Plants of total capacity of 11.50
MLD (Kondruprolu Site-I – 2.00MLD,
Kondruprolu Site-II – 0.50MLD &
Kondruprolu Site-III – 0.20MLD at
Tadepalligudem ULB, Penukulapadu –
3.00MLD & Pedagaruvu – 0.40MLD at
Palakollu ULB, Madepalli – 0.10MLD,
Ponangi road – 2.60MLD & Kotturu road –
0.50MLD at Eluru ULB, Pedathallapunta –
0.40MLD at Kovvuru ULB,
Markandeyapuram – 0.60MLD at
4 of 223
Jangareddygudem ULB, Bala Balaji –
0.30MLD & Indiramma colony – 0.30MLD at
Tanuku ULB & Tirugudem – 0.60MLD at
Nidadavolu ULB) based on any appropriate
Technology (Technology Neutral) with Post
Completion Operation & Maintenance of
entire Sewage Treatment Plants for 7 (Seven)
years including 02 (Two) years Defect
Liability Period under EPC system under
PMAY (HFA) (U) Scheme at West Godavari
District, Andhra Pradesh.
5. Internal Bench Mark Value ₹

6. Period of Contract 90 months (Execution period 6 Months,


Operation & Maintenance for 84 Months)
including defect liability period.
7. Form of Contract EPC and Operation & Maintenance
8. Bid Type Open

9. Bid Category Works

10 EMD / Bid Security ₹1% of IBM value


11. EMD / Bid Security Payable to Managing Director, APTIDCO, Vijayawada.
12. Bid Fee ₹30,000/-
13. Bid Fee Payable to APTIDCO
14. Process Fee ₹ 29,500 (INR)
15. Process Fee Payable to M/s Vupadi Technologies
16. Schedule Sale Opening Date and Time 24-09-2018 @ 4:30 AM
17. Schedule Sale closing Date and Time 12-10-2018 upto 11.00 AM
18. Pre-Bid Meeting Date 28-09-2018 @ 11.00 AM
@ O/o Chief Technical Officer-II,
APTIDCO, 4th Floor, Bus Bhavan,
Vijayawada.
19. Bid submission closing Date (online) 12-10-2018 upto 03.00 PM
20. Pre-Qualification / Technical bid opening 12-10-2018 @ 04.00 PM
date (Qualification and Eligibility stage)
21. Price Bid Opening Date (Financial Bid 15-10-2018 @ 4:00 PM
Stage)
22. Place of Price Bid Opening O/o Chief Technical Officer-II, APTIDCO, 4th
Floor, Bus Bhavan, Vijayawada.
23. Officer Inviting Bids/ Contact Person Dy. CTO, Rajamahendravaram
24. Address / E-mail ID [email protected]

25. Contact Details/ Telephone, Fax 9701249966

5 of 223
26. Period of Completion 6(six) months for EPC Component of Works
for Design, Supply, Construction,
Installation, Testing and Commissioning of
STPs, submission of Completion drawings (as
built drawings), Preparation of Operation &
Maintenance (O&M) Manuals, Training the
ULB personnel and 7(Seven) years for
Operation & Maintenance (O&M)
Component of Works including 02 (two)
years of Defects Liability Period after
completion of EPC Component of Works.

27. Eligibility Criteria and Qualification Criteria:

A. General (Eligibility) Requirements

Civil Contractors/ Contracting firms having registration with Government of Andhra


Pradesh/ Central Government/ Other State Governments in appropriate class are eligible..

Joint Venture: Not allowed


1.1.1 The bidder should furnish 1% EMD in online payment at the time of submitting
bids in favor of A.P. Township & Infrastructure Development Corporation
Limited (Account details – Account Name: A.P. Township & Infrastructure
Development Corporation Limited (EMD from Contractors). Name of the
bank: ICICI, Branch: Eluru Road, Gunadala, Vijayawada, A/c No.
424601000083, IFSC Code: ICIC0004246). The bidder can also pay the
EMD in the shape of irrecoverable Bank Guarantee in favour of Managing
Director, A.P. Township & Infrastructure Development Corporation
Limited from any Nationalized / Scheduled Banks and the Bank
Guarantee should be valid for 90 days from the date fixed for opening of
the bids i.e. Bid validity period as per proforma enclosed.
In case of Technology supplier/ provider:

a) As the bidding will be based on any appropriate technology to generate


output parameter of CPCB norms (technology neutral), or standards
specified @ 1.1.2 @ Pg no.8 to ensure transparent, fair and just bid
evaluation for different kinds of technology, if the sole bidder is not a
technology supplier /provider, sole bidder must form memorandum of
understanding (MoU) with the technology supplier / provider for
design/performance guarantee along with the performance credentials of the
offered process, its design philosophy and process with calculations,
drawing, layout, hydraulic flow diagram, process flow diagram, P&I diagram,
O&M manuals, control philosophy etc.

The technology supplier / provider must have a registered office in India


having experience in completion and successful operation and maintenance
of three years total capacity of 11.50 MLD and above as per CPCB norms
during last ten (10) years as on 31-03-2018. The service provider shall be
fully equipped with trained man-power to extend services as and when
required. Documentary evidence on the above shall be submitted along with
the offer. The technical bid shall be evaluated based on the facts and
circumstances supported by the documentary evidence / certificates from
the client not below the rank of Executive Engineer or equivalent, duly
countersigned by an officer not below the rank of Superintending Engineer.
The Department reserves the right to cross-verify the documents. The bids
will be disqualified in case of any ambiguity

6 of 223
b) The technology provider can participate in the tender as a 'Sole Bidder', if
condition 1.0 satisfies. The technology provider can enter into a
'Memorandum of Understanding (MoU) with multiple bidders.

c) Memorandum of Understanding (MoU) with the technology supplier


/provider shall be submitted on Rs. 100/- non judicial stamp paper duly
notarized and signed by the respective authorized representatives clearly
stating the terms & conditions of the MoU. Such MOU should be valid till
the project completion period (i.e. completion of O&M period) and it shall not
be amended or modified without prior consent from the client during the
period of performance of contract; the client shall not allow such change.
Also, the MoU between the technology supplier/provider/contractor shall be
made part of the bid and contract. Both the contractor and technology
supplier / provider shall be jointly and severally responsible for the
performance of the plant. The process design & drawings shall be vetted
by IITs/NITs and signed by the technology supplier / provider also.

d) Deleted

e) In case a technology provider is not required for the proposed technology,


the bidder shall fulfilll the conditions mentioned in clause 1.2(c) above, in
support of the track record of providing the technology on their own, and
also submit CVs/ Credentials from client‟s equivalent to the proposed STP
works, capacity.

f) Experience for minimum quantities mentioned above relating to the works


executed in the central / any state govt./UT/PSUs/ municipalities shall be
considered only if certified by an officer not below the rank of Executive
Engineer and countersigned by an officer not below the rank of
Superintending Engineer.

The bids are limited to those individuals, firms, companies, who meet the following
qualification and the eligibility requirements:

The bidder shall furnish the GST Registration Certificate and GST Clearance
Certificate at the time of bidding.
The bidder shall furnish the Income Tax Pan and submission of latest Income Tax
return along with proof of receipt.

Only those Bidders / firms who have not applied for / availed Corporate Debt
Restructuring (CDR) nor have been subjected to Strategic Debt Restructuring (SDR) during
the last five (5) financial years are eligible to participate in the Bid certificate of Chartered
Accountant to be furnished.

The Bidders are liable to be disqualified / debarred / suspended / black listed if they
have Furnished false / fabricated particulars in the Forms, Data Sheets, Statements and
Annexure submitted in proof of the qualification requirements and/or not turned up for
entering into contract, when called upon, and

Even while execution of the work, if found that the work was awarded to the
Contractor based on false / fake certificates of experience, the Contractor will be
blacklisted and action will be taken as per Clauses 55 and 56 of General Conditions of
Contract of Volume-I.

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

a. Abnormally high or within the reasonable limits but under collusion or due
to unethical practices adopted at the time of Bidding process, such bids
shall be rejected.

7 of 223
b. The Bidder of the Bid, which the Bid Accepting Authority considers
excessive and/or indicative of insufficient knowledge of current prices or
definite attempt of profiteering, will render itself liable to be debarred
permanently from Bidding or for such period as the Bid Accepting Authority
may decide. The Bidder‟s quoted price should be based on the controlled
prices for the materials, if any, fixed by the Government or the reasonable
prices permissible for the Bidder to charge a private purchaser under the
provisions of clause-6 of the Hoarding and Profiteering Prevention
Ordinance of 1943 as amended from time to time and on similar principle
in regard to labor supervision on the construction.

B. Technical Requirements

EXPERIENCE IN DESIGN, CONSTRUCTION, INSTALLATION, TESTING AND


COMMISSIONING:

The bidder must have executed and completed the Sewage Treatment Plants (STP) with
proven technology (except waste stabilization ponds technology) meeting the then effluent
discharge standards along with performance reports for one (1) year issued by the client
for a total capacity of 11.50 MLD in any one financial year during the last ten Financial
Years ending with 31-03-2018. .
The bidder may propose any technology to treat the sewage generated in the PMAY (U)
housing layouts of Urban Local Body (ULB). The proposed technology should meet up to
the effluent standards as mentioned under:
i) pH 6.5 - 8.5,
ii) BOD < 10mg/lit
iii) COD < 50mg/lit
iv) TSS < 10mg/lit
v) TN < 10mg/lit
vi) TP < 2mg/lit
vii) NH4N < 5mg/lit
viii) FC < 100 MPN / 100 ml
ix) DO > 4 mg/lit
The bidder has to set-up the proposed plants constituting the STPs pertaining
to the process units and other essential units as mentioned in below, within an
available area for Thirteen (13) Sewage Treatment Plants of total capacity of 11.50
MLD (Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II – 0.50MLD &
Kondruprolu Site-III – 0.20MLD at Tadepalligudem ULB, Penukulapadu –
3.00MLD & Pedagaruvu – 0.40MLD at Palakollu ULB, Madepalli – 0.10MLD,
Ponangi road – 2.60MLD & Kotturu road – 0.50MLD at Eluru ULB,
Pedathallapunta – 0.40MLD at Kovvuru ULB, Markandeyapuram – 0.60MLD at
Jangareddygudem ULB, Bala Balaji – 0.30MLD & Indiramma colony – 0.30MLD at
Tanuku ULB & Tirugudem – 0.60MLD at Nidadavolu ULB).

C. Financial Requirements

The bidder must have satisfactorily completed similar nature of works i.e. Sewage
Treatment Plants (STPs) and allied works of value not less than Rs. 3573.34 Lakhs
in any one financial year during the last ten financial years ending with 31-03-2018. The
value will be updated by giving 10% simple weightage per year to bring them to 2017-18
price level.

The bidder should produce liquid asset / credit facilities /Solvency certificate from any
Indian Nationalized / Scheduled Banks of value not less than Rs. 1786.70 Lakhs.

8 of 223
The Assessed available Bid capacity as per formula (2AN-B) should be greater than
internal Bench mark value assessed by the Department.
Where,
A= Maximum Value of Civil Engineering works including STPs executed in
any one financial year during the last ten financial years (updated
2017-18 price level) taking into account the completed as well as
works in progress.
N= Number of years prescribed for completion of the works for which
tenders are invited.
B= Value of existing commitments and ongoing works to be completed
during the period of completion of the project for which tenders are
invited.

The bidder should furnish the availability (either owned or leased) of following
minimum key and critical equipment required for the work.
a. Cranes - 13 No.
b. JCB/ Proclain - 13 No.
c. Pin Vibrators - 26 Nos.
d. Pan Vibrators - 26 Nos.
e. Water Tanker of 4000 liters capacity - 13 Nos.
f. Tractor/ Tippers - 13 Nos.
g. Weigh batching plant 30 cum/hr - 07 Nos.

The bidder should furnish the availability of following key personnel.


a) Graduate Engineers with Master‟s Degree (Environmental Engg.) – 3 Nos.
b) Graduate Engineers (Civil) –13 Nos.
c) Graduate Engineers (Elec. / Mech.) – 7 Nos.
d) Diploma Engineers (Civil) –13 Nos.
e) Diploma Engineers (Elec. / Mech.) –13 Nos.

1.6 The bidders shall furnish the particulars of quality control testing Lab owned, or tie
up with established quality control laboratories.
28. General Terms & Conditions:

1. The details and certificates are to be furnished as per the proformae available in the
Bid documents. Technical evaluation will be done only based on the documents
uploaded on the e-procurement platform as per G.O.M.S.No.94, I&CAD Dt:01-07-
2003 and relevant G.O.s and instructions issued subsequently from time to time by
the Government. Clarification will be obtained in respect of uploaded documents only
during evaluation process.

2. The bidder should have the key and critical equipment (either owned or leased as
mentioned in the Bid document).

3. The bidder is liable for disqualification, black listing and forfeiture of EMD, if it is
found that the bidder have misled or furnished false information in the forms /
statements / certificates submitted in proof of eligibility and qualification
requirements.

4. Even while execution of the work, if it is found that the contractor had produced false
/ fake certificates of experience, he will be liable for black listing and the contract will
be liable for termination, and liable for forfeiture of EMD and all the ants due to him.

5. Bidders shall submit a declaration without any reservation whatsoever that the
submitted eligibility and qualification details, technical and financial bid are without
any deviations and are strictly in conformity with the bid documents issued by the
employer.
6. Declaration should be given by the bidder for correctness of the credentials submitted
by him.

9 of 223
7. The employer reserves the right to either accept or reject any or all the bids at any
stage without assigning any reasons there for. The Bidder(s) shall not have any right
to question the decision taken by the client in this regard.

8. Government reserves the right to alter any conditions at any time. In the process, if
the works are stalled due to legal intervention or due to natural calamities,
Government reserves the right not to pay any compensation. The Bidder(s) shall not
have any right to question the decision taken by the client in this regard.

9. The bidder(s) shall submit a written power of attorney authorizing the signatory of the
bid to commit for the bidder.

10. The client reserves the right to cancel the bidding process at any time without
assigning any reasons therefore. It also reserves the right to alter the bid conditions
duly notifying online any Addendum / Amendment / Corrigendum before the last date
for submission of bids. To give prospective Bidders reasonable time to take such
notification into account in preparing their bids, the Bid Inviting Authority may extend
the last date for submission of Bids, if necessary.
11. Uploaded scanned documents authenticated by the representative of Bidder to whom
Power of Attorney is given only shall be considered for evaluation.

12. Annual Turnover of the last five years issued by certified CA/Annual report to be
furnished with clear indication about the Annual Turn Over of the civil works.
13. Any other condition regarding receipt of bids in conventional method appearing in the
bid documents may please be treated as not applicable.
14. The e-procurement application is PKI enabled and supports the digital certificates
issued by APTS for signing the bids while submission by contractor. The contractor
has to procure digital certificates issued by APTS Ltd., as per the procedure. Digitally
signed bids are to be submitted electronically through e-procurement, without which
the bid will not be considered.

15. The bidders should invariably upload online all the scanned documents for both
technical bid and price bid inclusive of EMD and transaction fee, failing which the
bids will not be considered for evaluation.

16. Failure by any bidder to submit the bids before the prescribed date shall entail
rejection of its Bid.
17. Goods and Services Tax will be operated as per the Government Circular /
Orders issued from time to time.

30. Special Conditions:

The Scope of work shown above is only indicative and detailed scope, basic parameters
and project profile have been described in the bid document in appropriate chapters.

1.1.1 After award of LOA and entering into Contract, if it is observed that the successful
bidder submits design calculations which are not in line with the restrictions on
usage of land area for construction of thirteen (13) STPs 9,775Sqm (Kondruprolu
Site-I – 2.00MLD – 1700Sqm, Kondruprolu Site-II – 0.50MLD – 425Sqm &
Kondruprolu Site-III – 0.20MLD – 170Sqm at Tadepalligudem ULB, Penukulapadu
– 3.00MLD – 2550Sqm & Pedagaruvu – 0.40MLD – 340Sqm at Palakollu ULB,
Madepalli – 0.10MLD – 85Sqm, Ponangi road – 2.60MLD – 2210Sqm & Kotturu
road – 0.50MLD – 425Sqm at Eluru ULB, Pedathallapunta – 0.40MLD – 340Sqm
at Kovvuru ULB, Markandeyapuram – 0.60MLD – 510Sqm at Jangareddygudem
ULB, Bala Balaji – 0.30MLD – 255Sqm & Indiramma colony – 0.30MLD – 255Sqm
at Tanuku ULB & Tirugudem – 0.60MLD – 510Sqm at Nidadavolu ULB)

i) the Contract will be terminated and all the deposits shall be forfeited, and,

10 of 223
ii) the bidder will be blacklisted and will be barred for participation in the
tenders of A.P. Government for a period of 05 (five) years.

The bidder shall make available all records of consumption of the chemicals Chlorine and
Polyelectrolyte for operation of thirteen (13) Sewage Treatment Plants with a total capacity
of 11.50MLD (Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II – 0.50MLD &
Kondruprolu Site-III – 0.20MLD at Tadepalligudem ULB, Penukulapadu – 3.00MLD &
Pedagaruvu – 0.40MLD at Palakollu ULB, Madepalli – 0.10MLD, Ponangi road – 2.60MLD
& Kotturu road – 0.50MLD at Eluru ULB, Pedathallapunta – 0.40MLD at Kovvuru ULB,
Markandeyapuram – 0.6MLD at Jangareddygudem ULB, Bala Balaji – 0.30MLD &
Indiramma colony – 0.30MLD at Tanuku ULB & Tirugudem – 0.60MLD at Nidadavolu
ULB) and make necessary modifications in the consumption as directed by the
departmental officers.

The technology provided shall be fully automated so as to maintain the STP with less man
power, efficiently with low energy consumption.
All structural steel members which are related to sewage process shall be minimum of SS-
304 and all the civil structures shall be minimum of VRCC M30 as per approved design
and drawing, with steel reinforcement of Fe-500 grade as per IS 1786:2008.
Manpower Details: The Contractor shall provide experienced managerial, technical,
supervisory, laboratory, administrative, and non-technical personnel and labour necessary
to operate and maintain the treatment Plants and works properly, safely and efficiently
on 24 hour basis for the full term of the O&M period of 7 (seven) years as indicated in the
Table under ITB Clause 1d, Salient components of the Scheme: Technical Parameters to
be complied by the bidder. While doing so, due consideration shall be given to the labour
laws in force.
2. However, the charges towards consumption of energy shall be borne by the
contractor during O&M period of 7 (seven) years.

In case the plant is not stabilized within 03 (three) months period and fails to meet the
effluent discharge standards, the period will be automatically extended and the
contractor shall continue to run the STPs until the plants meets the effluent discharge
standards, duly deploying the requisite manpower and providing the consumables at
his cost. In addition, he shall be liable to levy of the penalties as stipulated for the
O&M period until the effluent discharge standards are met. The contractor shall
ensure compliance with the prescribed effluent discharge standards and obtain
“Consent for Operation” from the APPCB. The O & M paid of 7 years will start after
stabilization of STP.
3. The dates stipulated in the NIT are firm and under no circumstances they will be
relaxed unless officially extended.
4. The bidders shall submit their tenders online only. For any sort of difficulties or
problems in the internet or web site in submission of tenders, the department is not
responsible.
5. Other conditions are as per the bid document which will be available on e-
procurement market place from 24.09.2018 @ 4:30 PM onwards.
7. Tenders with an excess of more than 5 % over the Internal Bench Mark value arrived
at by the department shall be summarily rejected.
8. In respect of bids beyond 25 % less than the Internal Bench Mark value arrived at by
the Department, an unconditional, irrevocable Bank Guarantee (or) Demand Draft for
the difference between the tendered amount and 75% of Internal Bench Mark value
shall be furnished at the time of agreement as Additional Security Deposit.
9. The successful bidder should however pay the EMD calculated at 2.5% of Bid amount
at the time of signing the contract in the shape of unconditional and irrecoverable
Bank Guarantee in the standard format enclosed to the Bid schedule for a total period
not less than the stipulated period of completion of the O&M Component of the works.
10.Tenders shall be valid for a period of 90 days. Before expiry of validity, the Bid Inviting
Authority may seek extension of bid validity from the successful bidder and in case
the validity is not extended, his bid will not be considered and the EMD will be
returned.

11 of 223
11. Retention Amount
The department shall retain from each payment due to the contractor @ 7.5% of bill
amount (retention amount) until completion of the whole of the Works i.e. from each bill
pertaining to the EPC component and the Operation & Maintenance (O&M) component of
the Works.
For the EPC component of the Works: On completion of the EPC component of the Works,
2.5% out of the 7.5% retention amount from bills corresponding to the EPC component
will be returned to the Contractor, and another 2.5% out of the 7.5% retention amount
will be returned when the Defects Liability Period is completed and on production of the
certificate from the Employer stating that all the defects notified by the Employer to the
Contractor before the end of this period have been corrected satisfactorily.
11.2.1 The remaining 2.5% retention amount out of the 7.5% for the EPC component
may be released against unconditional B.G. in multiples of Rs. 25 Lakhs (in respect of
contracts Rs. 100 Crores and below) / Rs. 50 Lakhs (in respect of contracts above Rs.
100 Crores), if the rate of progress is maintained. The unconditional and irrevocable
B.G shall be valid till the end of the O&M period.
11.3 On completion of the Operation & Maintenance (O&M) component of the Works
after 7th O&M year and after producing the “Taking over Certificate” as stipulated in
Volume – I, Section 3B, Clause 2.2 of Special Conditions of Contract for Operation &
Maintenance from the Employer:

i) For Operation & Maintenance (O&M) component of the Works: 7.5% retention
amount from bills corresponding to O&M component is paid to the Contractor;
and,

ii) Either the 2.5% out of the 7.5% retention amount pertaining to the EPC
component of the works is paid, or the B.G. corresponding to the remaining 2.5%
out of the 7.5% retention amount is returned; and,

iii) The deposit of 2.5% of the contract amount is paid.

12. All necessary permissions / clearances / approvals are to be processed and


obtained by the firm only and the agency has to pay the amount required. This
Department will initiate the proposals in respect of the above and reimburse
the amount paid by the agency.
13. In case of discrepancy between the price quoted online and in supporting documents
uploaded, then the price quoted in the template provided online only would be the
considered for evaluation.
14. The EMD will be refunded to the unsuccessful bidders either after the finalization of
the Bids or on expiry of validity of period of the Bids, whichever is earlier.
15. The Experience and Financial Eligibility certificate should be certified by the
concerned Executive Engineer or equivalent and Countersigned by the
Superintending Engineer or equivalent and copies may be uploaded duly attested by
a Gazetted officer.
16. Labour welfare cess at 1% will be recovered from the successful bidder from all the
bills during execution.

III) Procedure for Submission of Bids:-

a) Intending bidders can contact the office of the client for any clarifications and
information on any working day during working hours.
b) The bidder would be required to register on the e-procurement market place
www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in and submit
their bids online. The department will not accept any bid submitted in the paper
form. Bidders are requested to submit the bid in two stages:
Stage – I : Eligibility and Technical Bid Stage.
Stage – II : Financial Bid Stage.

12 of 223
c) The first stage will cover the qualifications and eligibility criteria and the technical
bid. The bidder shall upload documents in support of the above. The bidder shall
submit price bid online under second stage which may include proposals for
financing to cover part of the Scope of Work as per bid documents before the bid
submission closing date.
d) The detailed procedure for bid submission is described in the bid documents
e) Bidders shall submit a declaration without any reservation whatsoever that the
submitted eligibility and qualification details, Techno-Commercial bid and financial
bid are without any deviations and are strictly in conformity with the bid documents
issued by the client.
f) Declaration should be given by the bidder for the correctness of the credentials
submitted by him.
g) The Bidders shall sign on the documents (such as EMD, transaction fee payable at
M/s Vupadi Technologies) uploaded by him, owning responsibility for their
correctness/authenticity. The documents without signature of the bidder will be
considered as invalid documents and the same will not be considered in evaluation
of the bids.
h) For registration and online bid submission bidders may contact:
HELPDESK of M/s. Vupadi Technologies., on https://tender.apeprocurement.gov.in
i) Submission of Hard copies:

The following orders are applicable as per G.O. Ms. No. 174, I & CAD (PW Reforms)
Dept., Dt : 01-09-2008.

1) Submission of original hard copies of the uploaded scanned copies of documents


towards EMD by participating bidders to the Bid Inviting Authority before opening
of the price bid is dispensed forthwith.
2) All the bidders shall invariably upload the scanned copies of documents in the e-
procurement system and this will be the primary requirement to consider the bid
as responsive.
3) The department will carry out the technical bid evaluation solely based on the
uploaded certificates / documents, BG towards EMD in the e-procurement system
and open the price bids of the responsive bidders after approval from the
competent authority as per rules in force.
4) The Department will notify the successful bidder for submission of original hard
copies of all uploaded documents, BG towards EMD prior to entering into
agreement.
5) The successful bidder shall invariably furnish the original BG certificates /
documents of the uploaded scanned copies to the Bid Inviting Authority before
entering into agreement either personally or through courier or post and the
receipt of the same within the stipulated date shall be the responsibility of the
successful bidder. The department will not take any responsibility for any delay in
receipt/non-receipt of original BG towards EMD, certificates / Documents from the
successful bidder before the stipulated time. On receipt of the documents, the
Department will ensure the genuinity of the BG towards EMD and all other
certificates/documents uploaded by the bidder in e-procurement system in support
of the qualification criteria before concluding the agreement.
6) If the successful bidder fails to submit the original hard copies of the uploaded
certificates / Documents, BG towards EMD within the stipulated time or if any
variation is noticed between the uploaded documents and the hard copies
submitted by the bidder, the successful bidder will be suspended from
participating in the Bid on e-procurement platform for a period of 3 (three) years.
The e-procurement system would de-active the user ID of such defaulting
successful bidder based on the trigger/recommendation by the Bid Inviting
Authority in the system. Besides this, the department shall invoke all processes of
law including criminal prosecution of such defaulting bidder as an act of extreme
deterrence to avoid delay in the Bid process for execution of all development

13 of 223
schemes taken up by the Government. The information to this effect will be
displayed in the e-procurement platform website.

j) Deactivation of Bidders:

The bidder (L1) found defaulting in submission of hard copies of original BG for
EMD /Transaction fee to the Bid Inviting Authority on or before the Bid stipulated
time before concluding the agreement will be suspended / disqualified from
participating in Bids on eProcurement platform for a period of 12 months from the
date of bid submission as per G.O Ms No 245 I&CAD Dept. dated 30-12-2005 and
GO Ms No 155 I&CAD Dept. dated 23-08-2006 besides forfeiture of EMD. Other
conditions as per Bid document are applicable.

k) Payment of Transaction Fee and EMD:

It is mandatory for all the participating bidders to pay electronically the Transaction
fee to M/s Vupadi Technologies through "Payment Gateway Service on E-
Procurement platform". The Electronic Payment Gateway accepts all Master and
Visa cards issued by any bank and Direct Debit facility / Net Banking of ICICI Bank,
and HDFC Bank to facilitate the transaction. This is in compliance with G.O. Ms No.
13 IT & C Dept, dated 5-7-2006. GST+ Bank Charges for Credit Card Transaction of
1.85% on the transaction amount payable to M/s Vupadi Technologies shall be
applicable.

1. BID DOCUMENT:

The bidder is requested to download the Bid document and read all the terms and
conditions mentioned in the Bid Document and seek required clarification from the Bid
Inviting Authority. Any offline bid submission clause in the Bid document shall not be
considered.

The bidder has to keep track of any changes by viewing the addendum / corrigendum
issued by the Bid Inviting Authority on time-to-time basis on the e-Procurement platform.
The Department shall not be responsible for any claims/problems arising out of this.

2. BID SUBMISSION ACKNOWLEDGEMENT:

The user should complete all the processes and steps required for bid submission. The
successful bid submission can be ascertained once acknowledgement is given by the system
through bid submission number after completing all the process and steps. GoAP and M/s
Vupadi Technologies shall not be held responsible for incomplete bid submission by the
users and the consequences thereof. Users may also note that the incomplete bids will not
be saved by the system and are not available for the Bid Inviting Authority for processing.

3. SCOPE OF THE WORK:


The Scope of the Work includes:
Scope of Work

The works to be carried out under this contract is a part of PMAY-HFA(U) for West Godavari
District. The work consists of “Design, Supply, Construction, Installation, Testing and
Commissioning of thirteen (13) Sewage Treatment Plants with a total capacity of 11.50MLD
(Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II – 0.50MLD & Kondruprolu Site-III –
0.20MLD at Tadepalligudem ULB, Penukulapadu – 3.00MLD & Pedagaruvu – 0.40MLD at
Palakollu ULB, Madepalli – 0.10MLD, Ponangi road – 2.60MLD & Kotturu road – 0.50MLD
at Eluru ULB, Pedathallapunta – 0.40MLD at Kovvuru ULB, Markandeyapuram – 0.6MLD
at Jangareddygudem ULB, Bala Balaji – 0.30MLD & Indiramma colony – 0.30MLD at
Tanuku ULB & Tirugudem – 0.60MLD at Nidadavolu ULB) based on any appropriate
Technology (Technology Neutral) with Terminal Pumping Station and Inlet Works, MCC
panel room, DG set and all contingent Civil, Electrical, Mechanical and Instrumentation

14 of 223
works and Post Completion Operation & Maintenance of entire Sewage Treatment Plants for
7 (Seven) years including 02 (Two) years Defect Liability Period under EPC system under
PMAY (HFA) (U) at West Godavari District, Andhra Pradesh.”

The scope of STP(s) includes but is not limited to detailed design including hydraulic,
process, equipment design, and preparation of detailed layout working drawings for process
layout plan, general arrangement drawings, civil, electrical, mechanical, instrumentation
and structural drawings, electrical, mechanical, instrumentation system, data sheets of
equipment‟s and cable schedules and detailed structural steel fabrication drawings,
preparation of design report manufacture and testing at places of manufacture, painting,
packing, transport, delivery, supply, storage, erection, building-in, setting work,
commissioning, testing, painting, lining and finishing after erection of all plants required for
the Sewage Treatment Work, including pipelines, pumps, pumping installations, machinery
apparatus, flow meters at various installations, on line monitoring equipment‟s for
monitoring process parameters, pipe work, lifting, handling and ventilation equipment,
electrical equipment instrumentation, control, lighting systems, earthing and lighting
protection system, materials, articles, fittings and accessories, ancillaries, electrical
switchyard, ancillary works, enabling works of all kind and nature required for installations
of the highest possible operative standards and for compliance with the standards
prescribed in the specification and with the particulars and guarantees furnished by the
contractor in the (hereinafter referred to as “the Works”), followed by operation and
maintenance of the plant and constructed facilities (hereinafter referred to as “Operation
and Maintenance”) following successful completion and commissioning. It broadly
comprises the following works:

The scope of the project is to provide STPs in Sewage System in West Godavari
District with Construction of thirteen (13) Sewage Treatment Plants with a total
capacity of 11.50MLD (Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II –
0.50MLD & Kondruprolu Site-III – 0.20MLD at Tadepalligudem ULB, Penukulapadu
– 3.00MLD & Pedagaruvu – 0.40MLD at Palakollu ULB, Madepalli – 0.10MLD,
Ponangi road – 2.60MLD & Kotturu road – 0.50MLD at Eluru ULB, Pedathallapunta
– 0.40MLD at Kovvuru ULB, Markandeyapuram – 0.6MLD at Jangareddygudem
ULB, Bala Balaji – 0.30MLD & Indiramma colony – 0.30MLD at Tanuku ULB &
Tirugudem – 0.60MLD at Nidadavolu ULB) along with appropriate technology
(Technology Neutral) which includes Investigation, Digital leveling / Electronic Total
Station (ETS) Survey, Process Design, Preparation of Hydraulic and Structural
designs & drawings, Preparation of Detailed Estimates & BoQs and Supply,
Construction, Installation, Testing and Commissioning of Sewage Treatment Plants
with Terminal Pumping Station, MCC Panel Room and all contingent Civil,
Electrical, Mechanical and Instrumentation works and Operation & Maintenance of
entire Sewage Treatment Plants for 7 (seven) years including 02 (two) years Defect
Liability Period in West Godavari District will be commenced after successful
commissioning.

The bidding for the Sewage Treatment Plants which is to be constructed in this
contract would be based on any appropriate Technology (Technology Neutral). All the
works from the influent of STPs up-to effluent and safe disposal of the treated
effluent, including sludge treatment shall be in the scope of the contractor.

The scope of STPs includes but is not limited to detailed design including hydraulic,
process, equipment design and preparation of detailed layout working drawings for
process layout plan, general arrangement drawings, flow diagrams and structural
drawings for civil, electrical, mechanical, instrumentation systems, data sheets of
equipment‟s and cable schedules and detailed structural steel fabrication drawings,
preparation of design report manufacture and testing at places of manufacture,
painting, packing, transport, delivery, supply, storage, erection, building-in, setting
work, commissioning, testing, painting, lining and finishing after erection of all plant
required for the Sewage Treatment Work, including pipelines, pumps, pumping
installations, machinery apparatus, flow meters at various installations, on line
monitoring equipment‟s for monitoring process parameters, Pipe work, lifting,
handling and ventilation equipment, electrical equipment instrumentation, control,
15 of 223
lighting systems, earthing and lighting protection system, articles, fittings and
accessories, electrical switchyard, ancillary works, enabling works of all kind and
nature required for installations of the highest possible operative standards and for
compliance with the standards prescribed in the specification and with the
particulars and guarantees furnished by the contractor, followed by operation and
maintenance of the plant following successful completion, commissioning and
issuance of the Taking-Over Certificate for the Works. It broadly comprises the
following works:

EPC COMPONENT OF THE WORK


All preparatory work, including required topographical survey, clearing out trees,
shrubs, debris, leveling and dressing of the site, excavation in wet saturated soil and
disposal of surplus excavated earth within the site to the extent possible and proper
disposal of the extra surplus excavated earth to a suitable location as decided by the
Department.
Carrying out of necessary Digital leveling/ Electronic Total Station (ETS) surveys
and soil investigations as are deemed necessary by the Contractor for the purpose of
preparation of designs, drawings and estimates. If the soil bearing capacity is less,
then the contractor shall do ground improvements work as necessary under
intimation to the department which shall be subsequently approved by the
department as mutually agreed.
Process and Hydraulic Design
Preparation of GA Drawings, Site Layout, Unit Process/Equipment/Facility/Building
layouts, Hydraulic Profile, Process Flow Diagram, Piping and Instrumentation
Diagram (P&ID).
Detailed Sizing, Design and Engineering of all treatment units, buildings, structures,
and equipment (including all civil, mechanical, electrical, architectural,
instrumentation, control, automation with sensors for determining quantitative and
qualitative parameters of influent and effluent).
The GAD (General arrangement drawing) should include all the units for the design
requirement of capacity as mentioned in Bid documents. The placement/ layout of
units should be clearly shown in the available land area.
Design and Construction of all Civil Structures and Building Works
deleted
deleted
Design and Construction of Inlet diversion structure
Design and Construction of Inlet works such as receiving chambers, trash screens,
mechanical coarse screens, grit chamber, wet well cum sewage pumping station
etc.
Design, Construction and Commissioning of Bypass Lines, if necessary.
Submission of Detailed Engineering Designs, Drawings, Process & hydraulic
Calculations, Mass Balance Calculations, and Data Sheets as per bid requirements.
Procurement, Supply and Installation, Erection of DG set of suitable capacity to
cater full design load of STP and pumping station and yard lighting.
deleted
Supply, Delivery and installation of non-clog sewage pump sets of suitable capacity
with transformer and panel board etc.
Execution of all Civil, Mechanical, Electrical, Instrumentation for determining
quantitative and qualitative parameters of influent and effluent at Site including
Construction, Erection & Testing.
Construction of Internal Plant Roads, Curbs, Pavements, Parking Spaces,
Compound Wall, plant water supply and sewage disposal and Storm Water Drains.
Construction of compound wall all around the plot boundary and fixing of
compound gates as the requirement and as per the approval of Employer or
Employer‟s Representative and construction of bypass channel for excess sewage
from inlet chamber to the ultimate disposal point of treated effluent or excess
sewage.
Bidder shall made suitable arrangements for disposal of treated sludge as well as
treated effluent as per norms and as directed by the Engineer-in-Charge of the work.
Plantation and Landscaping work and developing green belt around the premises.

16 of 223
Receiving Raw Inlet Sewage at site if necessary with lift and discharge of Plant
Effluent to nearby water body as specified in Employer‟s requirements.
deleted
Construction and equipping of analytical laboratory for routine testing of raw and
treated sewage quality on a day to day basis and control of process parameters;
Instituting Quality Assurance and Quality Control procedures during construction
and O&M period.
deleted
Design, construction, installation, testing, commissioning and trial run,
stabilization, demonstration of performance of all equipment, systems, components,
and/or services that might be necessary for a complete, fully functional facility in
compliance with all requirements of these bid documents.
deleted

In case the plants are not stabilized within period and fails to meet the
effluent discharge standards, the testing period will be automatically
extended and the contractor shall continue to run the STPs until the plants
meets the effluent discharge standards, duly deploying the requisite
manpower and providing the consumables at his cost. In addition, he shall be
liable to levy of the penalties as stipulated for the O&M period until the
effluent discharge standards are met. The contractor shall ensure
compliance with the prescribed effluent discharge standards and obtain
“Consent for Operation” from the CPCB & APPCB. The O & M paid of 7 years will
start after stabilization of STP.

Submission of Commissioning Procedure


Submission of Operation and Maintenance Manuals
Submission of requisite design/ drawings to statutory bodies and will facilitate the
clearances and be responsible for getting permission for the work from statutory
bodies and APDISCOM - Power Distribution Co. of A.P. Ltd.
The contractor shall obtain all the necessary clearances during execution, and
towards the commencement of operations from the concerned Statutory Authorities
duly liasoning with the same. However, all such prescribed fees shall be initially
paid by the Contractor and will be reimbursed by the Employer.

OPERATION & MAINTENANCE (O&M) COMPONENT OF THE WORK


After the successful completion of the STP including pumping station and inlet
works, the contractor shall operate and maintain the system for 7 (seven) years
including 02 (two) years Defects Liability Period. The O&M includes carrying out
necessary repairs of equipment to meet original specifications, replacement of any
components required for smooth running of the system etc., including preventive
maintenance. The replacement of the items should be of the same specifications as
in the original contract documents. Efficiency of all the systems as considered for
design should be maintained throughout the O&M period.
The requisite O&M shall be undertaken according to manufacturers‟ instructions for
the entire plant and its components during any inactive period if the influent
wastewater is not available at the time of STP completion.
O&M of the entire system shall be conducted for 7 (seven) years including 02 (two)
years of Defects Liability Period of the Sewage Treatment Plant/(s) including
pumping station and inlet works in this contract from the date of issue of
Completion Certificate after commissioning of the Works and successful passing test
on completion as per the Conditions of Contract.
The contractor shall ensure compliance of the effluent discharge standards and all
safety procedures as stipulated by the CPCB /APPCB during O&M period.

Appropriate state of the art Construction Procedures & technologies and innovative
methods shall be adopted for providing the Sewerage and Treatment and various
alternatives shall be explored for providing best possible solutions at every stage of
Construction of the system and the proposed system shall be compatible with the
existing system and necessary provisions should be done in order to make it
compatible with the proposed system and to commission the same.

17 of 223
The bidding for the sewage treatment plants which are to be constructed in this
contract would be based on appropriate Technology (Technology neutral). All the
works from the influent of STP up-to effluent and safe disposal of the treated
effluent, including sludge treatment shall be in the scope of the contractor.

The effluent discharge standards shall be as prescribed herein:

i) deleted

ii) The Sewage Treatment Plants are to be designed to meet the following effluent
discharge standards: pH 6.5 - 8.5, BOD < 10mg/lit, COD < 50mg/lit, TSS <
10mg/lit, TN < 10mg/lit, TP < 2mg/lit, NH4N < 5mg/lit, FC < 100 MPN / 100 ml,
DO > 4.0 mg/ltr.
iii) The agency should establish when plant capacity is more/equal than 1 MLD the
online monitoring system for the effluent to the above parameter daily. The online
monitoring system should function even when the influent is at 5% of design flow. If
the plant capacity is less than 1 MLD, the agency should get tested the effluent
parameters, PH, TSS, TP, NH4N, DO at the site and remaining got tested at nearby
lab weekly once or as directed by Engineer-In-Charge.

Project Design Features

As per the Technical Specifications mentioned in Volume – II of this document.

The EPC Agency shall submit the detailed layout, detailed Designs and Drawings
for approval by the competent authority. On the basis of these approved Designs
and Drawings, the EPC Agency shall submit detailed estimates along with BoQ as
per G.O.Ms.No.50 I&CAD dt.02.03-2009, on the basis of which the execution shall
be done. As per the provisions of EPC system, this shall form the basis of payment
within the overall % break up mentioned in the document.

It shall be expressly understood by the EPC Agency that the Drawings and details
appended at the time of bidding are only indicative but not exhaustive.

The project shall be executed, completed and commissioned within the specified
period of completion of 6(six) months, and the O&M Component of the Project shall
be carried out for a period of 7 (seven) years after completion of EPC Component of
Works years including 02 (two) years Defects Liability Period after completion of
construction and commissioning of the Project, in compliance with the Key
Performance Indicators specified.

4. DELIVERABLES OF THE PROJECT:

The following are the Deliverables of the Project

Sl. Description Remarks


No.
Sewage system – Construction of STPs in West Godavari
District under PMAY-HFA(U), which includes Survey &
Investigation, Design & Engineering, Supply, Construction,
Installation, Testing and Commissioning of thirteen (13)
Sewage Treatment Plants with a total capacity of 11.50MLD
(Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II –
0.50MLD & Kondruprolu Site-III – 0.20MLD at
Tadepalligudem ULB, Penukulapadu – 3.00MLD &
Pedagaruvu – 0.40MLD at Palakollu ULB, Madepalli –
0.10MLD, Ponangi road – 2.60MLD & Kotturu road – 0.50MLD
at Eluru ULB, Pedathallapunta – 0.40MLD at Kovvuru ULB,
Markandeyapuram – 0.6MLD at Jangareddygudem ULB, Bala
Balaji – 0.30MLD & Indiramma colony – 0.30MLD at Tanuku
18 of 223
Sl. Description Remarks
No.
ULB & Tirugudem – 0.60MLD at Nidadavolu ULB) with
appropriate Technology (technology neutral) with Terminal
Pumping Station, MCC Panel Room, DG Set and all contingent
Civil, Electrical, Mechanical and Instrumentation works with
O&M of 7(seven) years including Defects Liability Period of 2
years
1 1) The bidder should carry out Investigation, Digital The EPC Agency
Leveling/ Electronic Total Station (ETS) Survey, Process shall conduct
Design, Preparation of Hydraulic and Structural designs & detailed
drawings, Preparation of Detailed Estimates & BoQs and investigation and
Supply, Construction, Installation, Testing and come up with
Commissioning of thirteen (13) Sewage Treatment Plants detailed designs
with a total capacity of 11.50MLD (Kondruprolu Site-I – and Drawings
2.00MLD, Kondruprolu Site-II – 0.50MLD & Kondruprolu which shall be
Site-III – 0.20MLD at Tadepalligudem ULB, Penukulapadu approved by the
– 3.00MLD & Pedagaruvu – 0.40MLD at Palakollu ULB, Departmental
Madepalli – 0.10MLD, Ponangi road – 2.60MLD & Kotturu authorities within
road – 0.50MLD at Eluru ULB, Pedathallapunta – the overall
0.40MLD at Kovvuru ULB, Markandeyapuram – 0.6MLD objectives of the
at Jangareddygudem ULB, Bala Balaji – 0.30MLD & scheme. The
Indiramma colony – 0.30MLD at Tanuku ULB & designs and
Tirugudem – 0.60MLD at Nidadavolu ULB) with drawings shall be
appropriate Technology (Technology neutral) with done using state of
Terminal Pumping Station, MCC Panel Room, DG Set and the art software for
all contingent Civil, Electrical, Mechanical and Civil, Structural
Instrumentation works for online monitoring of and Hydraulic
effluent parameters with Post Completion Operation engineering and
& Maintenance of entire Sewage Treatment Plants in the best practices
West Godavari District, Andhra Pradesh under PMAY- shall be followed in
HFA(U) with O&M of 7 years including defect liability compatible with
period of 2 years. BIS/ CPHEEO/ GoI
Directives/ NEC/
2) The bidder should get the STPs designed as per CPHEEO ISO etc, vetted by
manual and relevant BIS codes using standard software IITs/NITs.
packages.
3) The bidder shall specify the proposed technology and
submit the process flow diagrams and hydraulic flow If there is any
diagrams, layout of the proposed plant duly indicating all conflict of
units. specifications, the
4) The Sewage Treatment Plants are to be designed to meet competent
the following effluent discharge standards: pH 6.5 - 8.5, authority‟s
BOD < 10mg/lit, COD < 50mg/lit, TSS < 10mg/lit, TN < decision shall be
10mg/lit, TP < 2mg/lit, NH4N < 5mg/lit, FC < 100 MPN / final and binding
100 ml, DO > 4.0 mg/ltr. on the EPC
Agency.
5) The bidder has to design as per relevant standards - all
the components of STPs as well as the diversion weir
structures , any gravity sewers , diversion channels, trash
screens, Coarse screens, Wet well cum pump house,
pump-sets, all electromechanical components & electrical
components .

6) Pumps of ISI make conforming to Hydraulic Institute


Standards and high efficiency motors conforming with
IEEMA/ relevant BIS codes with 100% standby shall be
provided for prospective demand as per design for
maximum efficiency not less than 70% combined
efficiency to have minimum operation and maintenance

19 of 223
Sl. Description Remarks
No.
cost.
7) The pumping station shall be of wet well type with pump
house above it.
8) The pumping station shall include all ancillary items such
as DI/MS suction & delivery pipes and foot valve
arrangements, flow meters, pressure gauges, vacuum
gauges, DI D/F sluice valves and non return valves,
vacuum pumps, transformers panel boards, bus-bars,
gantry arrangements, obtaining power connections from
APDISCOM, necessary permissions from other
departments etc. (necessary deposits will be paid by the
department, or will be reimbursed by the department after
due certification by the line department and
authentication by the Executive Engineer concerned)
maintenance tools, safety arrangements as per IE rules
etc., The drawings of the mechanical, electrical
connections of the pumping station and transformer &
sub stations are to be got approved by the department.
The electrification and illumination with sufficient exhaust
fans in the pumping stations and yard lighting should be
provided as decided by the departmental officers. Approval
from Chief Electrical Inspectorate shall be obtained for all
Electrical installations.
9) The Wet well is to be designed for required demand and
for uplift pressure at worst condition i.e. water level upto
GL (Ground Level).
10) All the pumping mains are to be designed economically
for required demand taking into account static head,
friction losses other losses and surge as per IS codes and
CPHEEO manual. Surge control devices such as air
cushion valves as per design are to be placed at
appropriate places. Designs should be got approved by the
department.
11) The STPs should be designed for seismic and wind
loads as per IS codes.
12) All the components should be provided with name boards
as directed by the departmental officers.
13) All the surplus excavated earth of each item is to be
conveyed and leveled as directed by the departmental
officers.
14) All the Excavated trenches shall be restored to original
condition as per the existing road pavement structure.
15)Submission of requisite design / drawings to statutory
bodies like CPCB / APPCB / Chief Electrical Inspectorate
and facilitating for the clearances / NOC / Approval for
installations.
2 Construction of Interception and Diversion works with VRCC To be provided as
M30 including drain sidewalls for a length of 10 m, Weir per design
structure considering scour depth and providing aprons with approved by Dept.
RCC diversion arrangements with suitable scour vent with if required.
controlling gate with C.I. including all mechanical equipment
etc.,
Earth work excavation, Stone dust filling in foundation, PCC
(1:4:8) bed concrete, VRCC M30 members as per approved
design and drawing, with Steel reinforcement of Fe-500 grade
as per IS 1786:2008. Sluice Gates and Screens shall be
provided as per approved design and drawing.
Excess earth shall be conveyed to the open sites shown by the
20 of 223
Sl. Description Remarks
No.
department. Bailing out water during construction of the
chambers. Shoring and strutting shall be arranged if required
to avoid sliding of slopes. Barricading shall be provided
wherever required to ensure safety of humans and cattle.
3 Designing and Construction of Inlet works, Screen Chamber, To be provided as
Grit Chamber, Wet Well including lead channel with gates, per design
screens (mechanical + manual), with overflow weir (with one approved by Dept.
working & one standby). All mechanical and manual screens
shall be of SS304 material. All RCC items shall be M30 grade
of concrete. Windows, MS shutters and lighting arrangements
shall be provided as per specification including all mechanical,
instrumentation etc., complete. All exposed surfaces should be
painted with synthetic enamel paint.
4 Supply, delivery, erection, commissioning and testing of non- To be provided as
clog submersible pump-sets with passing of 100 mm solids per design
and of suitable discharge and head as per the design with approved by Dept.
high efficiency and 100% standby as IE standards, repute
make including panel boards and all other accessories
including suction and delivery pipes with DI K9 double flange
pipes of suitable diameter including DI valves, reflex valves,
surge control devices, MS/DI/CI specials and fittings, all valve
chambers with VRCC etc. complete as per relevant BIS codes
and CPHEEO manual. The ancillary items such as delivery
pipes and foot valves arrangements, flow meters, pressure
gauges shall be provided as per requirement. Obtaining power
connection from APDISCOM, maintenance tools and safety
arrangements as per IE rules etc,. The drawing of the
electrical connections of the pump sets are to be got approved
by the Chief Electrical Inspectorate.
5 Supply, delivery, laying, jointing and testing of DI K9 Pumping To be provided as
main of suitable diameter including DI valves, reflex valves, per design
surge control devices, MS/DI/CI specials and fittings, all valve approved by Dept.
chambers with VRCC etc. complete as per relevant BIS codes if required.
and CPHEEO manual.
Supply, delivery of D.I. fittings confirming to
I.S.No.9523/2000 having dimensions as per table with Zinc
coated externally and inside Cement Mortar lining (With
finishing as per Class 13/IS 9523/2000) as required as per
site condition.
Supply, delivery, of DI D/F Gate Valve (Soft Seated) Resilient
seated soft sealing gate valves (Sluice valves) conforming to IS
14846-2000 with body bonnet of ductile cast iron of grade
GGG40/ SG 400/12 or equivalent grade as per I.S.3896-
part2-1985.
Supply, delivery and fixing in position of Single Chamber DI
Air Valve with Body and cover in Ductile Iron of grade SG
400/12 or equivalent grade as per IS 1865, I.S.3896-part2-
1985 and subsequent revisions.
The pipe line shall be designed economically for required
demand duly considering all heads, losses and surge head and
with suitable dia., DI /DF Sluice valves, scour valves and non
return valves, Air valves, Air cushion valves and surge
protection device as per design with necessary standard type
design Cement Concrete valve pits and as per detailed design
and execution in accordance with “CPHEEO Manual on
Sewerage and Sewage Treatment and relevant IS Codes”. The
class of the valves should satisfy the total head including

21 of 223
Sl. Description Remarks
No.
surge. The pipe line should be laid with necessary Sand /
Stone crusher dust cushion and encasing in B.C, Chemically
affecting soils and rocky areas. Necessary barricading with
sign boards should be provided during execution of the work.
The pipe line should be tested in convenient reaches
preferably of 500M and water required for testing should at
the risk of the contractor. The pipes, valves and specials
should be get tested by the third party Quality Control or
Departmental Quality Control wing and the certificates to
such extent should be furnished along with supplies to the
department.
Earth work excavation in all types of soils including hard rock
as per approved drawing. Sand bed with minimum 150mm
thick throughout, and sand filling for total trench wherever
necessary shall be provided. Anchor blocks/ thrust blocks
shall be provided as per design where ever necessary. All
sluice valves/ air valves/ scour valve chambers shall be
constructed as per design. Cutting of BT/CC/WBM/WMM
roads shall be carried out as per site conditions. All the
Excavated trenches shall be restored to original condition as
per the existing road pavement structure. While executing the
water mains, necessary crossing of existing drains/ culverts/
water pipe lines shall be carried out and the same shall be
restored to their original condition. Excess earth shall be
conveyed to the open sites shown by the department. Bailing
out water during construction of the chambers shall be
carried out as required.

6 Supply, delivery and erection, commissioning & testing of To be provided as


suitable capacity copper core type transformer and panel per design
board with suitable starters, ammeters, voltmeters, capacitors approved by Dept.
& copper busbar as per electrical specifications including if required.
Chain pulley block with triple gear arrangement, lifting hook,
load chain & hand chain etc., complete.
Supply, delivery and erection of Transformer of capacity
suitable capacity of copper core and standard make with test
reports with Transformer yard of size 15 m x 12 m for
necessary earthing, obtaining power connections including HT
lines from nearby Electrical substation to pumping station
and cables from transformer to bus bar in pumping house.
The transformer capacity is to be arrived considering the
pump sets including standby pump set, yard lighting pump
house lighting and mechanical arrangements in STPs with
20% extra loading with all accessories as per IE standards.
Providing efficient double earthing arrangement for the DP
structure lighting arresters and the HV equipment.
Transformer body and neutral etc., with 25 mm x 3 mm
copper flats and connecting them to the Earth Electrodes
fabricated and buried according to standard specifications.
Main Panel Board with LT Sheet steel clad, free standing, floor
mounting unitized, Dust and vermin proof Indoor, Cubicle
powder coated panel board made out of 16 SWG CRCA sheet
suitable for use 3 ph, 440v, 50 Hz. Panel board comprising
with all accessories with bus-bars, capacitors of adequate
capacity, incoming and outgoing connections, control wiring
etc., as required.
22 of 223
Sl. Description Remarks
No.
Transformer yard of suitable size with not less than 15m x 12
m. Transformer foundation and yard development with VRCC
M20 beam column structures. All round fencing, earthing,
filling with gravel/ Metal etc.
Approval from Chief Electrical Inspectorate shall be obtained
for all Electrical installations.
7 Designing, constructing, hydraulic testing, commissioning Total capacity of
and giving satisfactorily trials of thirteen (13) Sewage 11.50MLD
Treatment Plants with a total capacity of 11.50MLD (Kondruprolu Site-I
(Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II – – 2.00MLD,
0.50MLD & Kondruprolu Site-III – 0.20MLD at Kondruprolu Site-II
Tadepalligudem ULB, Penukulapadu – 3.00MLD & – 0.50MLD &
Pedagaruvu – 0.40MLD at Palakollu ULB, Madepalli – Kondruprolu Site-III
0.10MLD, Ponangi road – 2.60MLD & Kotturu road – 0.50MLD – 0.20MLD at
at Eluru ULB, Pedathallapunta – 0.40MLD at Kovvuru ULB, Tadepalligudem
Markandeyapuram – 0.6MLD at Jangareddygudem ULB, Bala ULB, Penukulapadu
Balaji – 0.30MLD & Indiramma colony – 0.30MLD at Tanuku – 3.00MLD &
ULB & Tirugudem – 0.60MLD at Nidadavolu ULB) of Pedagaruvu –
appropriate Technology (Technology Neutral) which can be 0.40MLD at
accommodated in limited identified land space consisting of Palakollu ULB,
Primary, Secondary and Tertiary Treatment Units as per the Madepalli –
requirement of designed CPHEEO norms relevant IS codes etc. 0.10MLD, Ponangi
necessary piping work with required valves, gates, drains, road – 2.60MLD &
Tools and plants, Treated effluent arrangements complete as Kotturu road –
turnkey job with all involved Civil, electrical, Instrumentation 0.50MLD at Eluru
and mechanical works Inclusive of following Items, units as ULB,
per detailed specifications for civil, electrical, Instrumentation Pedathallapunta –
and mechanical components complete to achieve the effluent 0.40MLD at Kovvuru
discharge standards: pH 6.5 - 8.5, BOD < 10mg/lit, COD < ULB,
50mg/lit, TSS < 10mg/lit, TN < 10mg/lit, TP < 2mg/lit, NH 4N Markandeyapuram –
< 5mg/lit, FC < 100 MPN / 100 ml, DO > 4 mg/lit to get 0.6MLD at
recyclable quality of water for Industrial/ agricultural Jangareddygudem
purposes. The Coagulant Dosing System shall be provided as ULB, Bala Balaji –
an optional/ backup. All units shall be interconnected with 0.30MLD &
administration building with RCC overhead walkways as per Indiramma colony –
the scope and confirming norms as mentioned above and 0.30MLD at Tanuku
Charges payable to Hiring of Vehicles one vehicle for ULB & Tirugudem –
construction period and O & M period. 0.60MLD at
Nidadavolu ULB), To
be provided as per
design approved by
Dept.
8 Collection, Supply and filling of sand with local available sand To be provided as
proper compaction for average depth of 1meter for filling and per design
leveling site as per site requirement. approved by Dept.

9 O&M of the STPs, Pump Houses, Electro Mechanical & All Payments to the
Instrumentation, Rising / Pumping Mains, Related Man Power deployed
Appurtenances including all works taken up by the agency including their
such as roads, greenery, buildings etc., for a period of 7 years wages and statutory
including 2 years of DLP. The contractor shall deploy payments shall be
manpower and provide consumables at no cost to the done by the EPC
Employer and power charges be paid by contractor. Agency as per
approved Man Power
Hiring of vehicles one vehicle for construction period and deployment plan
minimum one vehicle for maintenance period of 7 years. during O&M period.
Note: The O&M contract can be terminated at any time
without assigning any reasons there for with one month's
notice by the Employer.
23 of 223
The above items/quantities are only "indicative" and it shall be expressly understood
that the EPC Agency shall furnish the detailed BoQ & estimate based on approved
drawings as per provisions of the bid document/CPHEEO/CPCB/GoI
Manuals/Guidelines/ BIS / IRC / MORTH standards which shall form the basis of
detailed percentage break-up of payment schedule within the overall component
limits approved by EPC Committee-I and variations if any will be dealt with as per
EPC code.

4.2.1 All the trenches shall be properly restored as per IRC/ MORTH specifications and
the quantities given above are only indicative but not exhaustive. The detailed
drawings shall be submitted by the EPC agency which will be approved by the
component authority based on which the quantities have to be arrived and they
shall be in conformity with the IRC/ MORTH specifications but within the overall
percentage breakup mentioned in the document and the quantities mentioned are
only indicative but not exhaustive.

THE EPC CONTRACTOR SHALL ABIDE BY THE FOLLOWING CONDITIONS:


The "Employer" is the Chief Technical Officer-II, APTIDCO, Vijayawada i.e., the
Agreement Concluding authority. "Engineer in Charge" is the "Project Officer" in
charge of execution in terms of GO Ms.No.50 I&CAD dt.02-03-2009.
Entrustment of the additional items contingent to the main work and within the
scope of contract will be authorized by the "Employer" and the EPC Agency shall be
bound to execute such additional items at no extra cost to the employer and the cost
of such items shall be deemed to have been included in the contract price quoted.

Entrustment of additional items of work contingent to main work and outside the
scope of the contract will be authorized by the employer with the prior approval of
EPC Committee - III in terms of GO Ms No.168 MA&UD Dept. dt.01-07-2016 and the
contractor shall be bound to execute such additional items and shall be
compensated at the price decided by the Government.

In such cases where the approved designs result in "Substantial Reduction" in


quantities of that component from the estimated quantities, the payment schedule
will be adjusted to the actual quantities. Payment schedule will remain unchanged
in case of increase in the quantities in a component as per Govt. Memo
No.28569/M&MI (T-IV)/2012-1 dt. 20-12-2012 of Irrigation & CAD (PW)
Department.

Whenever additional items not contingent on the main work and outside the scope of
original contract are to be entrusted to the contractor, entrustment of such items
and the price to be paid shall be referred to the Government for final decision.

The Competent authority for approval of designs is the Deputy Chief Technical
Officer-II of concerned area.

The O&M of the work includes all the establishment costs including their statutory
benefits, Machinery for O&M, Tools and Plant, Safety equipment, Repairs and
maintenance of vehicles, and the KPIs (Key Performance Indicators) in the System
will be closely monitored through the Citizen Charter complaint cell of the ULB and
penalties will be levied accordingly for non-compliance of the KPIs as indicated in
the table under clause 11.0 of Conditions of Contract for Operation & Maintenance
(O&M) under Section 3A of Volume I.

24 of 223
i) The EPC Agency shall submit proper O&M Plan which need to be approved by the
competent authority with the sole objective of running the STP continuously under
24 x 7 concept with minimum or no Down Time, which will be the KPI which the
EPC Agency has to keep in mind while planning for O&M of Pump House.

ii) The EPC Agency shall submit proper O&M Plan which will be approved by the
Departmental authorities for maintenance of STP. Down Time will be the KPI which
the EPC Agency has to keep in mind while planning for O&M.

Technical Parameters to be complied by the bidder

Land Requirement:
a) The bidder shall construct the STPs duly constituting required essential units to
achieve the output parameters as specified.

b) The bidder shall further consider the other essential components like, i) Green
belt, ii) Plant internal roads, iii) Wet well and pump house, iv) Receiving
chamber, v) Grit chamber, vi) Trash Screens, vii) Mechanical Coarse screens, be
outside the process area as per requirement.

c) The bidder shall ensure that essential components as stated above in Sl. No.
4.4.1 a) and 4.4.1 b) above, shall accommodate within 9,775 sq. meter of
available land area for thirteen (13) STPs (Kondruprolu Site-I – 2.00MLD –
1700Sqm, Kondruprolu Site-II – 0.50MLD – 425Sqm & Kondruprolu Site-III –
0.20MLD – 170Sqm at Tadepalligudem ULB, Penukulapadu – 3.00MLD –
2550Sqm & Pedagaruvu – 0.40MLD – 340Sqm at Palakollu ULB, Madepalli –
0.10MLD – 85Sqm, Ponangi road – 2.60MLD – 2210Sqm & Kotturu road –
0.50MLD – 425Sqm at Eluru ULB, Pedathallapunta – 0.40MLD – 340Sqm at
Kovvuru ULB, Markandeyapuram – 0.60MLD – 510Sqm at Jangareddygudem
ULB, Bala Balaji – 0.30MLD – 255Sqm & Indiramma colony – 0.30MLD –
255Sqm at Tanuku ULB & Tirugudem – 0.60MLD – 510Sqm at Nidadavolu
ULB).

The price bid evaluation shall be done based on the land area proposed by the
bidder as stated above in Sl. No. 4.4.1 a) and 4.4.1 b) vis-à-vis the land restrictions
stipulated in Sl. No. 4.4.1 c). The bid will be summarily rejected during tender
evaluation, in case the bidder does not comply with the land restrictions as stated
above in Sl. No. 4.4.1 c).

After award of LOA and entering into Contract, if it is observed that the successful
bidder submits design calculations which are not in line with the restrictions on
usage of land area for construction of thirteen (13) STPs 9,775Sqm (Kondruprolu
Site-I – 2.00MLD – 1700Sqm, Kondruprolu Site-II – 0.50MLD – 425Sqm &
Kondruprolu Site-III – 0.20MLD – 170Sqm at Tadepalligudem ULB, Penukulapadu –
3.00MLD – 2550Sqm & Pedagaruvu – 0.40MLD – 340Sqm at Palakollu ULB,
Madepalli – 0.10MLD – 85Sqm, Ponangi road – 2.60MLD – 2210Sqm & Kotturu road
– 0.50MLD – 425Sqm at Eluru ULB, Pedathallapunta – 0.40MLD – 340Sqm at
Kovvuru ULB, Markandeyapuram – 0.60MLD – 510Sqm at Jangareddygudem ULB,
Bala Balaji – 0.30MLD – 255Sqm & Indiramma colony – 0.30MLD – 255Sqm at
Tanuku ULB & Tirugudem – 0.60MLD – 510Sqm at Nidadavolu ULB) 11.50MLD
STPs, as per the stipulations in Sl. No. 4.4.1 c), then,

25 of 223
i) The Contract will be terminated and all the deposits shall be forfeited, and,

ii) The bidder will be blacklisted and will be debarred for participation in the
tenders of A.P. Government for a period of 05 (five) years.

Power Requirement:

The bidder shall submit the guaranteed energy consumption details for 7 (seven)
years of Operation & Maintenance as per prescribed formats of Data Sheet – 13 of
Volume - III. The details submitted on energy consumption will be used during bid
evaluation and the same also will be verified during 7 (seven) years of Operation &
Maintenance period.

deleted

deleted

All structural steel members shall be minimum of SS-304 and all the civil structures
shall be minimum of VRCC M30 as per approved design and drawing, with steel
reinforcement of Fe-500 grade as per IS 1786:2008.

Manpower Details: The Contractor shall provide experienced managerial,


technical, supervisory, laboratory, administrative, and non-technical personnel and
labour necessary to operate and maintain the treatment Plant and works
properly, safely and efficiently on 24 hour basis for the full term of the O&M period
of 7 (seven) years as indicated in Table - 1. While doing so, due consideration shall
be given to the labour laws in force.

Table – 1
MINIMUM MANPOWER DURING OPERATION AND MAINTENANCE FOR
STPs PROPOSED IN THE CONTRACT

Proposed
Sl. Minimum Experience Minimum No.
Position
No. Qualification in Years of Posts

1 Plant Manager B.E. (Civil) 2 13

2 Operator ITI (Elec. /Mech.) 2 39

3 Electrician ITI (Elec.) 2 13

INTERNAL BENCH MARK (IBM)

The Internal Benchmark (IBM) is arrived based on the lowest quotation


obtained by the Superintending Engineer (Dy. Chief Technical Officer), APTIDCO,
Rajamahendravaram Circle duly inviting quotations vide letter no: /APTIDCO
circle/Rjy/W.G/Ph-I/STP/2017-18 Dt: 24/08/2018 & letter no:
/APTIDCO/DCTO-RJY/PH-II/STP/2017-18 Dt: 10/09/2018.

26 of 223
IBM
STP
Sl No.of Value
District Name of ULB Name of Location Capacity in
No Houses (Rs. in
MLD
Lakhs)
1 Kondruprolu-I 3936 2.00 525.81

2 Tadepalligudem Kondruprolu-II 1024 0.50 195.41

3 Kondruprolu-III 416 0.20 128.59

4 Penukulapadu 6144 3.00 706.49


Palakollu
5 Pedagaruvu 640 0.40 191.28

6 Madepalli 144 0.10 82.00


West
7 Eluru Ponangi road 5424 2.60 635.43
Godavari
8 Kotturu road 912 0.50 196.05

9 Kovvuru Pedathallapuntha 816 0.40 191.28

10 Jangareddygudem Markandeyapuram 1056 0.60 212.48

11 Bala Balaji 480 0.30 148.02


Tanuku
12 Indiramma colony 432 0.30 148.02

13 Nidadavolu Tirugudem 1248 0.60 212.48

27 of 223
Scope of work

Sl.
Description Qty Unit
No.
Investigation, Digital leveling/ Total Station Survey, Hydraulic designs
& drawings, Structural designs & drawings, detailed estimates/BOQs,
1 1 Job
Preparation of As-Built Drawings, O&M Manuals and Completion
reports etc. complete as per directions of departmental authorities
Designing and Construction of Inlet works, Screen Chamber, Grit
Chamber, Wet Well including lead channel with gates, screens
(mechanical + manual), with overflow weir (with one working & one
standby). All mechanical and manual screens shall be of minimum
2 1 Job
SS304 material. All RCC items shall be minimum M30 grade of
concrete. Windows, MS shutters and lighting arrangements shall be
provided as per specification including all mechanical, instrumentation
for online monitoring of effluent parameters etc., complete.
Designing, constructing, hydraulic testing, commissioning and giving
satisfactorily trials of thirteen (13) Sewage Treatment Plants with a
total capacity of 11.50MLD (Kondruprolu Site-I – 2.00MLD,
Kondruprolu Site-II – 0.50MLD & Kondruprolu Site-III – 0.20MLD at
Tadepalligudem ULB, Penukulapadu – 3.00MLD & Pedagaruvu –
0.40MLD at Palakollu ULB, Madepalli – 0.10MLD, Ponangi road –
2.60MLD & Kotturu road – 0.50MLD at Eluru ULB, Pedathallapunta –
0.40MLD at Kovvuru ULB, Markandeyapuram – 0.60MLD at
Jangareddygudem ULB, Bala Balaji – 0.30MLD & Indiramma colony –
0.30MLD at Tanuku ULB & Tirugudem – 0.60MLD at Nidadavolu ULB)
of appropriate Technology (Technology Neutral) which can be
accommodated in limited identified land space consisting of Primary,
Secondary and Tertiary Treatment Units as per the requirement of
designed CPHEEO norms relevant IS codes etc. necessary piping work
3 1 Job
with required valves, gates, drains, Tools and plants, Treated effluent
arrangements complete as turnkey job with all involved Civil, electrical,
Instrumentation and mechanical works Inclusive of following Items,
units as per detailed specifications for civil, electrical, Instrumentation
and mechanical components complete to achieve the effluent
discharge standards: pH 6.5 - 8.5, BOD < 10mg/lit, COD < 50mg/lit,
TSS < 10mg/lit, TN < 10mg/lit, TP < 2mg/lit, NH 4N < 5mg/lit, FC <
100 MPN / 100 ml, DO > 4 mg/lit to get recyclable quality of water for
Industrial/ agricultural purposes. The Coagulant Dosing System shall
be provided as an optional/ backup. All units shall be interconnected
with administration building with RCC overhead walkways as per the
scope and confirming norms as mentioned above and Charges payable
to Hiring of Vehicles one vehicle for construction period and O & M
period.
Supply, delivery, laying, jointing and testing of min. 300mm dia., DI K9
4 1 Job
Pumping main including valves, specials etc. wherever required.
Providing path Ways, Administration Block cum Laboratory,
5 Laboratory Equipments, Internal Roads, Pathways, Compound Wall, 1 Job
including yard lighting with LED system.
Collection, Supply and filling of sand with local available sand proper
6 compaction for average depth of 1meter for filling and leveling site as 1 Job
per site requirement
Charges payable to Hiring of Vehicles one vehicle for construction
7 1 Job
period and minimum one vehicle for maintenance period of 7 years.
O&M charges for 7 Years including 2 years Defects Liability Period and Years
8 7
including power charges
Note: - The Internal Bench Mark (IBM) is arrived based on the proposals submitted by the
Superintending Engineer (Deputy Chief Technical Officer), APTIDCO, Rajamahendravaram
circle vide letter no: /APTIDCO circle/Rjy/W.G/Ph I/STP/2017-18 Dt: 24/08/2018 &
Letter no: /APTIDCO/DCTO-RJY/PH-II/STP/2017-18 Dt: 10/09/2018.

28 of 223
BIDDING DOCUMENT

VOLUME - 1

SECTION DESCRIPTION PAGE NOS.

SECTION 1: Instructions to Bidders

SECTION 2: General Conditions of Contract

SECTION 2A: Conditions Of Contract for Operation &


Maintenance (O&M)

SECTION 3: Special Conditions of Contract

SECTION 3A: Special Conditions of Contract


for EPC Component of Works

SECTION 3B: Special Conditions of Contract


for Operation & Maintenance
(O&M)

SECTION 3C: Technical Conditions for


Operation & Maintenance
(O&M)

SECTION 3D: Technical Specifications &


Scope of Services for Operation
& Maintenance (O&M)

29 of 223
VOLUME – I

Section 1: Instruction to Bidders (ITB)

A. GENERAL

1. Name of the Work:

Investigation, Survey, Design, Supply, Construction, Installation, Testing


and Commissioning of thirteen (13) Sewage Treatment Plants with a total
capacity of 11.50MLD (Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II –
0.50MLD & Kondruprolu Site-III – 0.20MLD at Tadepalligudem ULB,
Penukulapadu – 3.00MLD & Pedagaruvu – 0.40MLD at Palakollu ULB,
Madepalli – 0.10MLD, Ponangi road – 2.60MLD & Kotturu road – 0.50MLD
at Eluru ULB, Pedathallapunta – 0.40MLD at Kovvuru ULB,
Markandeyapuram – 0.60MLD at Jangareddygudem ULB, Bala Balaji –
0.30MLD & Indiramma colony – 0.30MLD at Tanuku ULB & Tirugudem –
0.60MLD at Nidadavolu ULB) based on any appropriate Technology
(Technology Neutral) with Post Completion Operation & Maintenance of
entire Sewage Treatment Plants for 7 (Seven) years including 02 (Two) years
Defect Liability Period under EPC system under PMAY (HFA) (U) Scheme at
West Godavari District, Andhra Pradesh.

a) General Introduction

PMAY (U) – NTR Nagars in ULBs of West Godavari District.

The works to be carried out under this contract is a part of PMAY-HFA(U) for West
Godavari District. The work consists of “Design, Supply, Construction, Installation,
Testing and Commissioning of Sewage Treatment Plants of total capacity of
11.50MLD (Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II – 0.50MLD &
Kondruprolu Site-III – 0.20MLD at Tadepalligudem ULB, Penukulapadu – 3.00MLD
& Pedagaruvu – 0.40MLD at Palakollu ULB, Madepalli – 0.10MLD, Ponangi road –
2.60MLD & Kotturu road – 0.50MLD at Eluru ULB, Pedathallapunta – 0.40MLD at
Kovvuru ULB, Markandeyapuram – 0.60MLD at Jangareddygudem ULB, Bala Balaji
– 0.30MLD & Indiramma colony – 0.30MLD at Tanuku ULB & Tirugudem –
0.60MLD at Nidadavolu ULB) based on any appropriate Technology (Technology
Neutral) with Terminal Pumping Station and Inlet Works, MCC panel room, DG set
and all contingent Civil, Electrical, Mechanical and Instrumentation works and Post
Completion Operation & Maintenance of entire Sewage Treatment Plants for
7 (Seven) years including 02 (Two) years Defect Liability Period under EPC
system under PMAY (HFA) (U) at West Godavari District, Andhra Pradesh.”

The sewerage treatment plant which is to be constructed in this contract would be


based on appropriate Technology. All the works from the influent of STP up-to
effluent and safe disposal of the treated effluent upto 300 m distance or disposal
point whichever is possible, including sludge treatment and maintenance for a
period of 7 years shall be in the scope of the contractor.

The scope of STP(s) includes but is not limited to detailed design including
hydraulic, process, equipment design, and preparation of detailed layout working
drawings for process layout plan, general arrangement drawings, civil, electrical,
mechanical, instrumentation and structural drawings, electrical, mechanical,
instrumentation system, data sheets of equipments and cable schedules and
detailed structural steel fabrication drawings, preparation of design report
manufacture and testing at places of manufacture, painting, packing, transport,
delivery, supply, storage, erection, building-in, setting work, commissioning, testing,
painting, lining and finishing after erection of all plant required for the Sewage
30 of 223
Treatment Work, including pipelines, pumps, pumping installations, machinery
apparatus, flow meters at various installations, on line monitoring equipments for
monitoring process parameters, whole plant computer based automation system,
pipe work, lifting, handling and ventilation equipment, electrical equipment
instrumentation, control, lighting systems, earthing and lighting protection system,
materials, articles, fittings and accessories, ancillaries, electrical switchyard,
ancillary works, enabling works of all kind and nature required for installations of
the highest possible operative standards and for compliance with the standards
prescribed in the specification and with the particulars and guarantees furnished by
the contractor in the (hereinafter referred to as “the Works”), followed by operation
and maintenance of the plant and constructed facilities (hereinafter referred to as
“Operation and Maintenance”) following successful completion of the Trial-run
period of 03 (three) months and commissioning. It broadly comprises the following
works:

b) SCOPE OF THE PROJECT:

The scope of the project is to provide STPs in Sewage System in West Godavari
District with Construction of thirteen (13) Sewage Treatment Plants with a total
capacity of 11.50MLD (Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II –
0.50MLD & Kondruprolu Site-III – 0.20MLD at Tadepalligudem ULB, Penukulapadu
– 3.00MLD & Pedagaruvu – 0.40MLD at Palakollu ULB, Madepalli – 0.10MLD,
Ponangi road – 2.60MLD & Kotturu road – 0.50MLD at Eluru ULB, Pedathallapunta
– 0.40MLD at Kovvuru ULB, Markandeyapuram – 0.60MLD at Jangareddygudem
ULB, Bala Balaji – 0.30MLD & Indiramma colony – 0.30MLD at Tanuku ULB &
Tirugudem – 0.60MLD at Nidadavolu ULB) along with appropriate technology
(Technology Neutral) which includes Investigation, Digital leveling / Electronic Total
Station (ETS) Survey, Process Design, Preparation of Hydraulic and Structural
designs & drawings, Preparation of Detailed Estimates & BoQs and Supply,
Construction, Installation, Testing and Commissioning of Sewage Treatment Plants
with Terminal Pumping Station, MCC Panel Room and all contingent Civil,
Electrical, Mechanical and Instrumentation works and Operation & Maintenance of
entire Sewage Treatment Plants for 7 (seven) years including 02 (two) years Defect
Liability Period in West Godavari District will be commenced after successful
commissioning.

The bidding for the Sewage Treatment Plants which are to be constructed in this
contract would be based on appropriate Technology (Technology Neutral). All the
works from the influent of STP up-to effluent and safe disposal of the treated
effluent, including sludge treatment and maintenance of 7 years shall be in the
scope of the contractor.

The scope of STP includes but is not limited to detailed design including hydraulic,
process, equipment design and preparation of detailed layout working drawings for
process layout plan, general arrangement drawings, flow diagrams and structural
drawings for civil, electrical, mechanical and detailed structural steel fabrication
drawings, preparation of design report manufacture and testing at places of
manufacture, painting, packing, transport, delivery, supply, storage, erection,
building-in, setting work, commissioning, testing, painting, lining and finishing after
erection of all plant required for the Sewage Treatment Work, including pipelines,
pumps, pumping installations, machinery apparatus, flow meters at various
installations, on line monitoring equipments for monitoring process parameters,
pipe work, lifting, handling and ventilation equipment, electrical equipment
instrumentation, control, lighting systems, earthing and lighting protection system,
articles, fittings and accessories, electrical switchyard, ancillary works, enabling
works of all kind and nature required for installations of the highest possible
operative standards and for compliance with the standards prescribed in the
specification and with the particulars and guarantees furnished by the contractor,
followed by operation and maintenance of the plant following successful completion,
commissioning and issuance of the Taking-Over Certificate for the Works. It broadly
comprises the following works:
31 of 223
EPC COMPONENT OF THE WORK
All preparatory work, including required topographical survey, clearing out trees,
shrubs, debris, leveling and dressing of the site, excavation in wet saturated soil and
disposal of surplus excavated earth within the site to the extent possible and proper
disposal of the extra surplus excavated earth to a suitable location as decided by the
Department.
Carrying out of necessary Digital leveling/ Electronic Total Station (ETS) surveys
and soil investigations as are deemed necessary by the Contractor for the purpose of
preparation of designs, drawings and estimates. If the soil bearing capacity is less,
then the contractor shall do ground improvement work as necessary under
intimation to the department which shall be subsequently approved by the
department as mutually agreed.
Process and Hydraulic Design
Preparation of GA Drawings, Site Layout, Unit Process/Equipment/Facility/Building
layouts, Hydraulic Profile, Process Flow Diagram, Piping and Instrumentation
Diagram (P&ID).
Detailed Sizing, Design and Engineering of all treatment units, buildings, structures,
and equipment (including all civil, mechanical, electrical, architectural, flow meters
for determining quantitative and qualitative parameters of influent and effluent).
The GAD (General arrangement drawing) should include all the units for the design
requirement of capacity as mentioned in Bid documents. The placement/ layout of
units should be clearly shown in the available land area.
Design and Construction of all Civil Structures and Building Works
STPs design shall be capable of handling co-treatment of Sewage of thirteen (13)
Sewage Treatment Plants with a total capacity of 11.50MLD (Kondruprolu Site-I –
2.00MLD, Kondruprolu Site-II – 0.50MLD & Kondruprolu Site-III – 0.20MLD at
Tadepalligudem ULB, Penukulapadu – 3.00MLD & Pedagaruvu – 0.40MLD at
Palakollu ULB, Madepalli – 0.10MLD, Ponangi road – 2.60MLD & Kotturu road –
0.50MLD at Eluru ULB, Pedathallapunta – 0.40MLD at Kovvuru ULB,
Markandeyapuram – 0.60MLD at Jangareddygudem ULB, Bala Balaji – 0.30MLD &
Indiramma colony – 0.30MLD at Tanuku ULB & Tirugudem – 0.60MLD at
Nidadavolu ULB).
deleted
deleted
Design and Construction of Inlet works such as receiving chambers, trash screens,
mechanical coarse screens, grit chamber, wet well cum sewage pumping station etc.
Design, Construction and Commissioning of Bypass Lines
Submission of Detailed Engineering Designs, Drawings, Process & hydraulic
Calculations as per bid requirements.
Procurement, Supply and Installation, Erection of all Mechanical, Electrical for
determining quantitative and qualitative parameters of influent and effluent.
Procurement, Supply and Installation, Erection of DG set of suitable capacity to
cater full design load of STP and pumping station and yard lighting.
Deleted
Supply, Delivery and installation of non-clog sewage pump sets of suitable capacity
with transformer and panel board etc.
Execution of all Civil, Mechanical, Electrical and qualitative parameters of influent
and effluent at Site including Construction, Erection & Testing.
Construction of Internal Plant Roads, Curbs, Pavements, Parking Spaces,
Compound Wall, plant water supply and sewage disposal and Storm Water Drains.
Construction of compound wall all around the plot boundary and fixing of
compound gates as the requirement and as per the approval of Employer or
Employer‟s Representative and construction of bypass channel for excess sewage
from inlet chamber to the ultimate disposal point of treated effluent or excess
sewage.
Transportation and Disposal of Sludge shall be made at the designated area shown
by the Corporation/ ULB/ Department within a periphery of 20 Km from STP site
location. Any change in transportation distance greater than 20 Km shall be
discussed between the Corporation/ ULB/ Department and the Contractor and the

32 of 223
amount for this additional distance shall be mutually discussed and agreed upon
that to be paid by the Employer to the Contractor.
Plantation and Landscaping work and developing green belt around the premises.
Receiving Raw Inlet Sewage at site and discharge of Plant Effluent to nearby water
body as specified in Employer‟s requirements.
Design, construction, and commissioning of pipelines, conduits for the disposal of
plant effluent from chlorine contact tank to nearby water body at site for a required
length upto 300 m distance or disposable point whichever is possible.
Construction and equipping of analytical laboratory for routine testing of raw and
treated sewage quality on a day to day basis and control of process parameters;
Instituting Quality Assurance and Quality Control procedures during construction
and O&M period.
Providing Training Services to department Personnel
Preparation and Submission of As-Built drawings for all Civil, Mechanical, Electrical
for determining quantitative and qualitative parameters of influent and effluent.
Design, construction, installation, testing, commissioning, stabilization,
demonstration of performance of all equipment, systems, components, services that
might be necessary for a complete, fully functional facility in compliance with all
requirements of these bid documents.
deleted

In case the plants are not stabilized within 03 (three) months and fails to
meet the effluent discharge standards, will be automatically extended and
the contractor shall continue to run the STP until the plant meets the
effluent discharge standards, duly deploying the requisite manpower and
providing the consumables at his cost. In addition, he shall be liable to levy
of the penalties as stipulated for the O&M period until the effluent discharge
standards are met. The contractor shall ensure compliance with the
prescribed effluent discharge standards and obtain “Consent for Operation”
from the APPCB. The O & M paid of 7 years will start after stabilization of STP.

Submission of Commissioning Procedure


Submission of Operation and Maintenance Manuals
Submission of requisite design/ drawings to statutory bodies and will facilitate the
clearances and be responsible for getting permission for the work from statutory
bodies and APDISCOM - Power Distribution Co. of A.P. Ltd.
The contractor shall obtain all the necessary clearances during execution, and
towards the commencement of operations from the concerned Statutory Authorities
duly liasoning with the same. However, all such prescribed fees shall be initially
paid by the Contractor and will be reimbursed by the Employer, if not waived.

OPERATION & MAINTENANCE (O&M) COMPONENT OF THE WORK


After the successful completion of the STPs including pumping station and inlet
works, the contractor shall operate and maintain the system for 7 (seven) years
including 02 (two) years Defects Liability Period. The O&M includes carrying out
necessary repairs of equipment to meet original specifications, replacement of any
components required for smooth running of the system etc., including preventive
maintenance. The replacement of the items should be of the same specifications as
in the original contract documents. Efficiency of all the systems as considered for
design should be maintained throughout the O&M period.
The requisite O&M shall be undertaken according to manufacturers‟ instructions for
the entire plant and its components during any inactive period if the influent
wastewater is not available at the time of STP completion.
O&M of the entire system shall be conducted for 7 (seven) years including 02 (two)
years of Defects Liability Period of the Sewage Treatment Plant/(s) including
pumping station and inlet works in this contract from the date of issue of
Completion Certificate after commissioning of the Works and successful passing test
on completion as per the Conditions of Contract.
The contractor shall ensure compliance of the effluent discharge standards and all
safety procedures as stipulated by the APPCB during O&M period.

33 of 223
Appropriate state of the art Construction Procedures & technologies and innovative
methods shall be adopted for providing the Sewerage Treatment and various
alternatives shall be explored for providing best possible solutions at every stage of
Construction of the system and the proposed system shall be compatible with the
existing system and necessary provisions should be done in order to make it
compatible with the proposed system and to commission the same.

The bidding for the sewage treatment plant which is to be constructed in this
contract would be based on appropriate Technology (Technology neutral). All the
works from the influent of STP up-to effluent and safe disposal of the treated
effluent, including sludge treatment shall be in the scope of the contractor.

The effluent discharge standards shall be as prescribed herein:

i) The Sewage Treatment Plant is to be designed to meet the following effluent


discharge standards: pH 6.5 - 8.5, BOD < 10mg/lit, COD < 50mg/lit, TSS <
10mg/lit, TN < 10mg/lit, TP < 2mg/lit, NH4N < 5mg/lit, FC < 100 MPN / 100 ml,
DO > 4 mg/lit.

ii) The agency should establish when plant capacity is more than/equal 1 MLD the
online monitoring system for the effluent to the above parameter to be done daily.
The online monitoring system should function even when the influent is at 5% of
design flow. If the plant capacity is less than 1 MLD, the agency should get tested
the effluent parameters, PH, TSS, TP, NH4N, DO at the site and remaining got tested
at nearby lab weekly once or as directed by Engineer-In-Charge.

c) Deliverables of the Scheme

Sl. Description Remarks


No.
Sewage system – Construction of STPs in West Godavari
District under PMAY-HFA(U), which includes Survey &
Investigation, Design & Engineering, Supply, Construction,
Installation, Testing and Commissioning of thirteen (13)
Sewage Treatment Plants with a total capacity of 11.50MLD
(Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II –
0.50MLD & Kondruprolu Site-III – 0.20MLD at
Tadepalligudem ULB, Penukulapadu – 3.00MLD &
Pedagaruvu – 0.40MLD at Palakollu ULB, Madepalli –
0.10MLD, Ponangi road – 2.60MLD & Kotturu road – 0.50MLD
at Eluru ULB, Pedathallapunta – 0.40MLD at Kovvuru ULB,
Markandeyapuram – 0.60MLD at Jangareddygudem ULB,
Bala Balaji – 0.30MLD & Indiramma colony – 0.30MLD at
Tanuku ULB & Tirugudem – 0.60MLD at Nidadavolu ULB)
with appropriate Technology (technology neutral) with
Terminal Pumping Station, MCC Panel Room, DG Set and all
contingent Civil, Electrical, Mechanical and Instrumentation
works with O&M of 7(seven) years including Defects Liability
Period of 2 years
1 1) The bidder should carry out Investigation, Digital The EPC Agency
Leveling/ Electronic Total Station (ETS) Survey, shall conduct
Process Design, Preparation of Hydraulic and detailed
Structural designs & drawings, Preparation of Detailed investigation and
Estimates & BoQs and Supply, Construction, come up with
Installation, Testing and Commissioning of thirteen detailed designs
(13) Sewage Treatment Plants with a total capacity of and Drawings
11.50MLD (Kondruprolu Site-I – 2.00MLD, which shall be
Kondruprolu Site-II – 0.50MLD & Kondruprolu Site-III approved by the
– 0.20MLD at Tadepalligudem ULB, Penukulapadu – Departmental
3.00MLD & Pedagaruvu – 0.40MLD at Palakollu ULB, authorities within

34 of 223
Sl. Description Remarks
No.
Madepalli – 0.10MLD, Ponangi road – 2.60MLD & the overall
Kotturu road – 0.50MLD at Eluru ULB, objectives of the
Pedathallapunta – 0.40MLD at Kovvuru ULB, scheme. The
Markandeyapuram – 0.60MLD at Jangareddygudem designs and
ULB, Bala Balaji – 0.30MLD & Indiramma colony – drawings shall be
0.30MLD at Tanuku ULB & Tirugudem – 0.60MLD at done using state of
Nidadavolu ULB) with appropriate Technology the art software for
(Technology neutral) with Terminal Pumping Station, Civil, Structural
MCC Panel Room, DG Set and all contingent Civil, and Hydraulic
Electrical, Mechanical and Instrumentation works engineering and
for online monitoring of effluent parameters with the best practices
Post Completion Operation & Maintenance of shall be followed in
entire Sewage Treatment Plants in West Godavari compatible with
District, Andhra Pradesh under PMAY-HFA(U) with BIS/ CPHEEO/ GoI
O&M of 7 years including defect liability period of 2 Directives/ NEC/
years. ISO etc, vetted by
IIT/NIT.
2) The bidder should get the STPs designed as per CPHEEO
manual and relevant BIS codes using standard software
packages. If there is any
3) The bidder shall specify the proposed technology and conflict of
submit the process flow diagrams and hydraulic flow specifications, the
diagrams, layout of the proposed plant duly indicating all competent
units. authority‟s
4) The Sewage Treatment Plants is to be designed to meet decision shall be
the following effluent discharge standards: pH 6.5 - 8.5, final and binding
BOD < 10mg/lit, COD < 50mg/lit, TSS < 10mg/lit, TN < on the EPC
10mg/lit, TP < 2mg/lit, NH4N < 5mg/lit, FC < 100 MPN / Agency.
100 ml, DO > 4.0 mg/ltr.

5) The bidder has to design as per relevant standards - all


the components of STPs as well as the diversion weir
structures , any gravity sewers , diversion channels, trash
screens, Coarse screens, Wet well cum pump house,
pump-sets, all electromechanical components & electrical
components .
6) Pumps of ISI make conforming to Hydraulic Institute
Standards and high efficiency motors conforming with
IEEMA/ relevant BIS codes with 100% standby shall be
provided for prospective demand as per design for
maximum efficiency not less than 70% combined
efficiency to have minimum operation and maintenance
cost.
7) The pumping station shall be of wet well type with pump
house above it.
8) The pumping station shall include all ancillary items such
as DI/MS suction & delivery pipes and foot valve
arrangements, flow meters, pressure gauges, vacuum
gauges, DI D/F sluice valves and non return valves,
vacuum pumps, transformers panel boards, bus-bars,
gantry arrangements, obtaining power connections from
APDISCOM, necessary permissions from other
departments etc. (necessary deposits will be paid by the
department, or will be reimbursed by the department after
due certification by the line department and
authentication by the Executive Engineer concerned)
maintenance tools, safety arrangements as per IE rules
etc., The drawings of the mechanical, electrical

35 of 223
Sl. Description Remarks
No.
connections of the pumping station and transformer &
sub stations are to be got approved by the department.
The electrification and illumination with sufficient exhaust
fans in the pumping stations and yard lighting should be
provided as decided by the departmental officers. Approval
from Chief Electrical Inspectorate shall be obtained for all
Electrical installations.
9) The Wet well is to be designed for required demand and
for uplift pressure at worst condition i.e. water level upto
GL (Ground Level).
10) All the pumping mains are to be designed economically
for required demand taking into account static head,
friction losses other losses and surge as per IS codes and
CPHEEO manual. Surge control devices such as air
cushion valves as per design are to be placed at
appropriate places. Designs should be got approved by the
department.
11) The STPs should be designed for seismic and wind loads
as per IS codes.
12) All the components should be provided with name boards
as directed by the departmental officers.
13) All the surplus excavated earth of each item is to be
conveyed and leveled as directed by the departmental
officers.
14) All the Excavated trenches shall be restored to original
condition as per the existing road pavement structure.
15)Submission of requisite design / drawings to statutory
bodies like CPCB / APPCB / Chief Electrical Inspectorate
and facilitating for the clearances / NOC / Approval for
installations.
2 Construction of Interception and Diversion works with VRCC To be provided as
M30 including drain sidewalls for a length of 10 m, Weir per design
structure considering scour depth and providing aprons with approved by Dept.
RCC diversion arrangements with suitable scour vent with if required.
controlling gate with C.I. including all mechanical equipment
etc.,
Earth work excavation, Stone dust filling in foundation, PCC
(1:4:8) bed concrete, VRCC M30 members as per approved
design and drawing, with Steel reinforcement of Fe-500 grade
as per IS 1786:2008. Sluice Gates and Screens shall be
provided as per approved design and drawing.
Excess earth shall be conveyed to the open sites shown by the
department. Bailing out water during construction of the
chambers. Shoring and strutting shall be arranged if required
to avoid sliding of slopes. Barricading shall be provided
wherever required to ensure safety of humans and cattle.
3 Designing and Construction of Inlet works, Screen Chamber, To be provided as
Grit Chamber, Wet Well including lead channel with gates, per design
screens (mechanical + manual), with overflow weir (with one approved by Dept.
working & one standby). All mechanical and manual screens
shall be of SS304 material. All RCC items shall be M30 grade
of concrete. Windows, MS shutters and lighting arrangements
shall be provided as per specification including all mechanical,
instrumentation etc., complete. All exposed surfaces should be
painted with synthetic enamel paint.

36 of 223
Sl. Description Remarks
No.
4 Supply, delivery, erection, commissioning and testing of non- To be provided as
clog submersible pump-sets with passing of 100 mm solids per design
and of suitable discharge and head as per the design with approved by Dept.
high efficiency and 100% standby as IE standards, repute
make including panel boards and all other accessories
including suction and delivery pipes with DI K9 double flange
pipes of suitable diameter including DI valves, reflex valves,
surge control devices, MS/DI/CI specials and fittings, all valve
chambers with VRCC etc. complete as per relevant BIS codes
and CPHEEO manual.
The ancillary items such as delivery pipes and foot valves
arrangements, flow meters, pressure gauges shall be provided
as per requirement. Obtaining power connection from
APDISCOM, maintenance tools and safety arrangements as
per IE rules etc,. The drawing of the electrical connections of
the pump sets are to be got approved by the Chief Electrical
Inspectorate.
5 Supply, delivery, laying, jointing and testing of DI K9 Pumping To be provided as
main of suitable diameter including DI valves, reflex valves, per design
surge control devices, MS/DI/CI specials and fittings, all valve approved by Dept.
chambers with VRCC etc. complete as per relevant BIS codes if required.
and CPHEEO manual.
Supply, delivery of D.I. fittings confirming to
I.S.No.9523/2000 having dimensions as per table with Zinc
coated externally and inside Cement Mortar lining (With
finishing as per Class 13/IS 9523/2000) as required as per
site condition.
Supply, delivery, of DI D/F Gate Valve (Soft Seated) Resilient
seated soft sealing gate valves (Sluice valves) conforming to IS
14846-2000 with body bonnet of ductile cast iron of grade
GGG40/ SG 400/12 or equivalent grade as per I.S.3896-
part2-1985.
Supply, delivery and fixing in position of Single Chamber DI
Air Valve with Body and cover in Ductile Iron of grade SG
400/12 or equivalent grade as per IS 1865, I.S.3896-part2-
1985 and subsequent revisions.
The pipe line shall be designed economically for required
demand duly considering all heads, losses and surge head and
with suitable dia., DI /DF Sluice valves, scour valves and non
return valves, Air valves, Air cushion valves and surge
protection device as per design with necessary standard type
design Cement Concrete valve pits and as per detailed design
and execution in accordance with “CPHEEO Manual on
Sewerage and Sewage Treatment and relevant IS Codes”. The
class of the valves should satisfy the total head including
surge. The pipe line should be laid with necessary Sand /
Stone crusher dust cushion and encasing in B.C, Chemically
affecting soils and rocky areas. Necessary barricading with
sign boards should be provided during execution of the work.
The pipe line should be tested in convenient reaches
preferably of 500M and water required for testing should at
the risk of the contractor. The pipes, valves and specials
should be get tested by the third party Quality Control or
Departmental Quality Control wing and the certificates to
such extent should be furnished along with supplies to the
department.

37 of 223
Sl. Description Remarks
No.
Earth work excavation in all types of soils including hard rock
as per approved drawing. Sand bed with minimum 150mm
thick throughout, and sand filling for total trench wherever
necessary shall be provided. Anchor blocks/ thrust blocks
shall be provided as per design where ever necessary. All
sluice valves/ air valves/ scour valve chambers shall be
constructed as per design. Cutting of BT/CC/WBM/WMM
roads shall be carried out as per site conditions. All the
Excavated trenches shall be restored to original condition as
per the existing road pavement structure. While executing the
water mains, necessary crossing of existing drains/ culverts/
water pipe lines shall be carried out and the same shall be
restored to their original condition. Excess earth shall be
conveyed to the open sites shown by the department. Bailing
out water during construction of the chambers shall be
carried out as required.
6 Supply, delivery and erection, commissioning & testing of To be provided as
suitable capacity copper core type transformer and panel per design
board with suitable starters, ammeters, voltmeters, capacitors approved by Dept.
& copper busbar as per electrical specifications including if required.
Chain pulley block with triple gear arrangement, lifting hook,
load chain & hand chain etc., complete.
Supply, delivery and erection of Transformer of capacity
suitable capacity of copper core and standard make with test
reports with Transformer yard of size 15 m x 12 m for
necessary earthing, obtaining power connections including HT
lines from nearby Electrical substation to pumping station
and cables from transformer to bus bar in pumping house.
The transformer capacity is to be arrived considering the
pump sets including standby pump set, yard lighting pump
house lighting and mechanical arrangements in STPs with
20% extra loading with all accessories as per IE standards.
Providing efficient double earthing arrangement for the DP
structure lighting arresters and the HV equipment.
Transformer body and neutral etc., with 25 mm x 3 mm
copper flats and connecting them to the Earth Electrodes
fabricated and buried according to standard specifications.
Main Panel Board with LT Sheet steel clad, free standing, floor
mounting unitized, Dust and vermin proof Indoor, Cubicle
powder coated panel board made out of 16 SWG CRCA sheet
suitable for use 3 ph, 440v, 50 Hz. Panel board comprising
with all accessories with bus-bars, capacitors of adequate
capacity, incoming and outgoing connections, control wiring
etc., as required.
Transformer yard of suitable size with not less than 15m x 12
m. Transformer foundation and yard development with VRCC
M20 beam column structures. All round fencing, earthing,
filling with gravel/ Metal etc.
Approval from Chief Electrical Inspectorate shall be obtained
for all Electrical installations.
7 Designing, constructing, hydraulic testing, commissioning Total capacity of
and giving satisfactorily trials of thirteen (13) Sewage 11.50MLD
Treatment Plants with a total capacity of 11.50MLD (Kondruprolu Site-I
(Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II – – 2.00MLD,
0.50MLD & Kondruprolu Site-III – 0.20MLD at Kondruprolu Site-II
Tadepalligudem ULB, Penukulapadu – 3.00MLD & – 0.50MLD &
38 of 223
Sl. Description Remarks
No.
Pedagaruvu – 0.40MLD at Palakollu ULB, Madepalli – Kondruprolu Site-III
0.10MLD, Ponangi road – 2.60MLD & Kotturu road – 0.50MLD – 0.20MLD at
at Eluru ULB, Pedathallapunta – 0.40MLD at Kovvuru ULB, Tadepalligudem
Markandeyapuram – 0.60MLD at Jangareddygudem ULB, ULB, Penukulapadu
Bala Balaji – 0.30MLD & Indiramma colony – 0.30MLD at – 3.00MLD &
Tanuku ULB & Tirugudem – 0.60MLD at Nidadavolu ULB) Pedagaruvu –
STPs of appropriate Technology (Technology Neutral) which 0.40MLD at
can be accommodated in limited identified land space Palakollu ULB,
consisting of Primary, Secondary and Tertiary Treatment Units Madepalli –
as per the requirement of designed CPHEEO norms relevant IS 0.10MLD, Ponangi
codes etc. necessary piping work with required valves, gates, road – 2.60MLD &
drains, Tools and plants, Treated effluent arrangements Kotturu road –
complete as turnkey job with all involved Civil, electrical, 0.50MLD at Eluru
Instrumentation and mechanical works Inclusive of following ULB,
Items, units as per detailed specifications for civil, electrical, Pedathallapunta –
Instrumentation and mechanical components complete to 0.40MLD at Kovvuru
achieve the effluent discharge standards: pH 6.5 - 8.5, BOD ULB,
< 10mg/lit, COD < 50mg/lit, TSS < 10mg/lit, TN < 10mg/lit, Markandeyapuram –
TP < 2mg/lit, NH4N < 5mg/lit, FC < 100 MPN / 100 ml, DO > 0.60MLD at
4 mg/lit to get recyclable quality of water for Industrial/ Jangareddygudem
agricultural purposes. The Coagulant Dosing System shall be ULB, Bala Balaji –
provided as an optional/ backup. All units shall be 0.30MLD &
interconnected with administration building with RCC Indiramma colony –
overhead walkways as per the scope and confirming norms as 0.30MLD at Tanuku
mentioned above and Charges payable to Hiring of Vehicles ULB & Tirugudem –
one vehicle for construction period and O & M period. 0.60MLD at
Nidadavolu ULB), To
be provided as per
design approved by
Dept.
8 Collection, Supply and filling of sand with local available sand To be provided as
proper compaction for average depth of 1meter for filling and per design
leveling site as per site requirement. approved by Dept.

9 O&M of the STPs, Pump Houses, Electro Mechanical & All Payments to the
Instrumentation, Rising / Pumping Mains, Related Man Power deployed
Appurtenances including all works taken up by the agency including their
such as roads, greenery, buildings etc., for a period of 7 years wages and statutory
including 2 years of DLP. The contractor shall deploy payments shall be
manpower and provide consumables at no cost to the done by the EPC
Employer and power charges be paid by contractor. Agency as per
approved Man Power
Hiring of vehicles one vehicle for construction period and deployment plan
minimum one vehicle for maintenance period of 7 years. during O&M period.

Note: The O&M contract can be terminated at any time


without assigning any reasons there for with one month's
notice by the Employer.

The above items/quantities are only "indicative" and it shall be expressly understood
that the EPC Agency shall furnish the detailed BoQ & estimate based on approved
drawings as per provisions of the bid document/CPHEEO/CPCB/GoI
Manuals/Guidelines/ BIS / IRC / MORTH standards which shall form the basis of
detailed percentage break-up of payment schedule within the overall component
limits approved by EPC Committee-I and variations if any will be dealt with as per
EPC code.

39 of 223
All the trenches shall be properly restored as per IRC/ MORTH specifications and
the quantities given above are only indicative but not exhaustive. The detailed
drawings shall be submitted by the EPC agency which will be approved by the
component authority based on which the quantities have to be arrived and they
shall be in conformity with the IRC/ MORTH specifications but within the overall
percentage breakup mentioned in the document and the quantities mentioned are
only indicative but not exhaustive.

The EPC Contractor has to abide by the following conditions:

The "Employer" is the Chief Technical Officer-II, APTIDCO, Vijayawada i.e., the
Agreement Concluding authority. "Engineer in Charge" is the "Executive Engineer"
in charge of execution in terms of GO Ms.No.50 I&CAD dt.02-03-2009.

Entrustment of the additional items contingent to the main work and within the
scope of contract will be authorized by the "Employer" and the EPC Agency shall be
bound to execute such additional items at no extra cost to the employer and the cost
of such items shall be deemed to have been included in the contract price quoted.

Entrustment of additional items of work contingent to main work and outside the
scope of contract will be authorized by the employer with the prior approval of EPC -
Committee: III in terms of GO Ms.168 MA&UD Dept. dt.01-07-2016.

The Competent authority for approval of designs is the Chief Technical Officer-II /
Deputy Chief Technical Officer of concerned area.

The EPC Agency shall carry out investigation, detailed layout, designs and drawings
of all components of the work to be approved by competent departmental authority.
The EPC Agency shall follow all the relevant CPHEEO manuals/BIS/GoI
manuals/advisories etc. issued from time to time for various components of works.
The EPC Agency shall furnish “detailed estimate” with BoQs prepared based on
approved designs and drawings by competent authority as per G.O.Ms.No.50 I&CAD
dt.02.03.2009.

The O&M of the work includes all the establishment costs including their statutory
benefits, Machinery for O&M, Tools and Plant, Safety equipment, Repairs and
maintenance of vehicles and the KPIs in the Sewage System (STP) will be closely
monitored by the department and Citizen Charter complaint cell of the ULB and
penalties will be levied accordingly for non-compliance of the KPIs.

The EPC Agency shall submit proper O&M Plan for all the Pump Houses which need
to be approved by the competent authority with the sole objective of running the
Pump Houses continuously under 24 x 7 concept with minimum or no Down Time,
which will be the KPI which the EPC Agency has to keep in mind while planning for
O&M of Pump House.

The EPC Agency shall submit proper O&M Plan which will be approved by the
Departmental authorities for maintenance of all rising mains, pump sets,
accessories & other Control Gear. Down Time will be the KPI which the EPC Agency
has to keep in mind while planning for O&M of Pump House.

d) Salient components of the Scheme:

Technical Parameters to be complied by the bidder


Land Requirement:
a) The bidder shall construct the STPs constituting these essential units of, i)
Stilling Chamber, ii) Mechanical Fine Screen, iii) Manual Fine Screen, iv) Grit
Chamber, v) all physico-chemical and biological treatment units to ensure
effective primary, secondary and tertiary treatment to satisfy the effluent
discharge standards, vi) Sludge Sump and Pump sets, vii) Sludge Thickner,
viii)Thickened Sludge Sump and Pump sets, ix) Centrifuge, x) Supernatant
40 of 223
Sump and Pump sets, xi) Chlorine Contact tank, xii) Chlorine Building, xiii) Air
Blower Building, xiv) Workshop & Toilet Block, xvi) DG Room, xvii) MCC Room,
xviii) Transformer Yard, xix) Guard Room, xx) DWPE Dosing Tank among other
required units within minimum possible land area.

b) The bidder shall further consider the other essential components like, i) Green
belt, ii) Plant internal roads, iii) Wet well and pump house, iv) Receiving
chamber, v) Grit chamber, vi) Trash Screens, vii) Mechanical Coarse screens.

c) The bidder shall ensure that essential components as stated above in Sl. No.
4.4.1 a) and 4.4.1 b) above, shall accommodate within the land provided.

The price bid evaluation shall be done based on the land area proposed by the
bidder as stated above in Sl. No. 4.4.1 a) and 4.4.1 b) vis-à-vis the land restrictions
stipulated in Sl. No. 4.4.1 c). The bid will be summarily rejected during tender
evaluation, in case the bidder does not comply with the land restrictions as stated
above under Clause, Sl. No. 4.4.1 c), Salient components of the Scheme: Technical
Parameters to be complied by the bidder.

After award of LOA and entering into Contract, if it is observed that the successful
bidder submits design calculations which are not in line with the restrictions on
usage of land area for construction of thirteen (13) Sewage Treatment Plants with a
total capacity of 11.50MLD (Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II –
0.50MLD & Kondruprolu Site-III – 0.20MLD at Tadepalligudem ULB, Penukulapadu
– 3.00MLD & Pedagaruvu – 0.40MLD at Palakollu ULB, Madepalli – 0.10MLD,
Ponangi road – 2.60MLD & Kotturu road – 0.50MLD at Eluru ULB, Pedathallapunta
– 0.40MLD at Kovvuru ULB, Markandeyapuram – 0.60MLD at Jangareddygudem
ULB, Bala Balaji – 0.30MLD & Indiramma colony – 0.30MLD at Tanuku ULB &
Tirugudem – 0.60MLD at Nidadavolu ULB), as per the stipulations under Clause Sl.
No. 4.4.1 c), Salient components of the Scheme: Technical Parameters to be
complied by the bidder, then,

i) the Contract will be terminated and all the deposits shall be forfeited, and,
ii) the bidder will be blacklisted and will be barred for participation in the tenders
of A.P. Government for a period of 05 (five) years.

Power Requirement:
i) The bidder shall submit the guaranteed energy consumption details for 7 (seven)
years of Operation & Maintenance as per prescribed formats of Data Sheet – 13 of
Volume - III.
ii) deleted
iii) deleted
iv) deleted

The bidder shall make available all records of consumption of the chemicals
Chlorine and Polyelectrolyte for operation of thirteen (13) Sewage Treatment Plants
with a total capacity of 11.50MLD and make necessary modifications in the
consumption as directed by the departmental officers.

deleted

All structural steel members shall be minimum of SS-304 and all the civil structures
shall be minimum of VRCC M30 as per approved design and drawing, with steel
reinforcement of Fe-500 grade as per IS 1786:2008.

Manpower Details: The Contractor shall provide experienced managerial,


technical, supervisory, laboratory, administrative, and non-technical personnel and
labour necessary to operate and maintain the treatment Plant and works
properly, safely and efficiently on 24 hour basis for the full term of the O&M period
of 7 (seven) years as indicated in Table - 1. While doing so, due consideration shall
be given to the labour laws in force.
41 of 223
Table – 1
MINIMUM MANPOWER DURING OPERATION AND MAINTENANCE FOR
STP PROPOSED IN THE CONTRACT

Proposed
Sl. Minimum Experience Minimum No.
Position
No. Qualification in Years of Posts

1 Plant Manager B.E. (Civil) 2 13

2 Operator ITI (Elec. /Mech.) 2 39

3 Electrician ITI (Elec.) 2 13

e) Project Information:

Information regarding the project features, major components and their location
etc., as available are provided in Volume - III ANNEXURE H & J Project profile
of the Bid documents.

f) Time for completion:


Period of Completion: 6 (six) Months for EPC Component of Works (Inclusive of
Monsoon Period) and 7 (seven) years for O&M Component of Works after completion
of EPC Component of Works.

The time for completion of the project including time required for creation of
construction facilities and infrastructure works, necessary pre-construction survey,
investigation, soil exploration, design and engineering etc., shall not exceed 6 (Six)
months from the Date of Commencement for EPC Component of Works and 7
(seven) years for O&M Component of Work after completion of EPC Component of
Works. Stipulated Time for Completion is the main essence of the contract and shall
be strictly adhered to.

The Date of Commencement and date of possession of the site shall be the date
of Contract Agreement.

2. Source of funds

Expenditure of this project will be met from GOI, Govt. of AP & Municipal Funds

3. Acceptance Conditions of the Technical bid and Price Bid:

The eligibility criteria for the above EPC Bid are as follows:

I. General Requirements:

Civil Contractors/ Contracting firm having registration with Government of Andhra


Pradesh/Central Government/Other state Governments in appropriate eligible class
are eligible.

Joint Venture: Not Allowed

In case of Technology supplier/ provider:

a) As the bidding will be based on open technology (technology neutral), to ensure


transparent, fair and just bid evaluation for different kinds of technology, if the
42 of 223
sole bidder is not a technology supplier /provider, sole bidder must form
memorandum of understanding (MoU) with the technology supplier / provider
for design/performance guarantee along with the performance credentials of
the offered process, its design philosophy and process with calculations,
drawing, layout, hydraulic flow diagram, process flow diagram, P&I diagram,
O&M manuals, control philosophy etc.

The technology supplier / provider must have a registered office in India fully
equipped with trained man-power to extend services as and when required.
Documentary evidence on the above shall be submitted along with the offer.
The client reserves the right to cross-verify the documents. The bids will be
disqualified in case of any ambiguity.

b) The technology provider can participate in the tender as a 'Sole Bidder'


However, 'Memorandum of Understanding (MoU) can be entered with multiple
bidders .

c) The STP technology proposed by the Technology Provider (MoU


Partner/Contractor) shall have been completed and in successful operation
anywhere in India for a minimum period of two years preceding the last date of
submission of bids. The technical bid shall be evaluated based on the facts
and circumstances supported by documentary evidence /certificates from the
client not below the rank of Executive Engineer or equivalent, duly
countersigned by an officer not below the rank of Superintending Engineer.

d) Memorandum of Understanding (MoU) with the technology supplier /provider


shall be submitted on Rs. 100/- non judicial stamp paper duly notarized and
signed by the respective authorized representatives clearly stating the terms &
conditions of the MoU. Such MOU should be valid till the project completion
period (i.e. completion of O&M period) and it shall not be amended or modified
without prior consent from the client during the period of performance of
contract; the client shall not allow such change except for special reasons.
Also, the MoU between the technology supplier / provider/contractor shall be
made part of the bid and contract. Both the contractor and technology supplier
/ provider shall be jointly and severally responsible for the performance of the
plant. The process design & drawings shall be vetted by IITs/NITs and signed
by the technology supplier / provider also.

e) In case a technology provider is not required for the proposed technology, the
bidder shall fulfilll the conditions mentioned in clause 1.2(c) above, in support
of the track record of providing the technology on their own, and also submit
CVs/ Credentials of the designer for the proposed STP works.

f) Experience for minimum quantities mentioned above relating to the works


executed in the central / any state govt./UT/PSUs/ municipalities shall be
considered only if certified by an officer not below the rank of Executive
Engineer and countersigned by an officer not below the rank of Superintending
Engineer.

The bids are limited to those individuals, firms, companies, who meet the following
qualification and the eligibility requirements:

The bidder shall furnish the GST Registration Certificate at the time of bidding.
The bidder shall furnish the Income Tax Pan and submission of latest Income Tax
return along with proof of receipt.

Only those Bidders / firms who have not applied for / availed Corporate Debt
Restructuring (CDR) nor have been subjected to Strategic Debt Restructuring (SDR)
during the last five (5) financial years are eligible to participate in the Bid.

Deleted.
43 of 223
The Bidders are liable to be disqualified / debarred / suspended / black listed if
they have Furnished false / fabricated particulars in the Forms, Data Sheets,
Statements and Annexure submitted in proof of the qualification requirements
and/or not turned up for entering into contract, when called upon, and

Even while execution of the work, if found that the work was awarded to the
Contractor based on false / fake certificates of experience, the Contractor will be
blacklisted and action will be taken as per Clauses 55 and 56 of General Conditions
of Contract of Volume-I.

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

c. Abnormally high or within the reasonable limits but under collusion or due to
unethical practices adopted at the time of Bidding process, such bids shall
be rejected.

d. The Bidder of the Bid, which the Bid Accepting Authority considers excessive
and/or indicative of insufficient knowledge of current prices or definite
attempt of profiteering, will render itself liable to be debarred permanently
from Bidding or for such period as the Bid Accepting Authority may decide.
The Bidder‟s quoted price should be based on the controlled prices for the
materials, if any, fixed by the Government or the reasonable prices
permissible for the Bidder to charge a private purchaser under the provisions
of clause-6 of the Hoarding and Profiteering Prevention Ordinance of 1943 as
amended from time to time and on similar principle in regard to labor
supervision on the construction.

The bidder should furnish the availability (either owned or leased) of following
minimum key and critical equipment required for the work.
a. Cranes - 13 No.
b. JCB/ Proclainer - 13 No.
c. Pin Vibrators - 26 Nos.
d. Pan Vibrators - 26 Nos.
e. Water Tanker of 4000 liters capacity - 13 Nos.
f. Tractor/ Tippers - 13 Nos.
g. Weigh batching plant 30 cum/hr - 07 Nos.

The bidder should furnish the availability of following key personnel.

a) Graduate Engineers with Masters Degree (Environmental Engg.) – 03 Nos.


b) Graduate Engineers (Civil) – 13 Nos.
c) Graduate Engineers (Elec. / Mech.) – 07 Nos.
d) Diploma Engineers (Civil) – 13 Nos.
e) Diploma Engineers (Elec. / Mech.) – 13 Nos.

The bidders shall furnish the particulars of quality control testing Lab owned, or tie
up with established quality control laboratories.

II. TECHNICAL REQUIREMENTS

EXPERIENCE IN DESIGN, CONSTRUCTION, INSTALLATION, TESTING AND


COMMISSIONING:

The bidder must have executed and completed the Sewage Treatment Plants (STPs) with
proven technology (except waste stabilization ponds technology) meeting the then
effluent discharge standards along with performance reports for one (1) year issued
by the client for a Min. total capacity of 11.50 MLD in any one financial year during
the last ten Financial Years ending with 31-03-2018.

44 of 223
The bidder may propose any technology to treat the sewage generated in the PMAY
(U) housing layouts of Urban Local Body (ULB). The proposed technology should
meet up to the effluent standards as mentioned under:
i) pH 6.5 - 8.5,
ii) BOD < 10mg/lit
iii) COD < 50mg/lit
iv) TSS < 10mg/lit
v) TN < 10mg/lit
vi) TP < 2mg/lit
vii) NH4N < 5mg/lit
viii) FC < 100 MPN / 100 ml
ix) DO > 4 mg/lit.

1.1.3 The bidder has to set-up the proposed plants constituting the STPs
pertaining to the process units and other essential units as mentioned in 1.1.3 a)
and 1.1.3 b) below, within an available area for thirteen (13) STPs 9,775Sqm
(Kondruprolu Site-I – 2.00MLD – 1700Sqm, Kondruprolu Site-II – 0.50MLD –
425Sqm & Kondruprolu Site-III – 0.20MLD – 170Sqm at Tadepalligudem ULB,
Penukulapadu – 3.00MLD – 2550Sqm & Pedagaruvu – 0.40MLD – 340Sqm at
Palakollu ULB, Madepalli – 0.10MLD – 85Sqm, Ponangi road – 2.60MLD – 2210Sqm
& Kotturu road – 0.50MLD – 425Sqm at Eluru ULB, Pedathallapunta – 0.40MLD –
340Sqm at Kovvuru ULB, Markandeyapuram – 0.60MLD – 510Sqm at
Jangareddygudem ULB, Bala Balaji – 0.30MLD – 255Sqm & Indiramma colony –
0.30MLD – 255Sqm at Tanuku ULB & Tirugudem – 0.60MLD – 510Sqm at
Nidadavolu ULB).

a) The bidder shall construct the STPs constituting these essential units of, i) Stilling
Chamber, ii) Mechanical Fine Screen, iii) Manual Fine Screen, iv) Grit Chamber, v)
all physico-chemical and biological treatment units to ensure effective primary,
secondary and tertiary treatment to satisfy the effluent discharge standards, vi)
Sludge Sump and Pump sets, vii) Sludge Thickner, viii)Thickened Sludge Sump
and Pump sets, ix) Centrifuge, x) Supernatant Sump and Pump sets, xi) Chlorine
Contact tank, xii) Chlorine Building, xiii) Air Blower Building, xiv) Workshop &
Toilet Block, xvi) DG Room, xvii) MCC Room, xviii) Transformer Yard, xix) Guard
Room, xx) DWPE Dosing Tank among other required units within minimum
possible land area.

b) The other essential units of STP shall constitute of the following:


i) Green belt, ii) Plant internal roads, iii) Wet well and pump house, iv) Receiving
chamber, v) Grit chamber, vi) Trash Screens, vii) Mechanical Coarse screens, viii)
Staff Quarters of size 10‟ x 10‟ be outside the process area.

1.1.4 deleted

III. FINANCIAL REQUIREMENTS

The bidder must have satisfactorily completed similar nature of works i.e. Sewage
Treatment Plants (STP) and allied works of value not less than Rs. 3573.34 Lakhs
in any one financial year during the last ten financial years ending with 2017-18.
The value will be updated by giving 10% simple weightage per year to bring them to
2017-18 price level.
Note: If the contract consists of STP and allied works, only Cost of STP and its
connected works will be considered for evaluation.

The bidder should produce liquid asset / credit facilities /Solvency certificate from
any Indian Nationalized / Scheduled Banks of value not less than Rs. 1786.70
Lakhs.

Deleted.
45 of 223
The Assessed available Bid capacity as per formula (2AN-B) should be greater than
internal Bench mark value assessed by the Department.
Where,
A= Maximum Value of Civil Engineering works executed in any one financial
year during the last ten financial years (updated 2017-18 price level)
taking into account the completed as well as works in progress.
N= Number of years prescribed for completion of the works for which tenders
are invited.
B= Value of existing commitments and ongoing works to be completed during
the period of completion of the project for which tenders are invited.

The bidder should furnish the availability (either owned or leased) of following
minimum key and critical equipment required for the work.
a. Cranes - 13 No.
b. JCB/ Proclainer - 13 No.
c. Pin Vibrators - 26 Nos.
d. Pan Vibrators - 26 Nos.
e. Water Tanker of 4000 liters capacity - 13 Nos.
f. Tractor/ Tippers - 13 Nos.
g. Weigh batching plant 30 cum/hr - 07 Nos.

The bidder should furnish the availability of following key personnel.

a) Graduate Engineers with Masters Degree (Environmental Engg.) – 03 Nos.


b) Graduate Engineers (Civil) – 13 Nos.
c) Graduate Engineers (Elec. / Mech.) – 07 Nos.
d) Diploma Engineers (Civil) – 13 Nos.
e) Diploma Engineers (Elec. / Mech.) – 13 Nos.

The bidders shall furnish the particulars of quality control testing Lab owned, or tie
up with established quality control laboratories.

deleted

deleted

deleted

The bidders shall furnish the particulars / information as required in the prescribed
format provided in the Data Sheets of Volume III.

Technical evaluation will be done only based on the documents uploaded on the e-
procurement platform as per G.O.M.S.No.171 MA, Dt: 01-05-2014 and subsequent GOs
issued from time to time by the Government. Clarification will be obtained in respect of
uploaded documents only in the evaluation process.

4. Cost of Bidding
The bidder shall bear all costs associated with the preparation and submission of
his Bid and the Employer will in no case be responsible or liable for these costs,
regardless of the conduct or outcome of the Bidding procedure.

5. Site Visit

The bidder, at the Bidder‟s own responsibility, risk and cost, is strongly advised to visit and
examine the site of work and its surroundings. He shall acquaint and obtain himself at his

46 of 223
own responsibility all relevant information such as existing utilities including underground
services, availability of labour, basic material, water, electricity etc, that may be necessary
for preparation of the Bid for entering into a contract for construction of the Work. A
declaration to this effect will have to be signed by the bidder in his Bid.

B. BID DOCUMENT
6. Contents of Bid documents

The Bid document issued for the purpose of this Bid is in two parts - Technical Bid and
Financial (Price) Bid. Technical Bid contains Volume-I, Volume-II and Volume-III, and
the Financial Bid is in Volume-IV.
The Bidder is expected to examine carefully all instructions, conditions, terms,
specifications and drawings in the standard Bid document viz. Technical Bid and
Financial Bid. Failure to comply with the requirements of Bid stipulations will be at the
bidders risk. Pursuant to clause 23, the Bids which are not substantially responsive to
the requirements of this Bid will be rejected.
Technical Specifications under Volume-II.
Addenda if any issued by the Bid inviting officer before the last date for submission of
Bids shall form part of bid documents.
The bidder shall be deemed to have carefully examined the bid documents and also
satisfied himself as to the nature and character of the work to be executed, the site
conditions and other relevant matters/details, any information thus had or otherwise
obtained from the Employer, shall not in any way relieve the contractor of his
responsibility for executing the work in terms of the specifications including all details
and incidental work and supply of all accessories and apparatus which may not have
been specifically mentioned in the specification or drawings, but otherwise necessary
for ensuring completion and commissioning of the work within the quoted price only.

7. Clarification of Bid documents

In case any clarification is required by the bidder, he may obtain it personally or in


writing well in advance from the Employer. Clarification for which written request
has been received at least 3 days prior to pre-bid meeting only will be answered.

8. Amendments to Bid document

At any time prior to the dead line for submission of Bid, the employer may for any
reason whether at his own initiative or in response to a clarification requested by a
prospective bidder modify the Bid document by issuance of an addendum. The
addendum will be kept in website www.apeprocurement.gov.in one day prior to the
date of submission of bid.

C. PREPARATION OF BIDS
9. Language of the documents

All documents relating to the Bid shall be in the English Language only.

DOCUMENTS COMPRISING THE BID

The Bid comprises the following:


a. Technical Bid
b. Financial Bid

10. Technical Bid:

The Bid to be prepared by the bidder shall comprise the Form of Bid and appendices
thereto in the Formats as given in Volume-III of this document duly filled in, the Bid
Security, the information on technical man power to be available on this work, the
contractor‟s alternative technical proposals based on Scope of Work as defined in
Volume III, design criteria, soil data and other such relevant information and any
other material required to be completed and submitted in accordance with the
47 of 223
instructions to bidders embodied in Bid document. The forms and the data provided
in this document shall be used without exception.

The Technical Bid shall comprise the following:

a. Scanned copy of EMD in the form of Online/BG in original.

b. Deleted.
c. Transaction Fee for an amount of Rs.29,500/- + -------%service tax + ------- %
Education cess (Total of Rs.-----------/-) shall be paid through electronic
gateway.
d. Certificates regarding Annual Turnover of the firm duly authenticated by a
Chartered Accountant. Experience in execution of similar works duly certified
by the Executive Engineer and countersigned by the Superintending Engineer
concerned.

e. Scanned copy of Proof of Experience

f. Data Sheet-1 – Bidder‟s Appreciation of the Project

g. Data Sheet-1 A – Bidder‟s confirmation and compliance to Technical Parameters


of the Project

h. Data Sheet-2- Bidder‟s Organizational Managerial Capacity

i. Data Sheet-3 - Bidder‟s Organizational set up for the Project

j Data Sheet-4 – Project Components along with Drawings

k. Data Sheet-5 - Management of Design and Engineering Services

l. Data Sheet-6 - Proposed Work Plan and Construction Methodology for different
components

m. Data Sheet-7 – Deleted

n. Proposed Deployment of Key Personnel with their Bio-data

o. Data Sheet-8 - Electrical and Mechanical Equipment and Control System


Proposed
p. Proposed Deployment of Construction Machinery and Equipment
available/proposed to be procured for executing this work etc.
q. Data Sheet-9- Proposed Sub-Contractors

r. Data Sheet-10- Proposed Source of Key Materials

s. Data Sheet-11- Proposed Construction Schedule of the Project

t. Data Sheet-12 – Proposed Quality Control and Quality Assurance System

u. Data Sheet-13 – Guaranteed Power Consumption for Various Process


Components of STP for First to Seventh Year of O&M

v. Data Sheet-13A – Power Consumption for Various Process Components of STP


for Eighth to Fifteenth Year of O&M

w. Data Sheet-14 – Breakup of Land Requirement

48 of 223
ANNEXURE –A: LIST OF KEY PERSONNEL TO BE DEPLOYED
ANNEXURE –B: BANK GUARANTEES
ANNEXURE –C: CRITICAL EQUIPMENT AND MACHINERY REQUIRIED
ANNEXURE –D: LABORATORY EQUIPMENT REQUIRED
ANNEXURE –E: REPORTING REQUIREMENTS
ANNEXURE –F: DRAWINGS
ANNEXURE –G: SOIL INVESTIGATION REPORT
ANNEXURE –H: BASIC PROJECT PARAMETERS
ANNEXURE –J: PROJECT PROFILE
ANNEXURE –K: CERTIFICATE FOR EXPERIENCE OF WORK
ANNEXURE –L: MEMORANDUM OF UNDERSTADING (MOU) FOR TECHNOLOGY
TIE-UP AGREEMENT WITH QUALIFIED TECHNOLOGY
PROVIDER
ANNEXURE –M: STATEMENTS I to IX

STATEMENT – I DETAILS OF VALUE OF CIVIL ENGG. WORKS EXECUTED


STATEMENT – II A DETAILS OF WORKS COMPLETED
STATEMENT – II B DETAILS OF SIMILAR WORKS COMPLETED
STATEMENT – III PHYSICAL QUANTITIES EXECUTED BY THE BIDDER
STATEMENT – IV DETAILS OF EXISTING COMMITMENTS
STATEMENT – V AVAILABILITY OF CRITICAL EQUIPMENT & MACHINERY
STATEMENT – VI AVAILABILITY OF KEY PERSONNEL
STATEMENT – VII INFORMATION ON LITIGATION HISTORY
STATEMENT – VIII INFORMATION RELATING TO FINANCIAL CRITERIA
STATEMENT – IX FINANCIAL DATA

The bidder shall sign on all the documents (such as EMD, transaction fee payable to
M/s. Vupadi Technologies, certificates required for qualification) owning
responsibility for their correctness/authenticity and upload them.

The bidder shall invariably furnish the original DD/BG to the tender inviting
authority within the stipulated time. Department will not take any responsibility for
any delay or non-receipt.

The successful bidder is required to pay a e-procurement corpus fund Rs. 25,000/-
in favour A.P.T.S Vijayawada before conclusion of agreement in the shape of demand
draft drawn on any Indian Nationalized Bank /Scheduled Bank payable at
Vijayawada.

The bidders shall furnish a declaration online stating that the soft copies uploaded
by them are genuine. Any incorrectness/deviation noticed will be viewed seriously
and apart from cancelling the work duly forfeiting the EMD, criminal action will also
be initiated including suspension of business.

49 of 223
Financial (Price) Bid
The Financial Bid shall comprise the following:

VOLUME – IV: FINANCIAL BID (PRICE BID)


FORM OF BID (LETTER OF TENDER)

SCHEDULE – A: PRICE BID

ANNEXURE – N: METHODOLOGY FOR PRICE BID EVALUATION

ANNEXURE – P: SCHEDULE OF PAYMENTS

The bidder shall quote his offer for the whole of the work in “Form of Bid” in Volume
IV on a firm Lump sum price in Indian Rupees on a single source responsibility
basis at appropriate place of the bid document to be submitted as per procedure set
in Clause 17. The bidder shall furnish the detailed estimates prepared based on
approved drawings after detailed survey & investigation as per provisions of the
Contract Agreement.
The rates and prices quoted by the Bidder are not subject to adjustment during the
performance of the Contract for taxes, duties and any other levies. All duties, taxes,
and other levies payable by the contractor as per State / Central Government rules,
shall be included in the contract value quoted by the Bidder, except as mentioned
in Clause 11 of ITB.
Notwithstanding anything that is stated, the price once accepted by the Employer
shall be final and shall not be subject to any claim on any ground whatsoever.
Bidders shall quote price in the proforma given in Volume-IV (Financial Bid). The
proportional cost of each of the components of work as compared to overall cost of
the project shall be as provided in Annexure–P, ‟Schedule of Payments‟. The
contractor whose price bid has been accepted shall be required to submit
component wise cost details based on and limited to the provision shown in
Annexure-II, ‟Schedule of Payments‟. The same shall be finalized with the successful
bidder, before award of the contract for the purpose of interim payments. While
doing so, the quoted lump sum price of the Bid shall be kept firm.
The contractor is expected to quote the bid price in lump sum after careful analysis
of cost involved for performance of the work in complete shape considering all
specifications and Conditions of Contract. In case it is noticed that the price quoted
by the Bidder is unusually high or unusually low, it will be a sufficient cause for
rejection of the bid unless the Employer is convinced about the reasonableness of
the bid price on scrutiny of the analysis for such price to be furnished by the Bidder.
The bidder shall submit along with his bid, monthly cash-flow statement based on
requirement of funds (Indian Rupees) to match the Physical targets of construction.
The bidder shall pay special attention as regards achieving the critical milestones on
schedule so as to ensure final commissioning of the work on time. The Employer
shall critically monitor both the Physical as well as Financial Targets, on monthly
and quarterly basis. Shortfalls, if any, in the monthly targets shall be immediately
rectified by supplementing the resources by the contractor leading to increase in the
progress, at no extra cost to the Employer, so as to achieve the quarterly targets as
per schedule.

11. Bid prices

i) The bidder shall quote his offer in “Form of Bid” in Volume III as Lump sum at
appropriate place of the bid document to be submitted as per procedure set in
Clause 17. The bidder shall furnish the detailed estimates prepared based on
approved drawings after detailed survey& investigation as per provisions of
agreement.

ii) The lump sum price quoted by the bidder shall include all the costs towards
Detailed Investigation, designing, Preparation of BoQ based on approved designs &
drawings, execution, testing, commissioning & trail run including O&M as

50 of 223
stipulated in the bid documents and completing the works as per defined scope of
work and deliverables based on design criteria to be followed as per CPHEEO/BIS
Codes/ISO codes/GoI advisories as deemed fit. The lump sum offer shall provide for
all superintendence, labour, material, plant, equipment, Taxes & Duties for all items
delivered as finished items and all other things required for successful completion of
the work including all taxes & duties but excluding Works Contract GST @ 12% &
Seigniorage Charges as applicable.

12. Bid validity

Validity of the Bid will be 90 days from the date fixed for opening of the Bids and
thereafter until it is withdrawn by notice in writing duly addressed to the authority
opening the Bid. Such withdrawal after 90 days shall be effective from the date of
receipt of notice by the Employer.

13. Earnest Money Deposit, its forfeiture and penal action

The bidder should furnish 1% EMD in online payment at the time of submitting bids
in favor of A.P. Township & Infrastructure Development Corporation Limited
(Account details – Account Name: A.P. Township & Infrastructure Development
Corporation Limited (EMD from Contractors). Name of the bank: ICICI, Branch:
Eluru Road, Gunadala, Vijayawada, A/c No. 424601000083, IFSC Code:
ICIC0004246). The bidder can also pay the EMD in the shape of irrecoverable
Bank Guarantee in favour of Managing Director, A.P. Township & Infrastructure
Development Corporation Limited from any Nationalized / Scheduled Banks
and the Bank Guarantee should be valid for 90 day from the date fixed for
opening of the bids i.e. Bid validity period as per proforma enclosed.

If Bank Guarantee is furnished towards EMD, it shall be obtained from any


scheduled commercial Bank/ Nationalized Bank as per the proforma given in Vol. III
under Annexure B (Proforma - I) and shall be valid for a minimum period of 90
days.

Any Bid not accompanied by the Bid Security will stand rejected.

In the event of the Bid being accepted subject to provisions of the sub clause 13.5
below, the said amount of bid security, if so requested by the bidder be appropriated
towards the amount of performance security deposit payable by him under the
conditions of contract.

“Forfeiture of Bid security”: If after submitting the Bid, the bidder withdraws his
offer or modifies the same or if after acceptance of his Bid fails or neglects to furnish
the Performance security, without prejudice to any rights and powers of the
Employer here under or in law, the employer shall be entitled to forfeit the full
amount of Bid Security deposited by the bidder. The employer shall also have right
to forfeit the full amount of Bid security if the contractor fails to submit the
performance guarantee within 21 days from the receipt of LOA issued pursuant to
Clause No.27.

In the event of Bid being not accepted the amount of Bid Security deposited by the
bidder, shall unless it is prior thereto to forfeit under provisions of sub clause 12.5
above, be refunded to him on passing of receipt thereto without any interest.

14. No Variations in Bidding conditions

The bidders are hereby instructed to not to alter or make any changes in the
bidding documents. If any changes are made by bidder, they shall be treated as
tampering of documents and the bid shall be summarily be rejected.

15. Pre-Bid meeting

51 of 223
A pre Bid meeting open to all prospective bidders will be held in the O/o the Chief
Technical Officer-II, at 11:00AM on 28-09-2018 wherein the prospective bidders will
have an opportunity to obtain clarifications regarding the Bid conditions and the
work. For this, only questions received in writing 3 days prior to the pre-Bid meeting
shall be clarified in writing.

The prospective bidders are free to ask any additional information or clarification in
writing and reply to the same will be given in writing. Minutes of the meeting
including copies of the questions raised and the replies given will be furnished to all
those attending the meeting (subsequently to all the bidders). Any modifications of
Bid document which may become necessary as a result of pre Bid meeting shall be
through issuance of an addendum pursuant to clause 8 of these instructions.

16. Format and signing of Bids - Deleted due to bidding on „e‟ platform.

D. SUBMISSION OF BIDS

17. Submission of Bids

(a) Bidders need to contact the Deputy Chief Technical Officer-II, APTIDCO,
Vijayawada for information on e-procurement.

(b) Bidders need to register on the electronic procurement market place of


Government of Andhra Pradesh i.e., “www.apeprocurement.gov.in”. On
registration on the e-Procurement market place, they will be provided with a
user ID and password by the system using which they can submit their bids
online.

(c) While registering on the e-procurement market place, bidders need to scan and
upload the required documents as per the Bid requirements on to their profile.

(e) Steps for registration and submission of bids are described in detail in the
“Bidders Training Booklet” available at the above web site.

E. BID OPENING AND EVALUATION

18. Bid opening

Bid opening will be as per the e-procurement procedures.

19. Process to be confidential

After opening of the Bids publicly, information relating to the examination,


clarification, evaluation and comparison of Bids and recommendations concerning
the award of contract shall not be disclosed to the bidders or other persons not
officially concerned with such process until the award of the contract to successful
bidder has been announced.

Any effort by a bidder to influence the employer in the process of examination,


clarification, evaluation, comparison of bids and in the decision concerning the
award of contract may result in rejection of the Bid.

20. Clarification of Bids

To assist in examination and evaluation of Bids, the employer may ask the bidders
individually for clarification of their offer including break down of costs, reasons in
case of very high/very low offer. Such request shall be in writing and the response
shall also be in writing.

21. Bid liable for rejection

The Bid is likely to be rejected if on opening it is found that:–

52 of 223
a) The bidder has not strictly followed the procedure laid down for submission of
Bid.
b) The bidder has proposed conditions which are inconsistent with or contrary to
the terms and conditions specified in the bid documents.
c) Additions, corrections or alteration are made by the bidder on any page of the
Bid document.
d) Any page or pasted slips are missing.
e) The bidder has not signed the Bid.
f) The bidder has submitted a conditional bid.
g) The bidder has not attached the addendum to the main Bid form as stated in
para 7.
h) In case the technical proposal of bidder who has quoted the lowest price and
who has satisfied other criteria is not conforming to the stipulations made, the
bidder without revising the cost shall modify the same to conform to the
stipulations. If the bidder refuses to modify this, then the Bid shall be treated as
non responsive and rejected.

i) The bidder has quoted financial offer anywhere other than specified in Financial
Bid.

22. Correction of errors and Discrepancy in Contract Price Quoted

If there is any discrepancy between the overall contract price quoted in figures and in
words, the rate quoted in words will be treated as the offer.

In case of any discrepancy between the overall price quoted in online and offline
(Hard Copy), the price quoted in online shall prevail.

23. Evaluation, Comparison and Finalization of Bids

The Chief Technical Officer-II, APTIDCO will evaluate whether each Bidder is
satisfying the eligibility criteria prescribed in the Bid document, and submit it to the
Committee constituted for finalizing the bids, which will communicate its decision to
the Chief Technical Officer-II, APTIDCO.

If the technical bid of a Bidder is not satisfying any of the eligibility criteria, it will be
rejected by the Chief Technical Officer-II, APTIDCO. However, if the Committee
detects any discrepancy or non-adherence to the bid conditions in evaluation of
Bids, it may direct the Deputy Chief Technical Officer-II or the Chief Technical
Officer-II as the case may be, to re-evaluate the Bids. In case of any ambiguity, the
decision taken by the Committee on the Bids shall be final and binding on the Bid
opening authority and the Contractor.

If any alteration is made by the Bidder in the Bid documents, the Conditions of
Contract, drawings, specifications, statements/formats or in the quantities, the Bid
will be summarily rejected.

Evaluation and Comparison of Price Bids: The Chief Technical Officer-II will evaluate
and compare the price bids as per the methodology stipulated in
Annexure – N, of all the qualified Bidders and send it to the Committee
constituted for finalizing the bids.
Negotiations at any level are strictly prohibited. However, good gesture rebate, if
offered by the lowest Bidder prior to finalization of Bids may be accepted by the Bid
accepting authority.

Selection of Bidder among the lowest & equally quoted qualified and responsive
Bidders will be in the following order:
a) The Bidder whose bid capacity is higher will be preferred for selection.

53 of 223
b) In case the bid capacity is also the same, the Bidder whose annual turnover is
more will be preferred for selection.
c) Even if the above criteria happen to be the same, higher turnover on similar
works, then more machinery availability for the work and thereafter the better
track record of the firm or all the partners of JV will be preferred for selection.

F. AWARD OF CONTRACT

24. Award criteria

Subject to clause 23, the employer will award the contract to a bidder whose Bid has
been found to satisfy all the requirements of the Bid documents and who has offered
the lowest price.

25. Department‟s right to accept any Bid and to reject any or all Bids

Notwithstanding the provisions in clause 24, the employer reserves the right to
accept any Bid and to annul the Bid process and to reject any or all the Bids at any
time prior to award of contract without thereby incurring any liability to the affected
bidders or any obligation to inform the affected bidder/s of the grounds for the
employer‟s action.

26. Notification of award

Prior to the expiration of Bid validity period or any such extended period, the
employer will notify the successful bidder in writing by a registered letter that his Bid
has been accepted. This letter (herein after and in conditions of contract called letter
of acceptance) shall name the sum which the employer will pay to the Contractor in
consideration of the execution, completion and maintenance of the work by the
Contractor as prescribed in the Contract. This notification of award will constitute
formation of contract.

27. Performance Guarantee

Upon receipt of the Letter of Acceptance, the successful Bidder shall attend the Office
of the Chief Technical Officer-II, APTIDCO, Vijayawada on the specified date and shall
make payment of balance E.M.D. of 1.5% making a total deposit of (1% EMD +
1.5% balance EMD) 2.5% of accepted Bid amount/IBM value which is higher as
Performance Guarantee, and also the required Additional Security Deposit (ASD) in
case the bid amount is less by more than 25% of IBM value.

The Pperformance Guarantee and the ASD in case the bid amount is less by more
than 25% of IBM value, shall be either in the form of crossed Demand Draft drawn in
favour of Managing Director, APTIDCO or in the form of irrevocable Bank Guarantee
issued by a Nationalized Bank of India or any scheduled Bank in favour of the
Managing Director, APTIDCO. The period of validity for the Pperformance Guarantee
and the ASD shall be up to the end of the Defects Liability Period of 24 Months + 7
years after the completion of work.

28. Signing of agreement

Upon furnishing the Performance Guarantee the contractor will be invited to conclude
the Contract in the form prescribed by the department for the due fulfilllment of the
contract. Upon entering into Contract, a copy of the Contract document will be
communicated to the contractor with a request to commence the work within the
specified time.

Failure of the successful bidder to attend the O/o Chief Technical Officer-II, APTIDCO
on the date fixed in the Letter of Acceptance, or to enter into Contract shall entail
forfeiture of the Earnest Money Deposit. The written Contract to be entered into
between the contractor and the Government shall be the foundation of the rights and
obligations of both the parties and the Contract shall not be deemed to be complete

54 of 223
until it has first been signed by the Contractor and then by the Officer authorized to
enter into Contract on behalf of the Government.

29. Corrupt or Fraudulent Practices

The Government requires that the bidders / suppliers / contractors under


Government financed contracts, observe the highest standard of ethics during the
procurement and execution of such contracts. In pursuance of this policy, the Govt.

a) Defines for the purposes of the provision, the terms set forth below as follows:
i) “Corrupt practices” mean the offering, giving, receiving or soliciting of anything of
value to influence the action of a Government official in procurement process or
in contract execution: and
ii) “Fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the
Government and includes collusive practice among Bidders (prior to or after Bid
submission) designed to establish Bid prices at artificial non-competitive levels
and to deprive the Government of the benefits of free and open competition.
b) Will reject a proposal for award if it determines that the Bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract in
question.
c) Will blacklist/debar a firm/JV and partners in J.V. either indefinitely or for a stated
period of time, if at any time it is determined that the firm has engaged in corrupt or
fraudulent practices in competing for, or in executing a Government Contract.
d) Further, Bidders shall be aware of the provisions in the General Conditions of
Contract.

30. APDSS and PS to APDSS and its addenda to form part of Contract

The special attention of the Bidder is drawn to the conditions in the Bid notice wherein
reference has been made to the Andhra Pradesh Detailed Standard Specifications
and the Preliminary Specifications (PS to) contained therein and its addenda. All of
them shall apply to the contract to be entered into between the contractor and Govt.
of AP and shall form an inseparable part of the contract along with the additional
conditions of contract, special specifications, drawings, contract, schedules etc. All
these documents taken together shall be deemed to form the Contract and shall be
complementary to one another.

The Bidder shall examine closely the A.P.S.S. and the Preliminary Specifications (PS)
to APDSS and addenda relating to EPC contracts contained therein, the drawings
and additional specifications and all the documents which form part of the contract
and sign them in token of such study before submitting his Bid which shall be for
finished work IN-SITU. These documents and any other information can be had at
any time between 11-00 A.M. to 5-00 P.M. on all working days in the Employer‟s
office.

The Bidders attention is directed to requirements of materials under the clause


materials and "Workmanship" in the PS to APDSS. Material conforming to relevant
BIS specifications shall be used on the work and the Bidder shall quote its bid
accordingly.

31. Testing of Materials before Bidding


The Bidder has to do his own testing of materials and satisfy himself that they
conform to the specifications of respective BIS Codes before Bidding.

32. Inspection of Site and Quarries by the Bidders


Every Bidder is expected, before quoting his bid, inspect the site of proposed work.
He should also inspect the quarries and satisfy himself about the quality and
availability of materials. The best class of materials to be obtained from quarries, or
other source shall be used on the work. In every case the material must comply with
the relevant standard specifications. Samples of materials as called for in the
55 of 223
standard specifications or in the Bid notice or as required by the Executive Engineer,

56 of 223
in any case shall be submitted for the Executive Engineer's, approval before the
supply to site of work is begun. The contractor after examination of the source of
materials shall state clearly in his Bid, where from he intends to obtain materials,
subject to approval of the concerned Deputy Chief Technical Officer-II / Technical
Officer.

33. Perusal of Technical Specifications and CPHEEO Manuals


The contractor should closely peruse the Technical Specifications, Manuals and
clauses which govern the bid he is Bidding, and its particular attention is drawn to
the sections and clauses in the Technical Specifications dealing with the following:
i ) Test, Inspection and rejection of defective materials and work.
ii ) Carriage.
iii ) Construction plant.
iv ) Water and lighting.
v ) Cleaning up during the progress and for delivery.
vi ) Accidents.
vii ) Delays.
viii ) Particulars of payments

34. The contractor is responsible for the quality of works executed. If any defects are
noticed during the Defects Liability Period of 24 months after completion of works, the
contractor has to rectify at his own cost.
35. No alteration which is made by the Bidder in the contract form, conditions of contract,
drawings, specifications or Schedule 'A' accompanying the same will be recognised
and if any such alterations are made, the Bid will be void.
36. A Bidder submitting a quotation which the Bid accepting authority considers
excessive and/or an indication of insufficient knowledge of current Prices or definite
attempt at profiteering will render itself liable to be debarred permanently from
Bidding for such period as the Bid accepting authority may decide. The Bidder‟s bid
should be based on the controlled prices for the materials if any fixed by the
Government or the reasonable prices permissible for the Bidder to charge a private
purchaser under the provisions of clause-6 of the Hoarding and Profiteering
Prevention Ordinance of 1943 as amended from time to time and on similar principle
in regard to labour supervision in the construction.

37. Read as per Clause 46 of D-Cost Control under GCC.

38. It is to be expressly and clearly understood that contractor shall make his own
arrangements to equip himself with all machinery and special tools and plant
required for the speedy and proper execution of the work and the department does not
undertake any responsibility towards their supply.

39. The Bidder should select quarries and sources of water of his own choice and quote
the bid including quarrying, conveyance and all other charges and other construction
materials.

40. The work will have to be executed as per BIS specifications, CPPHE manuals, standard
specifications of APDSS and special specifications attached herewith or as directed by
the Engineer-in-charge with reference to the working drawings.

41. The Bid quoted shall be for finished work in situ and inclusive of all incidental and
contingent charges. The contractor is advised to analyze the rates workable to him
reckoning all the pertinent parameters and quote the overall Bid amount.

42. The contractor shall, at its cost, do all the drainage and pumping necessary for
carrying out the work including shoring, strutting, and provide necessary drain
diversion works and other protective works contingent to the work and also maintain
them during the course of work in serviceable and safe condition. The Department
accepts no responsibility for any damage to the work itself consequent on the failure

57 of 223
of the above works, whether it be due to rains, floods or other causes. The bid quoted
must be inclusive of all the above.

43. Re-handling of excavated soil due to injudicious selection of the place of dumping shall
not be paid for. The contractor should use the excavated useful soil and stone
obtained from excavation for construction purpose.

44. The responsibility for arranging the land for borrow area rests with the contractor and
no separate payment will be made for its procurement or otherwise and contractor‟s
quoted bid will be inclusive of the land cost.

45. Vernacular signature should be translated into English.

58 of 223
VOLUME - I

Section 2: GENERAL CONDITIONS OF CONTRACT (GCC)

A. GENERAL PROVISIONS

1. Definitions:

1.1 a. In the Conditions of Contract, the following words and expressions shall have the
meanings stated. Words indicating persons or parties include corporations and other legal
entities, except where the context requires otherwise.

i. “Authority” or Department shall mean the successors in office and assignees.

ii. The "Chief Technical Officer-II" shall mean the Chief Technical Officer-II
(APTIDCO), Vijayawada.

iii. The “Deputy Chief Technical Officer” means the Deputy Chief Technical Officer
(APTIDCO) of Rajamahendravaram circle.

iv. Deleted

v. The "Engineer-in-Charge" shall mean the Technical Officer, West Godavari who is
designated as such for the time being, in whose jurisdiction the work lies.

vi. The “Engineer” shall mean any authorized representative who is the consultant to
the department appointed by the Employer to perform the duties and
responsibilities of the consultant in supervising the contract.

vii. The “Engineer‟s representative” means the Project Manager appointed /


nominated by the Engineer, who is the representative of the department to perform
the duties and the responsibilities of the Engineer in supervising the contract.

viii. A "Day" shall mean a day of 24 hours from midnight to midnight irrespective of the
number of hours worked in that day.

ix. A “Week” shall mean 7 consecutive days without regard to the number of hours
worked in any day in that week.

x. The “Site” shall mean the lands and /or other places, on under, in or through
which the work is to be executed under the Contract including any other lands or
places which may be allotted by the Department or used for the purpose of
Contract.

xi. “Urgent Works” shall mean any measures which, in the opinion of Engineer
becomes necessary during the progress of the work to obviate any risk or accident
or failure or which becomes necessary for security of the work or the persons
working thereon.

b. The Contract

i. “Contract” means the Contract Agreement, these Conditions, the Employer‟s


Requirements, the Tender, and the further documents (if any) which are listed in
the Contract Agreement.

ii. “Contract Agreement” means the Contract Agreement referred to in Sub-Clause


1.6 [Contract Agreement], including any annexed memoranda.

iii. “Employer‟s Requirements” means the document entitled Employer‟s


requirements, as included in the Contract, and any additions and modifications to
such documents in accordance with the Contract. Such document specifies the
purpose, scope, and/or design or other technical criteria, for the Works.

59 of 223
iv. “Tender” / ”Bid” means the Contractor‟s signed offer for the Works and all other
documents which the Contractor submitted therewith (other than these Conditions
and the Employer‟s Requirements, if so submitted), as included in the Contract.

v. “Performance Guarantees” and “Schedule of Payments” mean the documents


so named (if any), as included in the Contract.

c. Parties and Persons

i. “Party” means the Employer or the Contractor, as the context requires.

ii. “Employer” means the Chief Technical Officer-II, APTIDCO as designated by the
Government of Andhra Pradesh for the purpose of the Contract.

iii. “Contractor” means the person(s) named as Contractor in the Contract Agreement
and the legal successors in the title to this person(s)

iv. “Employer‟s Representative” means the person named by the Employer in the
Contract or appointed from time to time by the Employer, who acts on behalf of
the Employer, who shall carry out the duties assigned to him, and shall exercise
the authority delegated to him by the Employer. Unless the Employer notifies the
Contractor otherwise, the Employer‟s Representative shall be deemed to have the
full authority of the Employer under the Contract, except in respect of Clause 28
[Termination by Employer].

v. “Contractor‟s Representative” means the person named by the Contractor in the


Contract or appointed from time to time by the Contractor under Sub-Clause 8.1
(Contractor‟s Representative) who acts on behalf of the Contractor.

vi. “Employer‟s Personnel” means the Employer‟s Representative, the assistant referred
to in Sub-Clause 8.2 (Other Employer‟s Personnel) and all other staff, labour and
other employees of the Employer and of the Employer‟s Representative; and any
other Personnel notified to the Contractor, by the Employer or the Employer‟s
Representative, as Employer‟s Personnel.

vii. “Contractor‟s Personnel” means the Contractor‟s Representative and all Personnel
whom the Contractor utilizes on Site, who may include the staff, labour and other
employees of the Contractor and of each Sub-contractor; and any other Personnel
assisting the Contractor in the execution of the Works.

viii. “Sub-contractor” means any person named in the Contract as a sub-contractor, or


any person appointed as sub-contractor, for a part of the Works; and the legal
successors in the title to each of these persons.

ix. “Bidder”/”Tenderer” means the firm/company/individual/ Consortium who have


preferred their bid or tender.

x. “Technology Supplier/Provider” means the firm/company/individual who has the


domain knowledge of the sewage treatment process / technology used in the bid and
having requisite manpower in regard to the concept, design, engineering, installation
and commissioning of the same. The Technology Supplier/Provider should have
designed and installed the Plant, Equipment and Machinery using his technology /
process and they either are in successful operation, or have continuously been
operated for three years.

d. Dates, Tests, Period of Completion


i. “Base Date” means the date 28 days prior to the latest date for submission of the
Tender.
ii. “Date of Commencement” means the date notified under Clause 25.1 (Date of
Commencement of Works), unless otherwise defined in the Contract Agreement.

60 of 223
iii. “Time for Completion” means the time for completing the EPC Component of
Works with any extension under Clause 25.2 [Time for Completion], calculated from
the Date of Commencement.

iv. “Tests on Completion” means the test which are specified in the Contract or agreed
by both Parties or instructed as Variation, and which are carried out under Clause
34.4 [Tests on Completion] before the Works comprising Sections I, II, III, IV and V
are certified to be completed by the Employer.

v. “Taking-Over Certificate” for EPC Component of Works means a certificate issued


under Clause 53 [Employer‟s Taking Over].

vi. “Tests after Completion” means the test (if any) which are specified in the Contract
and which are carried out under Clause 34.5 [Tests after completion] after the Works
or a Section (as the case may be) are taken over by the Employer.

vii. “Defects Liability Period” means the period for notifying defects in the Works or a
Section (as the case may be) under Clause 35.1 [Correction of Defects, Defects
Liability Period], as stated in the Appendix to Tender, calculated from the date on
which the Works or Section is completed as certified under Clause 53 [Completion for
EPC Component of Works and As built documents]. The defects liability period shall
be two years calculated from the date on which the Works/Section is completed as
certified under Clause 53.

viii. “Performance certificate” means the certificate issued under Clause 36.5
[Performance Certificate]

e. Money and Payments

i. “Contract Price”/ “Contract amount”/ “Bid amount ” means the agreed amount
stated in the Contract Agreement in accordance with the price quoted in the Letter of
Tender.

ii. “Cost” means all expenditure reasonably incurred (or to be incurred) by the
Contractor, whether on or off the Site, including overhead and similar charges, but
does not include profit.

iii. “Final Statement” means the statement defined in Clause 43 [Application for final
payment].

iv. “Local Currency” means the lawful currency of India i.e. Indian Rupees.

v. “Retention money” means the accumulated retention moneys which the Employer
retains under Clause 43 [EPC Contractor‟s Application for Payments].

“Statement” means a statement submitted by the Contractor as part of an


application for payment under Clause 43 [EPC Contractor‟s Application for
Payments].

a. Works and Goods

i. “Contractor‟s equipment” means all apparatus, machinery, vehicles and other


things required for the execution and completion of the Works and the remedying of
any defects. However, Contractor‟s Equipment excludes Temporary Works,
Employer‟s equipment (if any), Plant, Materials and any other things intended to form
or forming part of the Permanent Works.
ii. “Goods” mean Contractor‟s Equipment, Materials, Plant and Temporary Works, or
any of them as appropriate.

61 of 223
iii. “Material” means things of all kinds (other than plant) intended to form or forming
part of the Permanent Works, including the supply only materials (if any to be
supplied by the Contractor under the Contract.

iv. “Permanent” Works means the permanent Works to be designed and executed by the
Contractor under the Contract.

v. “Plant” means the apparatus, machinery and vehicles intended to form or forming
part of the Permanent Works.

vi. “Section” means five Sections I, II, III, IV and V of EPC part of the Contract and
Section VI of Operation and Maintenance part of the contract.

vii. “Temporary Works” means all temporary works of every kind (other than
Contractor‟s Equipment) required on Site for the execution and completion of the
Permanent Works and the remedying of any defects.

viii. “Works” mean the Permanent Works and the Temporary Works, or either of them as
appropriate.

g. Other Definitions

i. “Contractor‟s Documents” means the calculation, computer programs and other


software, drawings, manuals, models and other documents of a technical nature
supplied by the Contractor under the Contract which shall comprise the technical
documents specified in the Employer’s Requirements, documents required to satisfy
all regulatory approvals, and the documents described in Clause 53. Unless otherwise
stated in the Employer‟s Requirements, the Contractor‟s Documents shall be written
in the Language for Communications defined in Clause 1.3.

ii. “Country” means India.

iii. “Employer‟s Equipment” means the apparatus, machinery and vehicles (if any) made
available by the Employer for the use of the Contractor in the execution of the Works,
as stated in the Employers Requirements; but does not include Plant which has not
been taken over by the Employer.
=
iv. “Force Majeure” is defined in Clause 60 (Force Majeure)

v. “Laws” means all national (or state) legislation, statutes, ordinances and other laws,
and regulations and by-laws of any legally constituted public authority.

vi. “Performance Security” / “Earnest Money Deposit (EMD)” means the security (or
securities, if any) under Clause 47 [Retention amount]

vii. “Site” means the places where the Permanent Works are to be executed and to which
Plant and Materials are to be delivered, and any other places as may be specified in
the Contract as forming part of the Site.

viii. “Variation” means any change to the Employers Requirements or the Works, which
instructed or approved as variation under Clause 38 [Contract Price, Variations,
Schedule of payments]

(a) all the members of the JV shall be deemed to be jointly and severally liable to
the Employer for the performance of the Contract;
(b) they shall notify the Employer of their leader who shall have authority to bind
the Contractor and each of them; and
(c) the Contractor shall not alter its composition or legal status without the prior
consent of the Employer.

62 of 223
Interpretation

Special Conditions shall be read in conjunction with General Conditions, Technical


specifications, Schedule of Works, Project Profile along with Drawings and other
documents forming part of this Contract wherever applicable or the context so
requires.

Notwithstanding the sub-division of the Contract into several contract documents


every part of each shall be deemed to be supplementary to and complimentary of
every other part and shall be read with and into the Contract so far as it may be
practicable to do so.

In the Contract unless otherwise stated specifically, the singular shall include the
plural, male means female and vice versa wherever the Contract so requires. Words
importing person shall include incorporated companies / registered association /
body of individuals / firm of partnership as applicable in context thereof.

All headings and marginal notes to the Clauses / Articles of the General Condition or
to the Specifications or to any other document forming part of the Contract are
solely for the purpose of giving a concise indication of the general subject matter
thereof and not a summary of the contents thereof, and they shall never be deemed
to be part thereof or be used in the interpretation or construction thereof.

If during the course of execution of the Works any discrepancy or inconsistency, error
or omission in any of the provisions of the Contract is discovered which has any
effect on the execution of the Works, and need to be clarified, the same shall be
referred to the Employer‟s Representative who shall give his decision and the issue
instructions directing the manner in which the Works are to be carried out. Any and
all decisions and/or orders of the Employer‟s Representative shall be deemed
decision and/or orders of the Employer. The Contractor shall carry out the Works in
accordance with such decisions and/or instructions of the Employer‟s
Representative.

Where it is mentioned in the Contract that the Contractor shall perform certain work
or provide certain facilities, it is understood that the Contractor shall do so at his
cost and the Contract Price shall be deemed to have included the cost of such
performances and provisions so mentioned.

The materials, design and workmanship shall satisfy the applicable standards,
specifications contained herein and codes referred to. Where the Contract stipulates
requirements in addition to those contained in the standards, codes and
specifications, those additional requirements shall also be satisfied.

In the Contract, except where the context requires otherwise:

(a) words indicating one gender include all genders;


(b) words indicating the singular also include the plural and words Indicating the
plural also include the singular;
(c) provisions including the word “agree”, “agreed” or “agreement” require the
agreement to be recorded in writing, and
(d) “written” or “in writing” means hand-written, type-written, printed or
electronically made, and resulting in a permanent record.

The marginal words and other headings shall not be taken into consideration in
the interpretation of these Conditions.

63 of 223
Law and Language

The language of the Contract shall be English.


All further documents and also correspondence in respect of the Contract shall be in
English.
The Employer's Assistant and the Contractor's representative shall be fluent in
English.
Governing Law and Jurisdiction.
The Contract shall be construed and interpreted in accordance with and governed
by the Laws of India.
In respect of all matters or actions arising out of the Contract and which may arise
at any time, the Courts at competent Jurisdiction shall have exclusive jurisdiction
(claims, dispute and Arbitration).

2. Interpretation:

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

The Contract shall come into full force and effect on the date stated in the Contract
Agreement. The cost of stamp duties and similar charges (if any) imposed by law in
connection with entry into the Contract shall be borne by the Contractor.

Until a formal agreement is prepared and executed, the letter of tender together with
written acceptance thereof, shall constitute a binding Contract between the
Employer and the Contractor.

The documents forming the Contract are to be taken as mutually explanatory of one
another. For the purposes of interpretation, the priority of the documents shall be
in accordance with the following sequence:
1) Contract Agreement
2) Letter of Acceptance, notice to proceed with the works
3) Scope of work, deliverables and drawings
4) Special Conditions of contract
5) General Conditions of Contract
6) CPHEEO manuals, Govt. of India Guidelines,
7) Relevant latest B.I.S. codes applicable to the work, Technical Specifications.
8) Technical Proposal of the contractor duly accepted by employer
10) Letter of Tender and L.S. Price Bid.
11) Addenda issued before the last date for submission of bids.
12) Any other document listed as forming part of the Contract.
3. Engineer-in-Charge‟s Decisions:

3.1 Except where otherwise specifically stated, the Engineer-in-charge will decide the
contractual matters between the Department and the Contractor in the role
representing the Department.

4. Delegation:

The Engineer-in-charge may delegate any of his duties and responsibilities to other
officers and may cancel any delegation by an official order issued.
64 of 223
Engineer‟s Duties

The Engineer shall obtain the specific approval of the Employer in respect of the
following:

a. Approving subletting of the Work


b. Granting claims to the Contractor
c. Ordering suspension of the work
d. Determining an extension of time
e. Waiving off the penalty and arranging the repayment of compensation for
delay
f. Issuing of Variation Order
g. Ordering any work/test beyond the scope of the Contract
h. Determining rates for the extra items /extra work
i. Any variations in the contract condition
j. Approval to designs and working drawings

Duties of the Engineer‟s Representative

The duties of the Engineer's Representative are to watch and supervise the work and
to test and examine any materials to be used or workmanship employed in
connection with the Works.

5. Communications:

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).

All communications during execution of the Contract shall be made at the following
address to the Employer:

O/o The Chief Technical Officer-II, APTIDCO, Vijayawada PIN: 520 013.

Phone : +91 9701249966


E-mail : [email protected]
Website : www.aptidco.com
Telephone Number : 0866 2577300/2577600
Communication through electronic transmission shall be made to the following e-mail
ID besides the Employer‟s Representative.

E-mail ID of Office of the Deputy Chief Technical Officer of concerned area:


.
E-mail ID of Office of the Technical Officer : .

Wherever these Conditions provide for the giving or issuing of approvals, certificates,
consents, determinations, notices and requests, these communications shall be:

(a) In writing and delivered by hand (against receipt), sent by post or courier, or
transmitted using electronic transmission viz., e-mail or fax; and
(b) Delivered, sent or transmitted to the address for the recipient‟s communications
as stated in the Contract. However:
(i) if the recipient gives notice of another address, communications shall
thereafter be delivered accordingly; and
(ii) if the recipient has not stated otherwise when requesting an approval or
consent, it may be sent to the address from which the request was issued.

65 of 223
6. Sub-contracting:

The Contractor shall not subcontract the whole of the Works. No part of the contract
shall be sub-let without written permission of the Employer nor shall transfer be
made by power of attorney, authorizing others to receive payment on behalf of the
contractor. The Contractor shall be responsible for the acts or defaults of any of his
Sub-contractor/s, his agents or employees, as if they were the acts or defaults of the
Contractor.

If the prime contractor desires to sub-let a part of the work, he shall submit the
same at the time of filing Bids itself, or if during execution, give the Employer not
less than 28 days‟ notice of:
(a) the intended appointment of the Subcontractor, with detailed particulars which
shall include his name, details of qualification and relevant experience with end
user‟s certificates;
(b) the intended commencement of the Subcontractor‟s work, and
(c) the intended commencement of the Subcontractor‟s work on the Site. Bidder
shall furnish additional information that may be required by the employer.

The Bid Accepting Authority should verify the experience of the Sub-contractor and
if the Sub-contractor satisfies the qualification criteria in proportion to the value of
work proposed to be sub-let, including his past track record and quality of work, he
may be permitted subject to the approval of Chief Technical Officer-II, APTIDCO. The
assessment of eligibility of sub-contractors would be done only for the successful
bidder. The total value of works to be awarded on sub-letting shall not exceed 50%
of contract value. However, even if subletting is accepted, the entire responsibility
shall rest with the main contractor. The extent of subletting shall be added to the
experience of the sub-contractor and to that extent deducted from that of the main
contractor. No correspondence with the sub-contractor will be entertained.

If it is found that the agency has sub-let the work unauthorizedly, the agency shall
be black listed and barred from participating in bidding for Government works for a
period of six years.

Recognition of unauthorized sub-letting may be based on reports of Vigilance &


Enforcement Department or any officer above the rank of Executive Engineer.

On receipt of such a report, the agreement concluding authority shall call for an
explanation from the agency fixing a time limit not exceeding 30 days. If no reply is
received within the time limit, it will be deemed that the agency has no explanation
to offer and orders shall be passed black-listing the agency by the Government.

If a reply is received, the reply shall be examined and an order after giving due to
consideration to the reply shall be passed by the Government.

A contracting firm shall also be black listed it is found that the firm has a person as
partner / director who is also a partner / director in a black –listed firm.

7. Other Contractors:

7.1 The Contractor shall cooperate and share the Site with other Contractors, Public
Authorities, Utilities, and the Department. The Contractor shall also provide
facilities and services for them as directed by the Engineer-in-charge.

8. Contractor‟s Representative and Personnel:

Contractor‟s Representative: The Contractor shall appoint the Contractor‟s


Representative and shall give him all authority necessary to act on the Contractor‟s
behalf under the Contract. If the Contractor‟s Representative is not named in the
Contract, the Contractor shall, prior to the Commencement Date or within 30 days
of entering into agreement whichever is earlier, submit to the Employer for consent,
66 of 223
the name and particulars of its Representative with his photo ID card to the
Employer.

If consent is withheld or subsequently revoked, or if the appointed person fails to act


as Contractor‟s Representative, or in case of a change in the Representative, the
Contractor shall similarly submit the name and particulars of other suitable person
for such appointment within a week. The Contractor shall not, without the prior
consent of the Employer, revoke the appointment of its Representative or appoint
replacement. The Contractor‟s Representative shall receive instructions on behalf of
the Contractor. The Contractor‟s Representative and all these persons shall be fluent
in the language for communications defined in Sub-Clause 1.3 [Law and Language].

Contractor‟s Key Personnel: The Contractor shall employ the required Key Personnel
named in the Schedule of Key Personnel (technical personnel including quality
management staff) to carry out the functions stated in the Schedule or other
personnel approved by the Engineer-in-charge for supervising the work, along with
their photo ID cards. In case of change in the personnel, the same shall be intimated
to the Employer with proposed replacement/s, a week in advance. The Engineer-in-
charge will approve any proposed replacement of Key Personnel only if their
qualifications, abilities, and relevant experience are substantially equal to or better
than those of the personnel listed in the Schedule. If others are found to be
executing / supervising the work, such work will be treated as a work let out
unauthorizedly.

In case of failure to employ the required key personnel by the contractor, the
Employer would engage the required key personnel for implementing the work
including the quality management plan. The amount spent on such engagement will
be recovered from the contractor over and above the provision made in Schedule-B
from the contractor‟s bills. However, this will not absolve the contractor from the
responsibility of maintaining quality of work and implementing quality management
plan on contract works.

The technical personnel including quality assurance personnel should be on full


time and available at site whenever required by Engineer in Charge to take
instructions.

The names of the technical personnel including quality assurance personnel to be


employed by the contractor, exclusively for this work, should be furnished in the
statement enclosed separately.

In case the contractor is already having more than one work on hand and has
undertaken more than one work at the same time, he should employ separate
exclusive technical and quality assurance personnel on each work.

If the Employer/Employer‟s Representative 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 forthwith and
has no further connection with the work in the contract.

The List of Key Personnel to be deployed on this project is mentioned in


Annexure – A.

9. Contractor‟s Risks:

9.1 All risks or loss of or damage to physical property and of personnel injury and
death, which arise during and in consequence of the performance of the Contract
are the responsibility of the Contractor.

67 of 223
10. Insurance: Dispensed with as per G.O.Ms. No.5 Finance (W&P) Dept dt.5.3.2014.

10.1 Deleted

11. Site Inspections:

11.1 The contractor should inspect the site and also proposed quarries of choice
for materials source of water and quote his percentage including quarrying,
conveyance and all other charges etc. The responsibility for procuring land for the
borrow area rests with the Contractor at his cost, and no separate payment will be
made for this purpose. The contractor‟s quoted rate will be inclusive of land cost of
borrow area.

12. Contractor to Construct the Works:

12.1 The Contractor shall construct and Commission the Work in accordance with the
specifications and Drawings.

13. Diversion of streams /Vagus / Drains:

The contractor shall at all times carry out construction of cross drainage works in a
manner creating least interference to the natural flow of water consistent with the
satisfactory execution of work. A temporary diversion shall be formed by the
contractor at his cost where necessary. No extra payment shall be made for this
work.

No separate payment for bailing out sub-soils, water drainage or locked up rain
water for diversion, shoring, foundations, bailing of pumping water either from
excavation of soils from foundations or such other incidentals will be paid. The
percentage to be quoted by the contractor shall be for the finished item of work in
situ and including all the incidental charges. The borrow pits are also to be de-
watered by the contractor himself at his expense, if that should be found necessary.

The work of diversion arrangements should be carefully planned and prepared by


the contractor and forwarded to the Executive Engineer technically substantiating
the proposals and approval of the Executive Engineer obtained for execution.

The contractor has to arrange for bailing out water, protection to the work in
progress and the portion of works already completed and safety measures for men
and materials and all necessary arrangements to complete the work.

All the arrangements so required should be carried out and maintained at the cost
of the contractor and no separate or additional payments is admissible.

Coffer Dams:

Necessary coffer dams and ring bunds have to be constructed at the cost of
contractor and the same are to be removed after the completion of the work at the
discretion of the department.

14. Power Supply:

The contractor shall make his own arrangements for obtaining power from the
Electricity dept., at his own cost. The contractor will pay the bills of Electricity
Department for the cost of power consumed by him.

The contractor shall satisfy all the conditions and rules required as per Indian
Electricity Act 1910 and under Rule-45 (I) of the Indian Electricity Rules, 1956 as
amended from time to time and other pertinent rules.

The power shall be used for bonafide departmental work only.

68 of 223
15. Temporary Diversions (Works on Highways/Municipal Roads):

The contractor shall at all times carryout work on the highway in a manner creating
least interference to the flow of traffic while consistent with the satisfactory
execution of the same. For all works involving improvements to the existing
highway, the contractor shall, in accordance with the directions of the Engineer-in-
charge provide and maintain during the execution of the work a passage for traffic,
either along a part of the existing carriage way under improvement or along a
temporary diversion constructed close to the highway.

If in the opinion of the Employer/Employer‟s Representative, it is not possible to


pass the traffic on part width of the carriageway for any reason, a temporary
diversion close to the highway shall be constructed as directed. It shall be paved
with the materials such as hard moorum, gravel, stone and metal to the specified
thickness as directed by Employer/Employer‟s Representative. In all cases, the
alignment, gradients and surface type of the diversion including its junctions, shall
be approved by the Employer/Employer‟s Representative before the highway is
closed to traffic.

The contractor shall take all necessary measures for the safety of traffic during
construction and provide, erect and maintain such barricades, including signs,
markings, flags, lights and information, and protection of traffic approaching or
passing through the section of the highway under improvement. Before taking up
any construction, an agreed phased programme for the diversion of traffic on the
highway shall be drawn up in consultation with the Employer/Employer‟s
Representative.

The barricades erected on either side of the carriage way portion of the carriage way
closed to traffic, shall be of strong design to resist violation and painted with
alternative black and white stripes. Red lanterns or warning lights of similar type
shall be mounted on the barricades at night and kept lit throughout from sunset to
sunrise.

16. Ramps:

Ramps required during execution may be formed wherever necessary and same are
to be removed after completion of the work at the discretion of the department. No
separate payment will be made for this purpose.

17. Monsoon Damages:

Damages due to rain or flood either in cutting or in banks shall have to be made
good by the contractor till the work is handed over to the Department. The
responsibility of de-silting and making good the damages due to rain or flood rests
with the contractor. No extra payment is payable for such operations and the
contractor shall therefore have to take all necessary precautions to protect the work
done during the construction period.

18. The works to be completed by the Intended Completion Date:

18.1 The Contractor may commence execution of the Works on the Start Date and shall
carry out the Works in accordance with the programme submitted by the
Contractor, as updated with the approval of the Employer/Employer‟s
Representative, and complete the work by the Intended Completion Date.

19. Safety:

The Contractor shall be responsible for the safety of all activities on the Site, and
shall:

(a) comply with all applicable safety regulations,


(b) take due care for the safety of all persons entitled to be on the Site,

69 of 223
(c) use reasonable efforts to keep the Site and Works clear of unnecessary
obstruction so as to avoid danger to these persons,

(d) provide fencing, lighting, guarding and watching of the Works until completion
and taking over for EPC Component of Works under Clause 53 [Employer’s Taking
Over / Completion for EPC Component of Works], and

(e) provide any Temporary Works (including roadways, footways, guardsand fences)
which may be necessary, because of the execution of the Works, for the use and
protection of the public and of owners and Occupiers of adjacent land.

20. Discoveries:

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


discovered on the Site is the property of the Government. The Contractor is to notify
Employer/Employer‟s Representative of such discoveries and carry out the
Employer/Employer‟s Representative instructions for dealing with them.

21. Possession of the Site:

The Department shall give possession of the site to the Contractor. If possession of a
part site is given, the Department will ensure that the part site so handed over is
amenable to carry out the work at site by the Contractor.

Additional land acquisition, if required, in few stretches in this project for which the
Contractor shall submit relevant L.A. proposals as required and pursue with the
authorities concerned to acquire the land. The Department will assist the Contractor
in this regard and if any compensation has to be paid, department will arrange to
pay the same.

The Site for the execution of the work will be available as soon as the work is
awarded. In case it is not possible for the department to make entire site available
on the award of the work, due to any unforeseen reasons, the contractor will have to
modify his working programme accordingly. No claim whatsoever for not giving the
entire site in one stretch on award of work, (or) for handing over the site in phases
will be tenable.

22. Access to the Site:

22.1 The Contractor shall provide the Employer/Employer‟s Representative and any
person authorized by the Engineer-in-Charge, access to the site and to any place
where work in connection with this Contract is being carried out or is intended to be
carried out.

23. Instructions:

The Contractor shall carry out all instructions of the Employer/Employer‟s


Representative and comply with all the applicable local laws where the Site is
located.

Site Order Book:

A site order book shall be maintained on the site and it shall be the property of the
Employer, and the Contractor shall promptly sign orders given therein by the
Engineer or his authorized representative and comply with them. The compliance
shall be reported by the Contractor to the Engineer in good time so that it can be
checked. The blank site order book with machine numbered pages in quadruplicate
with perforated sheet for three copies to be detached will be provided by the
Engineer for this purpose. Whenever any instructions are written in the site order
book, the Contractor will be supplied certified true copy of the same.

70 of 223
24. Settlement of disputes:

If any dispute or difference of any kind whatsoever arises between the department
and the Contractor in connection with, or arising out of the Contract, whether
during the progress of the works or after their completion and whether before or
after the termination, abandonment or breach of the Contract, it shall, in the first
place, be referred to and settled by the Employer/Employer‟s Representative who
shall, within a period of thirty days after being requested by the Contractor to do so,
give written notice of his decision to the Contractor. Upon receipt of the written
notice of the decision of the Employer/Employer‟s Representative, the Contractor
shall promptly proceed without delay to comply with such notice of decision.

If the Employer/Employer‟s Representative fails to give notice of his decision in


writing within a period of thirty days after being requested or if the Contractor is
dissatisfied with the notice of the decision of the Employer/Employer‟s
Representative, the Contractor may within thirty days after receiving the notice of
decision appeal to the Department who shall offer an opportunity to the contractor
to be heard and to offer evidence in support of his appeal. The Department shall give
notice of its decision within a period of thirty days after the Contractor has given the
said evidence in support of his appeal, subject to arbitration, as hereinafter
provided. Such decision of the Department in respect of every matter so referred
shall be final and binding upon the Contractor and shall forthwith be given effect to
by the Contractor, who shall proceed with the execution of the works with all due
diligence whether he requires arbitration as hereinafter provided, or not.

If the Department has given written notice of its decision to the Contractor and no
claim to arbitration has been communicated to it by the Contractor within a period
of thirty days from receipt of such notice, the said decision shall remain final and
binding upon the Contractor. If the Department fails to give notice of its decision, as
aforesaid within a period of thirty days after being requested as aforesaid, or if the
Contractor be dissatisfied with any such decision, then and in any such case, the
contractor within thirty days after the expiration of the first named period of thirty
days as the case may be, require that the matter or matters in dispute be referred to
arbitration as detailed below:

SETTLEMENT OF CLAIMS:

Claims for Rs.50,000/- and below by Arbitration.

All disputes or difference arising of or relating to the Contract shall be referred to the
adjudication as follows:

a) Claims up to a value of Rs.10,000/- :


Deputy Chief Technical Officer, Rajamahendravaram Circle

b) Claims above Rs.10,000/- and up to Rs.50,000/- :


Chief Technical Officer-II, APTIDCO

The arbitration shall be conducted in accordance with the provisions of


Indian Arbitration and Conciliation Act 1996 or any statutory modification thereof.

The arbitrator shall state his reasons in passing the award.

Claims above Rs.50,000/-.

All claims of above Rs.50,000/- are to be settled by a Civil Court of competent


jurisdiction by way of Civil suit and not by arbitration.

A reference for adjudication under these clauses shall be made by the contractor
within six months from the date of intimating the contractor of the preparation of
final bill or his having accepted payment whichever is earlier.

71 of 223
B. TIME FOR COMPLETION

Date of Commencement of Work:

Unless otherwise stated in the Contract Agreement, the Date of Commencement of


Work shall be the date of concluding the Contract.

After signing the Contract, the contractor shall forthwith begin the investigation,
design and execution of the Works as per the Work Program and shall regularly and
continuously proceed with the Works with due expedition and without any delay.

Time for Completion:


The Contractor shall complete the whole works, end each Milestone/Section within
the Time for Completion for the Works or Milestone/Section (as the case may be),
including:
(a) achieving the passing of the Tests on Completion, and
(b) completing all work which is stated in the Contract as being required for
the Works or Milestone / Section to be considered to be completed for the
purposes of Taking Over / Completion for EPC Component of Works
under Clause 53.
(c) this being a turnkey contract on EPC basis, conducting investigation,
surveys, design-Engineering, preparation of land plan schedules are
within the scope of the contract and the contractor shall meticulously plan
so as to obtain the required site for carrying out the work.

Work Program:

The total period of completion shall be as stated in the Contract ---- (6) Months
(inclusive of Monsoon Period) from the date of entering into agreement. Keeping in
view the schedule for handing over of site, the work should be programmed so as to
achieve the milestones as in “Rate of progress statement”. Milestones will be drawn
by the agency which should be acceptable to the Department O & M for 7 years.

The attention of the bidder is directed to the contract requirement at the time of
commencement of the work, the required rate of progress and the corresponding
dates for completion for the whole work, and for executing its several parts as per
milestones. The Employer / Employer's representative will certify, as per the rate of
progress, the proportionate value of work done from time to time, and the value of
work to be done for completion of the milestones.

The Contractor shall submit a Work Program with time lines to the Employer within
14 days after the Date of Commencement. The Contractor shall also submit a
revised program whenever the previous program is inconsistent with actual progress
or with the Contractor‟s obligations. Unless otherwise stated in the Contract, each
program shall include:

(a) the order in which the Contractor intends to carry out the Works, including the
anticipated timing of each major stage of the Works,
(b) the periods for reviews,
(c) the sequence and timing of inspections and tests specified in the Contract, and
(d) a supporting report which includes:
(i) a general description of the methods which the Contractor intends to
adopt for the execution of each major stage of the Works, and
(ii) the approximate number of each class of Contractor’s Personnel and of
each type of Contractor’s Equipment for each major stage.

Unless the Employer, within 14 days after receiving a programme, gives notice to
the Contractor stating the extent to which it does not comply with the Contract, the
Contractor shall proceed in accordance with the program, subject to his other
obligations under the Contract. The Employer‟s Personnel shall be entitled to rely
upon the program when planning their activities.

72 of 223
The Contractor shall promptly give notice to the Employer of specific probable future
events or circumstances which may adversely affect or delay the execution of the
Works. In this event, or if the Employer gives notice to the Contractor that a
program fails (to the extent stated) to comply with the Contract or to be consistent
with actual progress and the Contractor‟s stated intentions, the Contractor shall
submit a revised program to the Employer in accordance with this Clause.

Rate of progress:

i) The Contractor shall give the Work Programme for achieving the milestones in
consultation with the Department, and the same will form a part of the Contract.

Work Program for Achieving the Milestones (Annexure-I):

Mile By the end Percentage Cumulative Liquidated damages to be


Stone of of work % of work levied
1 3 month
rd 40 % 40 % Rs. 50.00 per day per lakh on
delayed value of work
2 6th month 60 % 100 % Rs. 50.00 per day per lakh on
delayed value of work

ii) Program of handing over Site to the Contractor. (Statement)

Site will be handed over to the contractor in stages according to the progress of
work.

The contractor shall commence the works on site within the period specified under
25.1 to 25.3 above after the receipt by him of a written order to this effect from the
Employer/ Employer‟s representative and shall proceed with the same with due
expedition and without delay, except as may be expressly sanctioned or ordered by
the Employer/ Employer‟s representative, or be wholly beyond the contractor‟s
control.

Save in so far as the contract may prescribe, the extent of portions of the site of
which the contractor is to be given possession from time to time and the order in
which such portions shall be made available to him and, subject to any requirement
in the contract as to the order in which the works shall be executed, the Employer/
Employer‟s representative will, with the Engineer-in-charge‟s written order to
commence the works, give to the contractor possession of so much of the site as
may be required to enable the contractor to commence and proceed with the
execution of the works in accordance with the programme if any, and otherwise in
accordance with such reasonable proposals of the contractor as he shall, by written
notice to the Employer/ Employer‟s representative, make and will from time to time
as the works proceed, give to the contractor possession of such further portions of
the site as may be required to enable the contractor to proceed with the execution of
the works with due dispatch in accordance with the said program or proposals as
the case maybe;

If the contractor suffers delay or incurs cost from failure on the part of Employer/
Employer‟s representative to give possession in accordance with the terms of this
clause, the Employer/ Employer‟s representative shall grant a reasonable extension
of time for the completion of works and the contractor is not entitled for any
compensation what so ever in this regard.

25.8 The contractor shall bear all costs and charges for special or temporary way leases
required by him in connection with access to the site. The contractor shall also
provide at his own cost any additional accommodation outside the site required by
him for the purposes of the work.

73 of 223
Each and every section of the works shall be completed as per the work programme
at the respective milestones and time periods specified as required in the contract,
before completion of the whole of the works.

Delays and extension of time:

Time is considered as the essence of the contract. No claim for compensation on


account of delays or hindrances to the work from any cause whatever shall lie,
except as hereafter defined.

However, the Contractor shall be entitled to a reasonable extension of the Time for
Completion if and to the extent that completion for the purposes of Taking Over /
Completion for EPC Component of Works and Sections under Clause 53, is or will
be delayed by any of the following causes:
(a) a Variation (unless an adjustment to the Time for Completion is agreed
under Clause 25.2
(b) unavoidable delays, such as may result from causes, which in the opinion of
the competent authority, are undoubtedly beyond the control of the
contractor.
(c) any delay, impediment or prevention caused by or attributable to the
Employer, the Employer’s Personnel / the Employer‟s other contractors on
the Site.

If the Contractor considers himself to be entitled to an extension of the Time for


Completion, the amount of such extension required shall be notified by it within 28
days after such work has been commenced or such circumstances have arisen or as
soon thereafter as is practicable, duly submitting to the Employer/ Employer‟s
representative the full and detailed particulars thereof in order that such
submission may be investigated at the time to be approved by the Employer/
Employer‟s representative.

For award of EOT upto six (6) months, the Chief Technical Officer-II is competent
and beyond six (6) months, State Level Committee constituted for the purpose is
competent and the Employer conveys the same to the agency or as per the order of
Government from time to time.

The Engineer-in-Charge shall assess the period of delay or hindrance attributable to


the Employer if any, and reasonable extension of time will be allowed by the
Competent Authority considering the actual working period so lost.

In the event of the Engineer-in-Charge failing to issue necessary instructions and


thereby causing delay and hindrance to the contractor, the latter shall have the
right to claim an assessment of such delay by the concerned Deputy Chief Technical
Officer-II whose decision will be final and binding. The contractor shall lodge in
writing with the Engineer-in-Charge a statement of claim for any delay or hindrance
referred to above, within fourteen days from its commencement, otherwise no
extension of time will be allowed.

Whenever authorized alterations or additions made during the progress of the work
are of such a nature in the opinion of the Engineer-in-Charge as to justify an
extension of time in consequence thereof, such extension will be granted in writing
by the Engineer-in-Charge / Competent Authority when ordering such alterations or
additions.

If by reason of any failure or inability of the Engineer-in-Charge to issue within a


reasonable time, any legitimate drawing or order requested by the contractor and
the Contractor suffers delay, then the competent authority shall take such delay
into account in determining any extension of time.

74 of 223
Proposals for extension of time shall be sent to the Competent Authority sufficiently
in advance and in any case at least one month before the time line for the specified
milestone or the expiry of the contract period as the case may be.

26. Construction Programme:

The Contractor shall furnish within 15 days from the receipt of the work order, a
programme showing the sequence in which he proposed to carry out the work,
monthly progress expected to be achieved, also indicating dates of procurement of
materials, plant and machinery. The schedule should be such that it is practicable
to achieve completion of the whole work within the time limit fixed and in keeping
with the Milestone programme specified and shall obtain the approval of Employer/
Employer‟s representative. Further, the rate of progress as in the program shall be
kept up to date. In case it is subsequently found necessary to alter this program, the
contractor shall submit sufficiently in advance the revised program incorporating
necessary modifications and get the same approved by the Employer/ Employer‟s
representative. No revised program shall be operative without approval of the
Employer/ Employer‟s representative (Annexure – E).

The Employer/ Employer‟s representative shall have at all times, the right, without
in any way violating this contract, or forming grounds for any claim, to alter the
order of progress of the works or any part thereof, and the contractor shall, after
receiving such directions, proceed in the order directed. The contractor shall also
report the progress to the Employer/ Employer‟s representative within 7 days of any
direction to alter the order of progress of works.

The Contractor shall give written notice to the Employer/ Employer‟s representative
whenever planning or progress of the works is likely to be delayed or disrupted
unless any further drawings or order/s including a direction, instruction or approval
is issued by Employer/ Employer‟s representative within a reasonable time. The
notice shall include details of the drawing or order/s required and of why and by
when it is required and of any delay or disruption likely to be suffered if it is late.

27. Speed of Work:

The Contractor shall at all times maintain the progress of work to conform to the
latest operative progress schedule approved by Employer/ Employer‟s
representative. The contractor should furnish progress report indicating the
programme and progress once in a month. The Employer/ Employer‟s representative
may at any time in writing direct the contractor to slow down any part or whole of
the work for any reason (which shall not be questioned) whatsoever, and the
contractor shall comply with such orders of the Employer/ Employer‟s
representative. The compliance of such orders shall not entitle the contractor to any
claim of compensation. Such orders of the Employer/ Employer‟s representative for
slowing down the work will however be duly taken into account while granting
extension of time if asked by the contractor for which no extra payment will be
entertained.

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


money, Security deposit and withheld amounts:

If, at any time, Employer/ Employer‟s representative shall be of the opinion that the
Contractor is delaying Commencement of the work or violating any of the provisions
of the Contract or is neglecting or delaying the progress of the work as defined by
the tabular statement “Rate of progress” in the Articles of Agreement/Contract”, he
shall so advise the Contractor in writing and at the same time demand compliance
in accordance with the conditions of Bid notice. If the Contractor neglects to comply
with such demand within seven days after receipt of such notice, it shall then or at
any time thereafter, be lawful for the Employer/ Employer‟s representative to take
suitable action in accordance with Clause.60 of PS to APDSS read with amendments
in accordance with EPC Code.

75 of 223
28. Suspension of works by Contractor and Termination by Employer:

If the Contractor shall suspend the works, or sublet the work without sanction of
the Employer/ Employer‟s representative, or in the opinion of Employer/ Employer‟s
representative, shall neglect or fail to proceed with due diligence in the performance
of his part of the Contract as laid down in the Scheduled rate of progress, or if he
shall continue to default or repeat such default in the respects mentioned in
clause.27 of PS to APDSS, the Employer/ Employer‟s representative shall take
action in accordance with APDSS and Clause 55 and 56.

If the Contractor stops work for 28 days when no stoppage of work is shown on the
current program and the Stoppage has not been authorised by the Employer/
Employer‟s representative, the Contract will be terminated by the Employer under
Clause 55 and 56 and APDSS.

If the Contractor has delayed the completion of works, the Contract will be
terminated by the Employer under Clause 55 and 56 and APDSS.

29. Extension of the Intended Completion Date (Extension of Time):

The Employer/ Employer‟s representative shall extend or recommend for extension,


in accordance with the Government orders in force, the Intended Completion Date if
a Variation is issued which makes it impossible for Completion to be achieved by the
Intended Completion Date.

The Employer/ Employer‟s representative shall decide whether and by how much to
extend the Intended Completion Date within 21 days of the Contractor asking the
Employer/ Employer‟s representative. 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.

For any delays due to the contractor‟s default, Extension of Time with Liquidated
Damages may be granted up to six months by the Chief Engineer concerned, and for
beyond six months by the State Level Committee constituted by Govt. and the
Employer conveys the same to the agency.

30. Delays Ordered by the Employer/ Employer‟s representative:

Employer/ Employer‟s representative may instruct the Contractor to delay the start
or progress of any activity within the Work. In such case, if the Contractor considers
himself to be entitled to a claim for an Extension of Time, the Contractor shall give
notice to the Employer in accordance with Clause 30.2. When determining each
Extension of Time, the Employer shall review previous determinations and may
increase the total Extension of Time.

If the Contractor considers himself to be entitled to any claim for Extension of Time,
under any Clause of these Conditions, the Contractor shall give notice to the
Employer, describing the event or circumstance giving rise to the claim. The notice
shall be given as soon as practicable and not later than 14 days after the Contractor
became aware of the event or circumstance. If the Contractor fails to give notice of a
claim within 14 days, the Extension of Time shall not be granted, and the Employer
shall be discharged from all liability in connection with the claim. Otherwise, the
following provisions of this Clause shall apply. The Contractor shall also submit any
other notices which are required by the Contract and supporting particulars for the
claim as relevant to such circumstance. The Contractor shall keep such records as
may be necessary to substantiate any claim, either on the site or at another location
acceptable to the Employer. Without admitting liability, the Employer may, after
receiving any notice under this Clause, monitor the record-keeping and/or instruct
the Contractor to keep further records. The Contractor shall permit the Employer to
inspect all these records, and shall submit copies to the Employer, if instructed.

76 of 223
31. Early Warning:

The contractor is to warn the Employer/ Employer‟s representative at the earliest


opportunity of specific likely future events or circumstances that may adversely
affect the Execution of Works.

The Contractor shall cooperate with the Employer/ Employer‟s representative 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 Employer/ Employer‟s representative.

32. Management Meetings:

The Employer/ Employer‟s representative may require the Contractor to attend a


management meeting. The business of a management meeting shall be to review the
programme for remaining work and to deal with matters raised in accordance with
the early warning procedure.

C. QUALITY CONTROL

33. Identifying Defects:

The Employer/ Employer‟s representative shall check the Contractor‟s work and
notify the Contractor of any Defects that are found. Such checking shall not affect
the Contractor‟s responsibilities. The Employer/ Employer‟s representative may
instruct the Contractor to verify the Defect and to uncover and test any work that
the Employer/ Employer‟s representative considers may be a Defect.

34. Tests:

This Clause shall apply to all tests specified in the Contract, other than the Tests
after Completion (if any).

The Contractor shall provide all apparatus, assistance, documents and other
information, electricity, equipment, fuel, consumables, instruments, labour,
materials, and suitably qualified and experienced staff, as are necessary to carry out
the specified tests efficiently.

The Contractor shall agree, with the Employer, the time and place for the specified
testing of any Plant, Materials and other parts of theWorks. The Employer may,
under Clause 38, vary the location or details of specified tests, or instruct the
Contractor to carry out additional tests. If these varied or additional tests show that
the tested Plant, Materials or workmanship is not in accordance with the Contract,
the cost of carrying out this Variation shall be borne by the Contractor,
notwithstanding other provisions of the Contract.

The Employer shall give the Contractor not less than 24 hours notice of the
Employer‟s intention to attend the tests. If the Employer does not attend at the time
and place agreed, the Contractor may proceed with the tests, unless otherwise
instructed by the Employer, and the tests shall then be deemed to have been made
in the Employer‟s presence.

If the Contractor suffers delay and/or incurs Cost from complying with these
instructions or as a result of a delay for which the Employer is responsible, the
Contractor shall give notice to the Employer and shall be entitled to an extension of
time for any such delay under Clause 25, if completion is or will be delayed.

After receiving this notice, the Employer shall proceed in accordance with Clause 55
[Termination] to agree or determine these matters. The Contractor shall promptly
forward to the Employer duly certified reports of the tests. When the specified tests
have been passed, the Employer shall endorse the Contractor‟s test certificate, or
issue a certificate to him, to that effect.

77 of 223
Laboratory for testing:

The contractor shall, for the purpose of testing the material establish a field
laboratory of minimum 40 sq. meter area. The contractor shall provide all
equipment as per list in Annexure – D, and any other testing equipment as directed
by the Engineer-in-Charge.

If the Employer/ Employer‟s representative instructs the Contractor to carry out a


test not specified in the Specification to check whether any work has a Defect, the
Contractor shall pay for the test and for taking any samples.

Tests on Completion:

Contractor‟s Obligations:
The Contractor shall carry out the Tests on Completion in accordance with this
Clause after providing the documents in accordance with Clause 53 [As-Built
Documents and Operation and Maintenance Manuals]. The Contractor shall give to
the Employer not less than 21 days‟ notice of the date after which the Contractor
will be ready to carry out each of the Tests on Completion. Unless otherwise agreed,
Tests on Completion shall be carried out within 14 days after this date, on such day
or days as the Employer shall instruct. Unless otherwise stated in the Special
Conditions of Contract (SCC), the Tests on Completion shall be carried out in the
following sequence:

(a) Pre-commissioning tests, which shall include the appropriate inspections


and (“dry”or cold”) functional tests to demonstrate that each item of Plant can
safely under-take the next stage;
(b) Commissioning tests, which shall include the specified operational tests to
demonstrate that the Works or Section can be operated safely and as specified,
under all available operating conditions; and
(c) trial operation (Trial run), which shall demonstrate that the Works or Section
perform reliably and in accordance with the Contract.

During trial operation, when the Works are operating under stable conditions, the
Contractor shall give notice to the Employer that the Works are ready for any other
Tests on Completion, including performance tests to demonstrate whether the
Works conform with criteria specified in the Employer‟s Requirements and with the
Performance Guarantees.

Trial operation shall not constitute a taking-over under Clause 53. Unless otherwise
stated in the SCC, any product produced by the Works during trial operation shall
be the property of the Employer.

In considering the results of the Tests on Completion, appropriate allowances shall


be made for the effect of any use of the Works by the Employer on the performance
or other characteristics of the Works. As soon as the Works, or a Section, have
passed each of the Tests on Completion described in sub-paragraph (a), (b) or (c)
above, the Contractor shall submit a certified report of the results of these Tests to
the Employer.

Delayed Tests:
If the Tests on Completion are being unduly delayed by the Employer, the
Contractor shall be entitled for grant of reasonable Extension of Time (EOT) by the
Competent Authority on notification by the Contractor with complete details for
grant of EOT, not later than 21 days of the said delay, and the Competent Authority
shall grant reasonable EOT to the Contractor. If the Tests on Completion are being
unduly delayed by the Contractor, the Employer may by notice require the
Contractor to carry out the Tests within 21 days after receiving the notice. The
Contractor shall carry out the Tests on such day or days within that period as the
Contractor may fix and of which he shall give notice to the Employer.

78 of 223
If the Contractor fails to carry out the Tests on Completion within the period of 21
days, the Employer’s Personnel may proceed with the Tests at the risk and cost of
the Contractor. These Tests on Completion shall then be deemed to have been
carried out in the presence of the Contractor and the results of the Tests shall be
accepted as accurate.

Retesting:
If the Works, or a Section, fail to pass the Tests on Completion, Clause 36 shall
apply, and the Employer or the Contractor may require the failed Tests, and Tests
on Completion on any related work, to be repeated under the same terms and
conditions.

Further Tests:
If the work of remedying of any defect or damage may affect the performance of the
Works, the Employer may require the repetition of any of the tests described in the
Contract, including Tests on Completion and/or Tests after Completion. The
requirement shall be made by notice within 28 days after the defect or damage is
remedied. These tests shall be carried out in accordance with the terms applicable to
the previous tests, except that they shall be carried out at the risk and cost of the
Contractor for the cost of the remedial work.

Tests after Completion:


Procedure for Tests after Completion:
If Tests after Completion are specified in the Contract, this Clause shall apply.
Unless otherwise stated in the SCC:
(a) The Employer shall provide all electricity, fuel and materials, and make the
Employer‟s Personnel and Plant available;
(b) the Contractor shall provide any other plant, equipment and suitably
qualified and experienced staff, as are necessary to carry out the Tests after
Completion efficiently; and
(c) the Contractor shall carry out the Tests after Completion in the presence of
such Employer‟s and/or Contractor‟s Personnel as either Party may
reasonably request.

The Tests after Completion shall be carried out as soon as is reasonably practicable
after the Works or Section have been taken over by the Employer. The Employer
shall give to the Contractor 21 days notice of the date after which the Tests after
Completion will be carried out. Unless otherwise agreed, these Tests shall be carried
out within 14 days after this date, on the day or days determined by the Employer.
The results of the Tests after Completion shall be compiled and evaluated by the
Contractor, who shall prepare a detailed report.

Delayed Tests:

If the Tests after Completion are being unduly delayed by the Employer, the
Contractor shall be entitled for grant of reasonable Extension of Time (EOT) by the
Employer on notification by the Contractor with complete details for grant of EOT,
not later than 21 days of the said delay, and the Employer shall grant reasonable
EOT to the Contractor. If the Tests after Completion are being unduly delayed by the
Contractor, the Employer may by notice require the Contractor to carry out the
Tests within 21 days after receiving the notice. The Contractor shall carry out the
Tests on such day or days within that period as the Contractor may fix and of which
he shall give notice to the Employer.

If the Contractor fails to carry out the Tests after Completion within the period of 21
days, the Employer‟s Personnel may proceed with the Tests at the risk and cost of
the Contractor. These Tests after Completion shall then be deemed to have been
carried out in the presence of the Contractor and the results of the Tests shall be
accepted as accurate.
79 of 223
If, for reasons not attributable to the Contractor, if a Test after Completion on the
Works or any Section cannot be completed during the Defects Liability Period (or
any other period agreed upon by both Parties), then the Works or Section shall be
deemed to have passed this Test after Completion.

Retesting:
If the Works, or a Section, fail to pass the Tests after Completion:
(a) Clause 36 [Uncorrected Defects] shall apply, and
(b) either Party may then require the failed Tests, and the Tests after completion on
any related work, to be repeated under the same terms and conditions. If and to the
extent that this failure and retesting are attributable to the following causes, and
cause the Employer to incur additional costs, the Contractor shall pay these costs to
the Employer.
(1) the design of the Works,
(2) Plant, Materials or workmanship not being in accordance with the Contract,
(3) improper operation or maintenance which was attributable to matters for
which the Contractor is responsible, or
(4) failure by the Contractor to comply with any other obligation.

Failure to Pass Tests after Completion:


If the following conditions apply, namely:
(1) the Works or a Section, fail to pass any or all of the Tests after Completion,
(2) the relevant sum payable as non-performance damages for this failure is
stated (or its method of calculation is defined) in the Contract, and
(3) the Contractor pays this relevant sum to the Employer during the Defects
Liability Period, then the Works or Section shall be deemed to have passed
these Tests after Completion, then the Works or Section shall be deemed to
have passed these Tests after completion.

If the Works, or a Section, fail to pass a Test after Completion and the Contractor
proposes to make adjustments or modifications to the Works or such Section, the
Contractor may be instructed by (or on behalf of) the Employer that right of access
to the Works or Section cannot be given until a time that is convenient to the
Employer. The Contractor shall then remain liable to carry out the adjustments or
modifications and to satisfy this Test, within a reasonable period of receiving notice
by (or on behalf of) the Employer of the time that is convenient to the Employer.
However, if the Contractor does not receive this notice during the relevant Defects
Liability Period, the Contractor shall be relieved of this obligation and the Works or
Section (as the case may be) shall be deemed to have passed this Test after
Completion.

If the Contractor suffers of any unreasonable delay by the Employer in permitting


access to the Works or Plant by the Contractor, either to investigate the causes of a
failure to pass a Test after Completion or to carry out any adjustments or
modifications, the Contractor shall
i. give notice to the Employer of the said delay, and
ii. be entitled to grant of reasonable EOT by the Employer on being notified by
the contractor with complete details.

After receiving this notice, the Employer shall proceed in accordance with Clause 25
in granting reasonable EOT.

80 of 223
35. Correction of Defects, Defects Liability Period:

Defects liability period shall be two years from the date of issue of completion
certificate in accordance with Clause 53. The Employer/ Employer‟s representative
shall give notice to the Contractor of any Defects before the end of the Defects
Liability Period, which begins on completion. The defects liability period shall be
extended as long as the defects remain to be corrected by the Contractor.

In order that the Works and Contractor‟s Documents, and each Section, shall be in
the condition required by the Contract (fair wear and tear excepted) by the expiry
date of the relevant Defects Liability Period or as soon as practicable thereafter, the
Contractor shall:

(a) complete any work which is outstanding on the date stated in a Taking-
Over Certificate, within such reasonable time as is instructed by the
Employer, and
(b) execute all work required to remedy defects or damage, as may be notified
by the Employer on or before the expiry date of the Defects Liability Period
for the Works or Section (as the case may be).

If a defect appears or damage occurs, the Employer shall notify the Contractor
accordingly.

Every time notice of a Defect is given, the Contractor shall correct the notified defect
within the length of time specified by the Employer/ Employer‟s representative‟s
notice.

36. Uncorrected Defects:


If the contractor has not corrected the defect within the time specified in the
Employer/ Employer‟s representative‟s notice, the Engineer-in-Charge will assess
the cost of having the defect corrected and the contractor will pay this amount.
The Employer/ Employer‟s representative shall introduce O.K. cards and prescribe
the formats there of. The O.K. cards shall relate to all major components of the
work. The contractor with his authorized representative shall be required to initiate,
fill in and present the O.K. card to the construction staff who would check the
respective items and send to the quality control staff for final check and clearance /
O.K. Any defects pointed out by the construction supervision staff or by the Quality
Control staff shall promptly be attended to by the contractor and the fact of doing so
be duly recorded on the back of the O.K. card.
The Employer/ Employer‟s representative may also introduce check lists which shall
be kept in Bound registers by the construction supervision staff. The contractor may
be required to fill up these lists in the first instance which shall be subsequently
checked by the Construction / Quality Control engineers.
If the work of remedying any defects or damages affects the performance of the
works, the Engineer-in-Charge may require the repetition of any of the tests
described in the Contract, including Tests on Completion and/or Tests after
completion. The requirement shall be made by notice within 28 days after the defect
or damage is remedied. These tests shall be carried out in accordance with the
terms applicable to the previous tests, except that they shall be carried out at the
risk and cost of the contractor.

Performance Certificate:
Performance of the Contractor's obligations shall not be considered to have been
completed until the Employer has issued the Performance Certificate to the
Contractor, stating the date on which the Contractor completed his obligations
under the Contract.

81 of 223
The Employer shall issue the Performance Certificate within 28 days after the latest
of the expiry dates of the Defects Liability Periods, or as soon thereafter as the
Contractor has supplied all the Contractor's Documents and completed and tested
all the Works, including remedying any defects. If the Employer fails to issue the
Performance Certificate accordingly, the Performance Certificate shall be deemed to
have been issued on the date 28 days after the date on which it should have been
issued.

Only the Performance Certificate shall be deemed to constitute acceptance of the


Works.

37. Quality Assurance and Quality Control:


Quality Assurance: The Contractor shall submit quality assurance plan within one
month from the Date of Commencement for approval of the Engineer-in-Charge. The
Contractor shall institute a quality assurance system to demonstrate compliance
with the requirements of the Contract. The Engineer-in-Charge shall be entitled to
audit any aspect of the system.
Details of all procedures and compliance documents shall be submitted to the
Engineer-in-Charge for information before each design and execution stage is
commenced.
Compliance with the quality assurance system shall not relieve the Contractor of
any of his duties, obligations or responsibilities under the Contract.
Quality Control:
In addition to the normal inspection by the Engineer-in-Charge or his representative
and the regular staff in-charge of the Construction of work, the work will also be
inspected by the Executive Engineer of Quality control Circle or by the State or
District level Vigilance Cell and any other authorized external Agency. Third Party
Quality Control is mandatory, and the charges thereof for testing shall be borne by
the Employer and the instructions of the Government and the Chief Technical
Officer-II, shall be followed scrupulously in this regard. If any sub-standard work or
excess payments are noticed with reference to measurement books etc., during
inspection, action will be taken based on their observations and these will be
effected by the Engineer-in-Charge of the execution of the work.
The Contractor shall submit quality plan and also show proof of owning quality lab
or tie-up with established quality lab.
Quality control monitoring reports, test results, reports of corrective action etc.,
shall be furnished to the Engineer-in-Charge at regular intervals.
Quality Audit will be got conducted by the Engineer-in-Charge departmentally or by
other organization and the contractor shall extend the testing facilities to them also
at his cost.
The contractor shall produce the Quality records maintained by him to the
Engineer-in-Charge for the quality audit.
Quality Management Plan (QMP): The Contractor shall submit the Quality
Management Plan (QMP) for the Contract work indicating the following, within one
month from the Date of Commencement for approval of the Engineer-in-Charge.

a) The quantum of work to be done, quantities of various materials required


and the electrical and mechanical equipment to be installed.
b) The number of tests to be conducted for various materials, electrical and
mechanical equipment and also for finished items of work as per the IS
Codes and other codes.
c) The details of field laboratories and testing facilities available for
conducting the above tests.
d) MoU with reputed Engineering Colleges / External laboratories of repute /
labs approved by the Government for conducting required tests on
equipment and materials.

82 of 223
e) The Contractor‟s personnel in-charge of quality management, with their
names, duties and authority. The qualifications of the personnel in-charge of
collecting samples, testing materials, testing equipment and finished items of
work, persons in-charge of quality assurance with powers to reject the
defective work, the process of rectification of defects and deficiencies, the
process of corrective actions for avoiding recurrence of defects.
f) Any other information that may be required by the Engineer-in-Charge.
g) Copies of the Quality Management Plan have to be furnished to the
Engineer-in-Charge.

D. COST CONTROL
38. Contract Price, Variations, Schedule of payments
Contract Price
The contract price shall be the total value of work for the EPC turnkey contract
including 02 (two) years of Defects Liability Period and 7 (seven) years of Operation
& Maintenance. The Bidder shall operate & maintain the STP system for 7 (seven)
Years from the date of “Taking-Over Certificate” for EPC Component of Works.

The bidder shall quote the cost for EPC Component of the Works and O&M
Component of the Works in the financial bid. No other extra payment for men,
material and machinery whatsoever shall be paid.

He shall maintain the system duly complying with the required O&M standards and
specifications conforming to relevant CPHEEO manual and BIS standards relating to
efficiency of pumps and motors, servicing to Electro-Mechanical items, repairs &
replacements, civil maintenance so as to keep the facilities in good condition.

Notwithstanding anything that is stated, the contract price once quoted by the
Contractor and accepted by the Employer shall be final and shall not be subject to
any claims on any ground whatsoever by the Contractor. The contractor shall pay all
duties and taxes in consequence of his obligations under the contract and the
contract price shall not be adjusted for such costs, except as otherwise specified in
the contract.

The contract price of the total work is divided among different components of works
as per the percentages specified in Annexure-M „Schedule of payments‟ and the
payments will be regulated accordingly.

The Contractor shall submit the detailed designs and drawings and after their
approval by the competent authority and based on them, submit the detailed
estimate with BoQ (Bill of Quantities) which will form the basis of payment in terms
of G.O Ms.No.50 I & CAD dt. 2-3-2009. The Detailed Estimates and BoQ shall be
submitted after proper investigation, survey and design and duly complying with the
Scope, Deliverables and Objectives of the proposed work. The items of the estimate
shall be suitably clubbed or grouped for assessment of value of work done.

Being a lump sum contract on EPC – Turnkey basis, the contractor is bound to
complete and commission the entire work under the contract as specified under the
scope of work and employer‟s requirements which shall include but not limited to
conducting surveys, detailed investigation, fixing alignment, design and detailed
engineering, preparation of detailed and cost estimates, submission of L.P.
Schedules, supply and installation of all plants and its accessories, construction of
structures with all allied works etc., leading to successful completion,
commissioning & trail run of the entire system and maintenance for the specified
period from the date of Completion Certificate on EPC turnkey contract basis, on a
firm lump sum price quoted and on a single source responsibility basis.

83 of 223
The Contractor shall be deemed to have satisfied himself as to the correctness and
sufficiency of the Contract price. Therefore the contractor is bound to execute all
supplemental works that are found essential, incidental and inevitable during
execution of the main work. 38.1.8 The Contract price will be paid to the
Contractor in Indians Rupees only.

Variations in Quantities
Payment in such cases where the designs approved result in "Substantial Reduction"
in quantities of that component from the estimated quantities, the payment
schedule will be adjusted to the actual quantities only and limited as per estimated
rates for that component. Payment schedule will remain unchanged in case of
increase in the quantities in a component in terms of Memo.No.28569/M&MI (T-
IV)/2012-1 dt.20-12-2012 of I&CAD (PW) Dept.

Variations in Scope of Work - Additional items


Entrustment of additional items contingent to the main work and within the scope of
contract will be authorized by the employer and the contractor shall be bound to
execute such additional items at no extra cost to the employer and the cost of such
items shall be deemed to have been included in the contract price quoted.
Entrustment of additional items of work contingent to main work and outside the
scope of the contract will be authorized by the employer with the prior approval of
the Government and the contractor shall be bound to execute such additional items
and shall be compensated at the price decided by the Government.
Whenever additional items not contingent on the main work and outside the scope of
original contract are to be entrusted to the contractor, entrustment of such items
and the price to be paid shall be referred to the government for final decision.

Schedule of Payments
The total work specified under EPC turnkey contract is divided into several
components of work to facilitate payments component wise. The cost of each of the
above components is specified as percentage of the total Bid price under Annexure-
P “Schedule of payments.”
The proportion of different components of works as compared to overall cost of
project is as stipulated in Annexure-P “Schedule of payment.”
The contractor‟s bid price as approved shall be divided among the components of
work as per respective percentages of total bid price stipulated in Annexure-P
“Schedule of payments” and the payment for each of the component works shall be
limited to the respective ants arrived on the basis of percentages specified.
The Schedule of Payments in Annexure-P shall supercede all modes of payment /
other payment schedules if stipulated anywhere else in the contract document.
The components shown in Schedule of Payments Annexure-P can be further sub-
divided into appropriate sub-components and stages by the bidder for the purpose
of payment. The sub-component stages should have relation to the programme of
construction taking due cognizance of interdependency of various activities. The
payment sums of each stage of sub-component shall be expressed as percentage of
total cost of approved bid. Sum of all such stages of particular component shall be
equal to the percentage of that component shown in the Annexure-P Schedule of
Payments.
This detailed Schedule of Payments sub-components shall also be approved by the
Employer and shall form part of the Contract.
Payment shall be released only as per work done and a respective component / sub-
component of work has been completed /achieved.
Any quantities, rates or amounts which may be set out in the Schedule of Payments
are only to be used to assess the value of interim payments.

84 of 223
39. Changes in the Quantities:
In accordance with Clause 38.2.

40. Extra (Additional) Items:


Extra items of work shall not vitiate the contract. This being a lump sum contract
on Turnkey (EPC) basis for a firm lump sum price quoted and on single source
responsibility basis, the contractor shall be bound to execute any items of work
contingent to main work for completion in full shape as directed by the Engineer-in-
Charge.
The contractor shall, before the 15th day of each month, submit in writing to the
Employer/ Employer‟s representative a statement of extra items if any that they
have executed during the preceding month, failing which the contractor shall not be
entitled to claim any.
Entrustment of additional items:
In accordance with Clause 38.3.1 to 38.3.3.

41. Cash flow forecasts:


When the program is updated, the contractor is to provide the Employer/
Employer‟s representative with an updated cash flow forecast.

42. Payment Certificates:


The Contractor shall submit to the Employer/ Employer‟s representative monthly
statements of work bills for the estimated value of the work completed based on the
measurements of work done already, recorded less the cumulative amount certified
previously.

The Employer/ Employer‟s representative shall check the Contractor‟s monthly


statement within 14 days and payment will be made after proper check of quantity
and quality.
The value of work executed shall be determined by the Employer/ Employer‟s
representative.
The value of work executed shall comprise the value of the quantities in proportion
on prorata basis against each sub-head in Annexure – P, Volume– IV.
The Employer/Employer‟s representative 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.

43. PAYMENT

Measurement: The contractor shall execute the various components of work as per
approved drawings and specifications, and shall arrange to take and record all
measurements of work done of various components of work in the Measurement
Books / Level field books and plotted in the cross section sheets and quantities
arrived as per actual execution as and when required. Measurements will be
recorded by the contractor for the finished work only for which all tests are
conducted and work done in accordance with specifications and contract conditions
by using the materials specified in the contract.

EPC Contractor‟s Application for Payment


The contractor shall prepare monthly work bills in a Statement based on the
measurements of work done already, recorded as stated above and submitted to
Engineer-in-charge duly signed by it or its authorized signatory for arranging
payment. Only completed portions of the works as stated below shall be eligible for
payment.
The payments shall be made as per the break-up of Schedule of Payments in
Annexure-P specified in the bid document.

85 of 223
On the fifth Business Day of every month from the date of issue of the Notice to
Proceed, the EPC Contractor may serve a notice in writing on the Employer‟s
Representative (“Request for Payment”) requesting payment of the sum which it
considers to be due on achievement of milestones as per the Annexure-L (“Milestone
Payment”)
less:
(a) The amount to be deducted as Retention Money
(b) Advance payment in proportionate amounts commencing upon the
submissions by the EPC Contractor of the Request for Payment for the fourth
monthly period after the date of issue of the Notice to proceed and ending
upon the date of the last Request for payment; and
(c) Any amounts due and owing from the EPC Contractor to the Employer
pursuant to this Agreement.

The Request for Payment shall be:

(a) Prepared on forms in the form indicated by the Employer‟s representative and
at the expense of the EPC Contractor; the number of copies therefore shall
be as the Employer‟s Representative may determine; and

(b) Accompanied by such supporting documentation as the Employer‟s


Representative may require to establish the value of the work property
designed and Executed as referred to in the Request for payment and
reasonableness of the amounts added in respect of goods and materials.

Payment for unfinished work: In case of execution of unfinished work of the agency,
the quantities have to be worked out by the department as follows:

a) The deletion shall be in conformity with the sub-components already fixed.

b) If the new agency is willing to carry out the work at the amount not exceeding
the sub-component percentage of original agency i.e., where there is no
liability to government, the same can be approved by the employer
irrespective of monetary value.

c) If the new agency is willing to carry out the work and the amount exceed the
sub-component percentage of original agency, if the difference is within 5% of
agreement value, the same may be entrusted by the committee constituted
for fixing IBM. The difference of 5% is to be made good from original agency.

d) If the agency is willing to carry out the work and the amount exceed the sub-
component percentage by 5% of agreement value, all such cases require prior
approval of government.

Certificates of Payment

Within fourteen (14) Business Days after the receipt of the Request for payment, the
Employer‟s Representative shall, subject to the EPC Contractor‟s compliance with
Article 43.2 inspect the relevant parts of the Works and the relevant goods and
materials in order to satisfy himself that the request for payment is correct.

If the Employer‟s Representative is so satisfied he shall issue a Certificate of


Payment certifying what amounts are due to the EPC Contractor pursuant to this
Article 43 subject to the provisions of Article 43.3.2 to 43.3.3 after giving credit to
the Employer for any sums to which the Employer is entitled under this Agreement.

No sum shall be included in the Certificate of Payment in respect of goods and


materials yet to be incorporated into the payment works unless the employers‟
Representative is satisfied and has approved in writing that:

86 of 223
(a) Such goods and materials have been properly acquired and properly and not
prematurely delivered to the Project Site;

(b) Such goods, plant and materials are properly stored on the project site; and
fully protected against loss, damage or deterioration;

(c) The EPC Contractor‟s records of the requisitions, orders, receipts and use of
any goods and materials are kept in a form approved by the Employer‟s
Representative, and such records are available for inspection by the
Employer‟s Representative; and

(d) The EPC Contractor has submitted a proper statement of the cost of
acquiring the goods and materials together with such documents as may be
required for evidencing such cost.

In the event that the Employer‟s Representative ascertains that the value of the
works properly designed and Executed in the relevant period is less than the
Milestone Payment for the period, he shall include in the Certificate of payment, the
value of the works and goods and materials so ascertained by him.

All Certificates of Payment shall specify the amount, which the Employer proposes to
pay to the EPC Contractor and the basis on which that amount was calculated.
Such amount shall become due on the issue of the said Certificate of Payment.

Deleted.

The final payment certificate (statement at completion) shall be issued within 84


days of receipt from the Engineer.

44. Certificate of Completion of works:

When the whole of the work has been completed and has satisfactory passed any
final test that may be prescribed by the Contract, the Contractor may give a notice
to that effect to the Engineer-in-charge accompanied by an undertaking to carry out
any rectification work during the period of maintenance. Such notice and
undertaking shall be in writing and shall be deemed to be a request by the
Contractor for the Employer/ Employer‟s representative to issue a Certificate of
completion in respect of the Works. The Employer/ Employer‟s representative shall,
within twenty one days (21 days) of the date of delivery of such notice, either issue
to the Contractor a certificate of completion stating the date on which, in his
opinion, the works were completed in accordance with the Contract, or give
instructions in writing to the Contractor specifying all the Works which, in the
“Employer/ Employer‟s representative‟s opinion, required to be done by the
Contractor before the issue of such Certificate. The Employer/ Employer‟s
representative shall also notify the Contractor of any defects in the Works affecting
completion that may appear after such instructions and before completion of the
Works specified there in. The Contractor shall be entitled to receive such Certificate
of Completion within twenty one days of completion to the satisfaction of the
Employer/ Employer‟s representative of the Works so specified and making good of
any defects so notified.

Similarly, the Contractor may request, and the Employer/ Employer‟s representative
shall issue a Certificate of Completion in respect of:

a) Any section of the Permanent works in respect of which a separate time for
completion is provided in the Contract, and

b) Any substantial part of the Permanent Works which has been both
completed to the satisfaction of the Employer/ Employer‟s representative and
occupied or used by the Department.

87 of 223
If any part of the Permanent Works shall have been completed and shall have
satisfactorily passed any final test that may be prescribed by the Contract, the
Employer/ Employer‟s representative may issue such certificate on the specific
request of the contractor, and the Contractor shall be deemed to have undertaken to
complete any outstanding work in that part of the Works during the period of
Maintenance.

45. Taxes included in the bid:

The lump sum offer shall provide for all superintendence, labour, material, plant,
equipment, taxes and duties for all items delivered as finished items and all other
things required for completion, commissioning and successful trial run of the work
including all taxes but excluding CED, GST and Seigniorage Charges. The taxes
(C.E.D & VAT) in respect of pipes and pipe materials will be regulated in
accordance with relevant SCC.

Interest on Money due to Contractor

No omission by the Executive Engineer or the sub Divisional officer to pay the
amount due upon certificates shall vitiate or make void the contract, nor shall the
contractor be entitled to interest upon any guarantee fund or payments in arrears,
nor upon any balance which may on the financial settlement of his accounts, found
to be due to him.

Income Tax:

(a) During the currency of the contract, deduction of Income Tax at source shall
be made from the gross value of each bill of the contract, as per the
directives of CBDT/GOI.
(b) Deleted.
(c ) The contractor‟s staff, personnel and labour will be liable to pay personnel
income taxes in respect of their salaries and wages as are chargeable under
the Laws and regulations for the time being in force and the contractor shall
perform such duties in regard to such deductions thereof as may be imposed
on him by such laws and regulations.

Seigniorage Charges:

Seigniorage charges will be reimbursed to the contractor as per rules based on the
theoretical requirement of materials at the following present rates.

S. No. Material Seigniorage


1 Sand Rs.50.00 / cum
2 Metal, Stone Crusher Dust Rs.75.00 / Cum
3 R.R. Stone for masonry Rs.75.00 / Cum
4 Revetment Stone Rs.75.00 / Cum
5 C.R. Stone Rs.75.00 / Cum
6 Gravel / Earth Rs.30.00 / Cum
The rates are liable to be revised and amended from time to time by the State
Government‟. Seigniorage charges will be reimbursed to the contractor as per rates
prevailing at the time of execution provided the contractor produces valid permits/
vouchers/ bills for procurement of sand or as per the Sand Policy of GoAP in force.

GST:

The GST is applicable as per Government Orders/Circulars issued from time to


time.

Deleted

88 of 223
Labour Cess: Labour Cess as applicable from time to time will be recovered from the
contractor‟s bills for onward payment of the same to the Labour department.

46. Deleted.

Deleted.
Price adjustment will not be applicable.

TERMS OF PAYMENT

The payment will be made to the contractor as per clause 68 of PS to APDSS read
with amendments for EPC contract.

The Schedule of Payments shall be as per Annexure – P.

47. Retention amount:

The department shall retain from each payment due to the contractor @ 7.5% of bill
amount (retention amount) until completion of the whole of the Works i.e. from each
bill pertaining to the EPC component and the Operation & Maintenance (O&M)
component of the Works.

For the EPC component of the Works: On completion of the EPC component of the
Works, 2.5% out of the 7.5% retention amount from bills corresponding to the EPC
component will be returned to the Contractor, and another 2.5% out of the 7.5%
retention amount will be returned when the Defects Liability Period is completed
and on production of the certificate from the Employer stating that all the defects
notified by the Employer to the Contractor before the end of this period have been
corrected satisfactorily.

47.2.1 The remaining 2.5% retention amount out of the 7.5% for the EPC component may
be released against unconditional B.G. in multiples of Rs. 25 Lakhs (in respect of
contracts Rs. 100 Crores and below) / Rs. 50 Lakhs (in respect of contracts above
Rs. 100 Crores), if the rate of progress is maintained. The unconditional and
irrevocable B.G shall be valid till the end of the O&M period.

On completion of the Operation & Maintenance (O&M) component of the Works i.e.
after 7th O&M year and after producing the “Taking over Certificate” as stipulated in
Volume – I, Section 3B, Clause 2.2 of Special Conditions of Contract for Operation &
Maintenance from the Employer:

i) For Operation & Maintenance (O&M) component of the Works: 7.5% retention
amount from bills corresponding to O&M component is paid to the Contractor; and,

ii) Either the 2.5% out of the 7.5% retention amount pertaining to the EPC
component of the works is paid, or the B.G. corresponding to the remaining 2.5%
out of the 7.5% retention amount is returned; and,

iii) The deposit of 2.5% of the contract amount is paid after completion of O& M
Period..

48. Liquidated Damages:

If for any reason, which does not entitle the contractor to an extension of time, the
rate of progress of works, or any section is at any time, in the opinion of the
Employer/ Employer‟s representative too slow to ensure completion by the
prescribed time or extended time for completion, the Employer/ Employer‟s
representative shall so notify the contractor in writing and the contractor shall there
upon take such steps as are necessary and the Employer/ Employer‟s
representative, may approve to expedite progress so as to complete the works or

89 of 223
such section by the prescribed time or extended time. The contractor shall not be
entitled to any additional payment for taking such steps. If as a result of any notice
given by the Employer/ Employer‟s representative under this clause the contractor
shall seek Employer/ Employer‟s representative‟s permission to do any work at night
or on Sundays, if locally recognized as days of rest, or their locally recognized
equivalent, such permission shall not be unreasonably refused.

If the contractor fails to complete the whole of the works or any part thereof or
section of the works within the stipulated periods of individual milestones (including
any bonafide extensions allowed by the competent authority without levying
liquidated damages), the Employer/ Employer‟s representative may without
prejudice to any other method of recovery deduct one twentieth of one percent of
contract value per calendar day or part of the day for the period of delays subject to
a maximum of 10% of the contract value as a penalty from any monies in his hands
due or which may become due to the contractor. The payment or deductions of such
damages shall not relieve the contractor from his obligation to complete the works,
or from any other of his obligations and liabilities under the contract. The maximum
of liquidated damages for the whole of the works is ten percent of final contract
price.

The liquidated damages for the whole of the work will be filled up at the time of
concluding agreement.

Milestone No. Rs. (amount per day)

----------------- ----------------

The milestones will however be firmed up at the time of agreement after obtaining a
program of the work from the bidder.

Penalties for O&M Works

This shall be as per the Table of Penalties as mentioned in Volume I, Section 2A,
Clause No. 11, Conditions of Contract for Operation & Maintenance.

49. Mobilization Advance:


The contractors for works exceeding Rs.1.00 Crore of estimated cost are permitted to
avail the facility of mobilization advance not exceeding10% of the value of the contract
(5% for labour mobilization and 5% for machinery and equipment) in installments
against an unconditional and irrevocable bank guarantee in terms of G.O Ms. No. 94
dt.1.7.2003 and G.O. Ms. No.50 I&CAD dt.2.3.2009.

A form of Bank Guarantee acceptable to the Employer is indicated at Annexure B of


Volume III. The mobilization advance shall be used by the contractor exclusively for
Labour and material mobilization expenditures, in connection with the works.

Should the contractor misappropriate any portion of the advance, it shall become due
to the Employer/ Employer‟s representative and payable immediately in one lump
sum by the contractor and no further loan will be considered thereafter.
The above advance shall bear an interest of prevailing SBI MCLR+2.5% per annum as
per Memo No. 718098/UH/2017-1, dated: 01-09-2017 of Principal Secretary to
Government, MA & UD (U). The interest on the amounts paid as advance is
chargeable from the date the amount is paid. However if completion is delayed by
circumstances beyond the control of the contractor for which an extension has been
granted by the Executive Engineer, the interest charges on such advances shall be
waived for the period of extension.
In case of contractor not maintaining the progress of works as per agreed programme,
interest on mobilization advance shall be levied at the prevailing SBI MCLR+4% per
annum for the period in which the progress is not maintained. In case the progress is
made good as per the programme the rate of interest shall be at prevailing SBI
MCLR+2.5% per annum.
90 of 223
The value of Bank Guarantee for the advance payment given to the contractor can
be progressively reduced by the amount repaid by the contractor as certified by the
Executive Engineer.

Recovery of advances:
49.6.1 The recovery of mobilization advance principle along with interest will be effected at
the rate of 20% of each bill after the gross bill of the work exceeds 10% of total value
of works and the recovery will be completed by the time 60% of total work is
completed.
Utilization certificate for the mobilization advance shall be given by the contractor for
the earlier installments before release of subsequent installment by the department.
50. Securities:
The Earnest Money Deposit and Additional Security Deposit (for discount Bid
percentage beyond 25%) shall be provided to the Department not later than the date
specified in the Letter of Acceptance and shall be issued in an amount and form and
by a bank acceptable to the Department. The Earnest Money Deposit shall be valid
until a date 28 days from the date of expiry of Defects Liability Period and the
additional security shall be valid until a date 28 days from the date of issue of the
certificate of completion and commissioning.
51. Cost of Repairs:
Loss or damage to the Works or materials to the Works between the Start Date and
the end of the Defects Liability Period shall be remedied by the Contractor at the
Contractor‟s cost if the loss or damage arises from the Contractor‟s acts or omissions.
COMPLETION OF THE CONTRACT FOR EPC COMPONENT OF WORKS
52. Completion:
The Contractor shall request the Employer/ Employer‟s representative to issue a
Certificate of completion of the Works for EPC Component of Works and the
Employer/ Employer‟s representative will do so upon deciding that the work is
completed.
53. Taking Over / Completion for EPC Component of Works and As-Built
Documents:
Except as stated in clause 52, the works shall be taken over by the Employer when
they have been completed in accordance with the Contract (except as described in
sub-paragraph (a) below), have passed the Tests on Completion and a taking-Over
Certificate for the works has been issued, or has deemed to have been issued in
accordance with this Sub-Clause. If the works are divided into sections, the
Contractor shall be entitled to apply for a Taking-over certificate for each section.

The Contractor may apply by notice to the Employer‟s Representative for a taking-over
certificate not earlier than 14 days before the works or section (as the case may be)
will, in the contractor‟s opinion, be complete and ready for taking over. “The request
for Taking Over / Completion for EPC Component of Works shall be
accompanied by “As built drawings”.”

The employer‟s representative shall, within 28 days after the receipt of the
contractor‟s application:

(a) issue the taking-over certificate to the contractor, stating the date on which the
works or section were completed in accordance with the contract (except for
minor outstanding work that does not affect the use of the works or section for
their intended purpose) including passing the tests on completion: or

(b) reject the application, giving his reasons and specifying the work required to be
done by the contractor to enable the taking-over certificate to be issued: the

91 of 223
contractor shall then complete such work before issuing a further notice under
this sub-clause.

If the Employer‟s representative fails to issue the certificate or to reject the


Contractors application within the period of 28 days, and if the works or section (as
the case may be) are substantially in accordance with the contract, the taking-over
certificate shall be deemed to have been issued on the last day of that period.

Use by The Employer

The Employee shall not use any part of the works unless the employer‟s
representative has issued a taking-over certificate for such part. If a taking-over
certificate has been issued for any part of the works (other than a section), the
liquidated damages for delay in completion of the reminder of the works (and of the
section of which it forms part) shall, for any period of delay after the date stated in
such taking-over certificate, be reduced in the proportion which the value of the part
so certified bears to the value of the works or section (as the case may be), such
values shall be determined by the Employer‟s Representative. The provisions of this
paragraph shall only apply to the rate of liquidated damages, and shall not affect the
limit of such damages.

If the Employer does use any part of the works before the taking-over certificate is
issued:

(a) the part which is used shall be deemed to have been taken over at the date on
which it is used,

(b) the Employer‟s Representative shall, when requested by the Contractor, issue a
taking-over certificate accordingly, and

(c) the contractor shall cease to be liable for the care of such part from such date,
when responsibility shall pass to the Employer.

After the Employer‟s Representative has issued a taking-over certificate for a part of
the works, the contractor shall be given the earliest opportunity to take such steps as
may be necessary to carry out any outstanding tests on completion, and the
contractor shall carry out such tests on completion, and the contractor shall carry out
such tests on completion as soon as practicable, before expiry of the contract period.

Interference with Tests on Completion

If the contractor is prevented from carrying out the tests on completion by a cause for
which the Employer (or another contractor employed by the Employer) is responsible,
the employer shall be deemed to have taken over the works or section (as the case
may be) on the date when the Tests on Completion would otherwise have been
completed. The Employer‟s Representative shall then issue a taking-over certificate
accordingly, and the contractor shall carry out the tests on completion as soon as
practicable, before the expiry of the contract period. The Employer‟s Representative
shall require the tests on completion to be carried out by 14 days notice and in
accordance with the relevant provisions of the Contract. If the contractor incurs
additional cost as a result of this delay in carrying out the tests on completion, such
cost plus reasonable profit shall be determined by the employer‟s Representative and
shall be added to the contract price.

As-Built Documents

The Contractor shall prepare, and keep up-to-date, a complete set of “as-built”
records of the execution of the Works, showing the exact as-built locations, sizes
and details of the work as executed. These records shall be kept on the Site and
shall be used exclusively for the purposes of this Sub-Clause. Two copies shall be
supplied to the Employer prior to the commencement of the Tests on Completion.

92 of 223
Prior to, and as a condition for the issue of any Taking-Over Certificate, the
Contractor shall supply to the Employer the specified numbers and types of copies
of the relevant “As-built drawings” of the Works showing all Works as executed, in
accordance with the Employer‟s Requirements, and submit them to the Employer for
review. The Contractor shall obtain the consent of the Employer as to their size, the
referencing system, and other relevant details.

Operation and Maintenance (O&M) Manuals:


Prior to commencement of the Tests on Completion, the Contractor shall supply to the
Employer draft O&M manuals in sufficient detail for the Employer to operate,
maintain, dismantle, reassemble, adjust and repair the Plant.
The Works shall not be considered to be completed for the purposes of taking-over
until the Employer has received all the As built drawings, as built documents and
final O&M Manuals in such detail as specified above and any other manuals specified
in the Employer‟s Requirements for these purposes.

54. Final Account:

The Contractor shall supply to the Employer/ Employer‟s representative a detailed


account of the total amount that the Contractor considers payable under the Contract
before the end of the Defects Liability Period. The Employer/ Employer‟s
representative shall issue a Defects Liability Certificate and certify any final payment
that is due to the Contractor within 56 days of receiving the Contractor‟s account if it
is correct and complete. If it is not, the Employer/ Employer‟s representative 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 Employer/ Employer‟s representative shall decide on the amount
payable to the Contractor and issue a payment certificate within 56 days of receiving
the Contractor‟s revised account.

55. Termination:

The Department may terminate the Contract if the contractor causes a fundamental
breach of the Contract.

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

a) The Contractor stops work for 28 days when no stoppage of work is shown on the
current program and the stoppage has not been authorised by the Employer/
Employer‟s representative.

b) The Contractor is made bankrupt or goes into liquidation other than for a
reconstruction or amalgamation.

c) The Employer/ Employer‟s representative 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 Employer/ Employer‟s
representative; and

d) The Contractor does not maintain a security which is required.

e) The Contractor has delayed the completion of works by the number of days for which
the maximum amount of liquidated damages can be paid as defined.

f) If the contractor, in the judgment of the Department has engaged in Corrupt or


Fraudulent practices in competing for or in executing the contract.

For the purpose of this paragraph: “corrupt practice” means the offering, giving,
receiving or soliciting of anything of value to influence the action of a public official in
the procurement process or in contract execution. “Fraudulent practice” means a
misrepresentation of facts in order to influence a procurement process or the

93 of 223
execution of a contract to the detriment of the Government and includes collusive
practice among Bidders (prior to or after Bid submission) designed to establish Bid
prices at artificial non-competitive levels and to deprive the Government of the
benefits of free and open competition.

Notwithstanding the above the Department may terminate the contract for
convenience.

If the Contract is terminated, the Contractor shall stop work immediately, make the
Site safe and secured leave the Site as soon as reasonably possible.

56. Payment upon Termination:

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


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

57. Property:
All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed
to be the property of the Department if the Contract is terminated because of
Contractor‟s default.

58. Release from Performance:

If the Contract is frustrated by the outbreak of war or by any other event entirely
outside the control of either the Department or the Contractor the Employer/
Employer‟s representative shall certify that the contract has been frustrated. The
Contractor shall make the site safe and stop work as quickly as possible after
receiving this certificate and shall be paid for all works carried out before receiving it
and for any work carried out after wards to which commitment was made.

59. General Design Obligations:

In case of EPC works, the designs are to be submitted by the executing agency which
shall be approved by the competent authority.
The Contractor shall be deemed to have scrutinised, prior to the Base Date (means
the date 28 days prior to the latest date for submission of the Tender), the Obligations
of the Employer’s Requirements (including design criteria and calculations, if any).
The Contractor shall be responsible for the design of the Works, the technical features
of the designs and for the accuracy of such Employer’s Requirements (including
design criteria and calculations), except as stated below. The competent authority
approving the designs is accountable to the department. The designs should be vetted
by the technology supplier.
The Employer shall not be responsible for any error, inaccuracy or omission of any
kind in the Employer’s Requirements as originally included in the Contract and
shall not be deemed to have given any representation of accuracy or completeness of
any data or information, except as stated below. Any data or information received by
the Contractor, from the Employer or otherwise, shall not relieve the Contractor from
his responsibility for the design and execution of the Works.
Design errors: If errors, omissions, ambiguities, inconsistencies, inadequacies or other
defects are found in the Contractor’s Documents, they and the Works shall be
corrected at the Contractor’s cost, notwithstanding any consent or approval, under
this Clause.

94 of 223
However, the Employer shall be responsible for the correctness of the following
portions of the Employer’s Requirements and of the following data and information
provided by (or on behalf of) the Employer:
(a) portions, data and information which are stated in the Contract as being
immutable or the responsibility of the Employer,
(b) definitions of intended purposes of the Works or any parts thereof,
(c) criteria for the testing and performance of the completed Works, and
(d) portions, data and information which cannot be verified by the Contractor, except
as otherwise stated in the Contract.

60. Force Majeure

Definition of Force Majeure


In this Clause, "Force Majeure" means an exceptional event or circumstance:
(a) which is beyond a Party's control,
(b) which such Party could not reasonably have provided against before entering
into the Contract,
(c) which, having arisen, such Party could not reasonably have avoided or
overcome, and
(d) which is not substantially attributable to the other Party.
Force Majeure may include but is not limited to, exceptional events or
circumstances of the kind listed below, so long as conditions (a) to (d) above are
satisfied:
(i) war, hostilities (whether war be declared or not), invasion, act of foreign
enemies,
(ii) insurrection, military or usurped power, or civil war,
(iii) disorder within the country by persons other than the Contractor‟s Personnel
and other employees of the Contractor and Sub- contractors,
(iv) munitions of war, ionizing radiation or contamination by radio-activity,
except as may be attributable to the Contractor's use of such munitions,
radiation or radio-activity, and
(v) Natural catastrophes such as earthquake, hurricane, typhoon or volcanic
activity.

Notice of Force Majeure


If a Party is or will be prevented from performing any of its obligations under the
Contract by Force Majeure, then it shall give notice to the other Party of the event or
circumstances constituting the Force Majeure and shall specify the obligations, the
performance of which is or will be prevented. The notice shall be given within 14
days after the Party became aware, or should have become aware, of the relevant
event or circumstance constituting Force Majeure.
The Party shall, having given notice, be excused performance of such obligations for
so long as such Force Majeure prevents it from performing them.

Duty to Minimize Delay


Each Party shall at all times use all reasonable endeavors to minimize any delay in
the performance of the Contract as a result of Force Majeure.
A Party shall give notice to the other Party when it ceases to be affected by the Force
Majeure.

Consequences of Force Majeure


If the Contractor is prevented from performing any of his obligations under the
Contract by Force Majeure of which notice has been given under Clause 60.2 [Notice
of Force Majeure], and suffers delay and/or incurs Cost by reason of such Force
Majeure, the Contractor shall be entitled to claim to be changed suitable extension

95 of 223
of time for any such delay, if completion is or will be delayed, under Clause 25.10
[Delays and Extension of Time],

Releases from Performance under the Law

Notwithstanding any other provision of this Clause, if any event or circumstance


outside the control of the Parties (including, but not limited to, Force Majeure) arises
which makes it impossible or unlawful for either or both Parties to fulfilll its or their
contractual obligations or which, under the Law governing the Contract, entitles the
Parties to be released from further performance of the Contract, then upon notice by
either Party to the other Party of such event or circumstance, the Parties shall be
discharged from further performance, without prejudice to the rights of either Party
in respect of any previous breach of the Contract.

02 VOLUME – I

CONDITIONS OF CONTRACT FOR OPERATION & MAINTENANCE


SECTION 2A
(O&M)

SECTION 3 SPECIAL CONDITIONS OF THE CONTRACT (SCC)

SPECIAL CONDITIONS OF CONTRACT FOR EPC


SECTION 3A
PORTION OF WORK

SPECIAL CONDITIONS OF CONTRACT FOR


SECTION 3B
OPERATION & MAINTENANCE (O&M)

TECHNICAL CONDITIONS FOR OPERATION &


SECTION 3C
MAINTENANCE (O&M)

TECHNICAL SPECIFICATIONS & SCOPE OF


SECTION 3D SERVICES FOR OPERATION & MAINTENANCE
(O&M)

96 of 223
VOLUME I

SECTION 2A

CONDITIONS OF CONTRACT FOR

OPERATION & MAINTENANCE


(O&M)

97 of 223
CONDITIONS OF CONTRACT
FOR OPERATION AND MAINTENANCE COMPONENT OF WORK

ADMINISTRATIVE PROVISIONS

The Conditions of Contract for Operation & Maintenance shall supplement the
General Conditions of Contract [GCC]. Whenever there is a conflict between GCC
and the Conditions of Contract for Operation & Maintenance, the provisions
stipulated herein shall prevail over those in the GCC.
The following additional clauses shall apply only during the Operation and
Maintenance period.
1. DEFINITIONS A N D INTERPRETATION
1.1 Definitions
In these Conditions of Contract (“Conditions”) the following words and expressions
shall have the meanings hereby assigned to them, except where the context
otherwise requires.
1. “Applicable Law” means all national (or State) legislation, statutes, ordinances
and other Laws and regulations and by laws of any legally constituted public
authority.
2. “Contract” means the contract agreement, these conditions, the employer‟s
requirements, the Tender and the further documents (if any) which are listed in
the contract agreement.
3. “Contractor‟s Equipment” shall mean all equipment, instruments, tools,
machinery and other appliances and things of the Contractor at the Site required
for the fulfilllment of the obligations of the Contractor under these Conditions.
4. “Contractor‟s Personnel” means the contractor‟s representative and all personal
whom the contractor utilizes on site, who may include the staff, labour & other
employees of the contractor and of each sub–contractor & any other
personnel assisting the contractor in the execution of the work.
5. “Dispute” shall have the meaning given to it in Clause 15 of these Conditions
mentioned herein.
6. “Employer‟s Risk” shall include the risks mentioned as employers risks in
the General Conditions and shall include any negligence or misconduct on the
part of the Employer and also any event of Force Majeure as provided in Clause
12 of these Conditions.
7. “Employer‟s Personnel” means the Employer‟s Representative, the assistants and
all other staff, labour and other employees of the employer and of the Employer‟s
representative, and any other personnel notified to the contractor, by the
employer or the employer‟s representative, as employer‟s personnel.
8. “Employer‟s Requirements” means the document entitled employer‟s
requirements, as included in the contract, and any additions and modifications to
such document in accordance with the contract. Such document specifies the
purpose, scope, and / or design and / or other technical criteria, for the works.
9. “Facility” shall mean the entire system to be designed and constructed including
the equipments, buildings, structures, ramps, pits, pipes, fencing, lighting,
testing and analysis equipment, tools, computers, software programs, safety
equipment, plant machinery, supplies, instruments and inventory incorporated
therein, as well as all open areas within the Site, and including any additions,
modifications, alterations, replacement and repairs as may be made thereto from
time to time.
10. “Force Majeure” shall mean those events mentioned in Clause 12 of these
Conditions.
98 of 223
11. “General Conditions” shall mean the conditions of tender issued by Corporation /
Municipality / Department for O&M works of projects.
12. “Good Operating Practices” means the standards, practices, methods and
procedures as practiced internationally and in India conforming to all Applicable
Law and that degree of skill, diligence, prudence and foresight which would
reasonably be expected from a skilled and experienced contractor engaged in
India in the same type of undertaking under the same or similar circumstances
as the Contractor pursuant to these Conditions.
13. “O&M Contract” shall mean the contract or part of any other contract having
scope of Operation and Maintenance of facilities, entered in between the
Employer and the Contractor pursuant to these Conditions.
14. “O&M Completion Certificate” shall mean the certificate to be issued by the
Employer on the completion of all the obligations of the Contractor under these
Conditions.
15. “O&M Services” shall mean those services specified in Schedule [1] which the
Contractor is obligated to perform under these Conditions.
16. “O&M Standard” shall mean the standards:
a) As set forth i n the O&M Manual as accepted by the Employer,
b) As required pursuant to Applicable Law;
c) Set out in the Performance Guarantee; and
d) For the functioning of the Facility as required in accordance with the
Contract including such requirements as may be mentioned in the
Employer‟s Requirements.
e) For the functioning of the Facilities set forth in these Conditions.
17. “O&M Manual” shall have the meaning for manual of Operation and
Maintenance.
18. “O&M Period” shall have the meaning set out in Clause.
19. “O&M Price” shall mean the amount stated in Price Schedule.
20. “Party” shall mean each of the Contractor and the Employer and Parties shall
mean both of them together.
21. “Performance Guarantees shall mean the guarantee that the Facility shall be
operated continually satisfying the minimum performance parameters set out in
Schedule.
22. “Successor Contractor” shall have the meaning given to it in Clause.
23. “Site” shall means that specific area specified in the bid documents & shall
include any other places as may be specifically designed by the employer from the
time to time as forming part of the site.
24. “Taking over Date” shall mean the date of issue of the Taking over Certificate at
the end of the Operation and Maintenance period.
25. “Taking over Certificate” means the certificate to be issued by Corporation /
Municipality / Department to the contractor at the successful completion of the
Operation and Maintenance period.
26. “Termination” shall have the meaning given to it in Clause [13] of these
Conditions.

99 of 223
Interpretation
In these Conditions, except where the context requires otherwise.
a) words indicating one gender include all genders,
b) words indicating the singular also include the plural and words indicating the
plural also include the singular,
c) Provisions including the word „agree‟, „agreed‟ or „agreement‟ require the
agreement to be recorded in writing;
d) „written‟ or „in writing‟ means hand-written, type-written, printed or electronically
made, and resulting in a permanent record;
e) The marginal words and other headings shall not be taken into consideration in
the interpretation of these Conditions;
f) The words „include,‟ „includes‟ and „including‟ are not limiting;
g) As used in these Conditions, all defined terms include the plural as well as the
singular;
h) Any agreement, document or drawing defined or referred to in these Conditions
shall include amendment, modification and supplement thereto and waiver
thereof as may become effective from time to time, except where otherwise
indicated;
i) Any reference to any Clause or Sub-Clause shall unless specified otherwise mean
a Clause or Sub-Clause of these Conditions; and
j) Any rights of the Employer to make any inspections or to review any document
shall not create any obligation on the Employer to conduct such inspections or
reviews to detect any errors, inaccuracies, ambiguities or other potential
problems. No inspection or approval by or on behalf of the Employer shall operate
as a waiver of any provision of these Conditions, any obligation of Contractor
under these Conditions, or any of the rights of the Employer hereunder, except as
expressly agreed in writing by the Employer.

Scope during and Defects Liability period:


1.3.1 The scope of work under this contract includes maintenance of the STP(s) as a
whole and its parts as an individual component as well. Under this the contractor
has to run the scheme completely and will have to prove performance of each
component individually and of whole scheme as per the standards laid down in
contract. During this period the contractor shall have to appoint necessary staff
for running and maintenance of scheme. The candidature of the staff being
engaged by contractor shall have to be approved by the Engineer-in-Charge.
During this period Engineer-in-Charge will appoint staff to check the performance
of project and also get hands on training to run and maintain the scheme.
Contractor and his staff will arrange training for the staff to the satisfaction of
Engineer In-charge. Defects Liability Period will start from the date of issue of
“Taking-Over Certificate”, for the EPC component of the Works, as per Clause No.
52 of General Conditions of Contract (GCC).
Commencement and Duration of O&M part of Contract
“The O&M Period” shall commence from the date of issue of “Taking-Over
Certificate”, for the EPC component of the Works, as per Clause No. 52 of General
Conditions of Contract (GCC), of the facilities including three calendar month trial
run period and shall continue operation & maintenance of entire system for 7
(seven) years including 02 (two) years Defects Liability Period there from.
The O&M period may then be extended subject to mutual consent and on terms
and conditions agreed to by both the Parties.

100 of 223
Applicable Law
The Contractor shall comply with all Applicable Law relevant to the Contractor‟s
Personnel, including Applicable Law relating to their employment, health, safety,
welfare, immigration and emigration, and shall allow them all their legal rights.
The Contractor shall require his employees to obey all Applicable Laws, including
those concerning safety at work.
In the event Employer becomes liable to any Employers Personnel, any
Governmental authority (including but not limited to any fines or penalties levied
by or payable to such authority) or to any other third party under the
provisions of any Applicable Law resulting from Contractor‟s failure to comply
with such Applicable Law, Contractor shall reimburse Employer for all payments
required to be made by Employer to such Employers Personnel, Governmental
authority or any other third party, plus the actual expenses that Employer may
incur in investigating, settling or defending any litigation or threatened
litigation.
Assignment
The Contractor will not be entitled to sub-contract any part of his obligation
under these Conditions to any third party without prior approval of the
Employer. Neither party may assign their rights and obligations under these
Conditions without the consent of the other Party. However the Employer may
assign any rights under these Conditions to any financial institution from
whom any financial assistance/credit facilities have been availed by the Employer.
Safety
Emergencies
In the event of an emergency endangering any life or property, the Contractor
shall immediately take such action as may be necessary to prevent, avoid or
mitigate injury, damage or loss and shall, as soon as possible, report any such
incidents, including his response thereto to the Employer.
Contractor Action
The Contractor shall utilise his personnel to take such action as may be
necessary in accordance with Good Operating Practices in the event of an
emergency. Notwithstanding anything to the contrary herein, the Contractor may
incur any expenditure or take any other operating actions as the Contractor
deems to be necessary (in accordance with Good operating practices) in the case
of emergencies affecting the Facilities or the operation of the Facilities to
counteract the effects where the Contractor considers immediate action is
required to safeguard lives or property. In case such emergency was caused due
to an Employer‟s Risk then the Employer shall reimburse such reasonable
expenses that might have been incurred by the Contractor in relation thereto
acting in accordance with Good Industry Practices.
Notification
In the event of an emergency the Contractor shall forthwith notify the Employer of the
emergency, the expenditures made and the operating actions taken.
If the Employer considers that an emergency has arisen in relation to the Facilities,
the Employer may give written notice to the Contractor specifying the nature of the
emergency which it has identified and the manner in which it requests such
emergency to be rectified. The Contractor shall rectify such defects with all due
diligence. If such emergency is on account of an Employer‟s Risk then the Contractor
shall be reimbursed all costs and expenses reasonably incurred by the Contractor for
any actions taken by it pursuant to such direction or notice. If the Contractor fails to
comply with such direction or notice promptly, the Employer shall be entitled to
procure that it or any third p arty takes such actions as may be necessary to remedy
such breach by the Contractor. Any costs that may be incurred by the Employer in

101 of 223
this regard shall be reimbursed to him in full by the Contractor and shall be a debt
due to him from the Contractor.
1.9 Inspections
Notwithstanding any provisions of these Conditions and without prejudice to any of
the other rights vested by the Contractor under these Conditions, The Employer shall
have the right at all times to inspect the Facilities and the Contractor shall co-
operate in every manner with the representatives of the Employer inspecting the
Facilities and allow them access to every part of the Facilities and produce any
records requested.

2. OPERATION OF THE FACILITIES


Operation of the Facilities
On Employer appointing the Contractor to perform and undertake the O&M Services
and all other obligations set out and in accordance with these Conditions during the
O&M Period. The Contractor shall accept the appointment and acknowledges a duty
to perform such obligations.
The Contractor shall be in complete charge of and have custody and control over and
responsibility for the Facilities, and the Contractor shall perform or cause to be
performed on behalf of the Employer all O&M Services for the Facilities and shall
supply or cause to be supplied all materials required there for in accordance with the
O&M Standard.
The Contractor shall also acknowledge that the Employer and the Employer‟s
Personnel and other contractors may be carrying out work at the Facilities and shall
endeavour to fully co-operate and work in a manner so as not to cause any
obstruction or hindrance to them.
The Contractor shall remain an independent Contractor and not an agent, employee
and nothing in these Conditions or the O&M part of contract shall be deemed to
create a Joint Venture between the Employer and the Contractor.
Responsibility of the Contractor
The Contractor shall be solely and exclusively responsible for:
Obtaining all necessary permits and consents required by Applicable Law or any
Governmental authority for the Contractor to carry out the O&M Services;
The procurement of all goods and services necessary to ensure compliance with his
obligations under these Conditions,
Making available suitably qualified and trained personnel to perform the O&M
Services;
Perform the O&M Services in accordance with the O&M Manuals prepared by the
contractor and as approved by the Engineer-In-Charge, and maintain the Facilities in
good repair and condition and ensure that the Facilities are well and suitably
maintained at all times in accordance with Good Operating Practices and in
accordance with these Conditions;
Procuring and administering all chemicals and other consumables, tools, equipment,
spare parts and other materials (which shall be of good quality and unused)
necessary for the operation and maintenance of the Facilities;
Maintaining a system of records to identify all inventories related to the Facilities and
preparing and providing to the Employer a complete accounting of such inventory for
every fiscal quarter;
Arranging for the testing and recalibration of all scales, meters, gauges and other
measuring devices at the Facilities on an annual basis and maintain the Calibration
certificates as records unless otherwise stated in the O&M part of contract; and
For providing any and all relevant information required by the Employer.

102 of 223
Contractor shall ensure that the treatment plant is run on continuous basis and shut
down if any subject to obtaining prior permission / approval of the employer.
Generally major repair encountered in any unit shall be attended as quickly as
possible.
Contractor shall initiate and take adequate actions to ensure smooth and satisfactory
performance/ running of the plants on a 24 hours/ round the clock basis.
For the smooth running of the plant all the required equipment, machineries,
accessories, major and minor spares, consumables including chemicals, greases,
lubricants, all cleaning agents, packing, rubber sheet, laboratory reagents, all
hardware, required quantity of white wash, oil paint color, all types of epoxy paint,
material required for house-keeping and cleaning etc. are to be brought by the
contractor. The quality of all consumable and spare etc. i.e. technical requirements
as per manufacture recommendation shall remain unchanged.
3. DUTY OF CARE BY THE OPERATOR AND PERFORMANCE STANDARDS
Duty of Care
The Contractor shall manage, operate and maintain the Facilities in accordance with
Good Operating Practices and in accordance with the O&M Standard so that the
Facilities are capable of meeting the outputs and specifications set out in the
Contract.
The Contractor shall take full responsibility for the care of the Facility from the date
of start of O&M period, till the end of the O&M Period.
If any loss or damage happens to the Facility, during the O&M Period due to any
breach by the Contractor of any of his obligations under these Conditions including
any willful misconduct, negligence and non-conformity with Good Operating Practices
then the Contractor shall, at his own cost, rectify such loss or damage so that the
Facility conforms in every respect with the provisions of these Conditions.
The Employer shall be liable only in case of any damage caused due to any
Employer‟s Risk.
4. OBLIGATIONS AND RESPONSIBILITIES OF THE EMPLOYER
The Employer shall employ the Contractor to provide the O&M Services and shall:
Following the issuance of Completion Certificate, handover the Facilities to the
Contractor for its intended use during the O & M Period; and
Pay the Contractor all sums required to be paid in accordance with the terms of
these Conditions. Notwithstanding anything else herein contained the Employer
may set off any sums owed by the Contractor under the Contract for money owed
to the Contractor by the Employer under these Conditions or as a debt due from
the Contractor.
5. REPRESENTATIONS AND WARRANTIES OF THE CONTRACTOR
The Contractor hereby represents for the benefit of the Employer as follows:
Performance of O&M Services
that the Contractor has the required skills and capability to perform, and shall
diligently perform, the O&M Services in a high quality, timely and professional
manner utilising sound engineering principles and project management procedures
in accordance with Good Industry Practices;
that the Contractor shall perform his obligations hereunder in accordance with the
requirements of these Conditions and shall meet the Performance Guarantee; and
That it shall not use any spare parts or material that are not new and which shall be
of a quality that is in accordance with Good Industry Practices.

103 of 223
Knowledge of Adverse Information
As of the Commencement Date, Contractor is not aware of any facts, conditions or
events which would affect the ability of Contractor to provide the O&M Services in
accordance with these Conditions.
Contractor has familiarised himself with the nature and extent of the O&M Services
required to be provided under these Conditions and with all other requirements
under Applicable Law.
Organization, Standing and Qualification
Contractor is validly existing and in good standing under Applicable Law and has
all necessary power and authority to carry on its business as presently
conducted and to perform its obligations under these Conditions. Contractor is,
or will be prior to the date on which the O&M Services are to be commenced duly
qualified or licensed to provide these services.
Due Authorization
Each of the execution, delivery and performance by the Contractor of all contracts
entered into pursuant to these Conditions shall be duly authorized by all necessary
action on the part of Contractor.
Neither the execution and delivery by Contractor of the O&M Contract, nor the
consummation by Contractor of any of the transactions contemplated hereby,
requires the consent or approval of, the giving of notice to, the registration with, the
recording or filing of any document with, or the taking of any other action in respect
of, any Governmental authority or agency, except:
a) Such as have been duly obtained, given, registered, recorded, filed or taken
and are in full force and effect or are not yet required; and
b) Filings and recordings expressly required pursuant to the O&M part of contract.
Contractor holds, or will obtain, any and all licenses, permits and approvals on a
timely basis. Contractor has no reason to believe that any of those not yet
required will not be readily obtainable or done in the ordinary course of business
upon due application there for.
5.5 Litigation
In the aggregate, there are no pending or, to the knowledge of Contractor,
threatened actions, investigations or proceedings before any court,
Governmental authority or arbitrator, which would have material adverse
effect on the ability of Contractor to perform its obligations under these
Conditions
6. INSURANCE
General Conditions
Without limiting the Contractor‟s obligations, responsibilities and liabilities
under these Conditions, the Contractor shall be required to provide and maintain
in full force and effect, at his expense the insurance coverage‟s specified in
Schedule [3] throughout for the O&M Period. Any deductibles on the insurance
shall be to the account of the Contractor.
Maintenance of insurance shall not relieve the obligation of the Contractor to
remedy or repair any damage to the Facility in case such damage is caused due to
the fraud, negligence, willful misconduct or breach of any obligations of the
Contractor under these Conditions (including failure to perform the O&M Services in
accordance with Good Operating Practices) at the Contractors cost promptly and
regardless of the extent of settlement of claims by the underwriters or the time taken
for settlement of claims. Any amounts not insured or not recovered from the insurers
shall be borne by the Contractor to the extent any such liability or damage is caused
due any breach of any obligations of these Conditions (including failure of the
Contractor to perform the O & M Services in accordance with the Good Operating

104 of 223
Practices) by the Contractor or any willful misconduct, negligence on the part of the
Contractor.
The terms of the Insurance shall be approved by the Employer.
The Contractor within the 14 days from work order shall submit to the Employer
evidence that the insurances required under Schedule [3] of these Conditions has
been obtained as approved by the Employer.
The Contractor shall not make any alteration to the terms of any insurance
without the prior approval of the Employer. If the Contractor fails to effect
and keep in force any of the insurance it is required to effect and maintain under
these Conditions, or fails to provide satisfactory evidence and copies of policies
in accordance with this Sub Clause, the Employer may effect insurance for the
relevant coverage and pay the premiums due and may claim the same from the
Contractor.
The insurances shall:
a) shall be in the name of the Employer and the Employer shall be the sole loss
payee,
b) shall be extended to cover liability for all loss and damage to the Employer‟s
property arising out of the Contractor‟s performance of his obligations or failure
to do so under these Conditions and any fraud, gross negligence or willful
misconduct on his part, and
If the Contractor fails to effect and keep in force insurance which is required to be
maintained under these Conditions, and the Employer neither approves the omission
nor effects insurance for the coverage relevant to this default, any moneys which
would have been recoverable pursuant to such insurance shall be paid by the
Contractor.
The insurance shall cover all the electrical items, mechanical items, Instrumentation
& automation items, all civil works, Storage structures etc. The insurance for the
work of transmission main is optional. Since the responsibility of safety of all work
lies with contractor, contractor may prefer to take the insurance of optional item also
if deemed fit.
7. INDEMNIFICATION
Loss or Damage to Facilities
The Contractor shall at its own expense make good any physical loss or
damage to the Facilities occasioned by it in the course of the performance of its
obligations under these Conditions if and to the extent such loss or damage
is caused by the negligence, willful default or breach of statutory duty or failure to
follow Good Industry Practices by the Contractor
Other Loss or Damage
Except as otherwise stated in this Clause 7.2 or covered by Clause 7.3, the
Contractor shall indemnify, defend and hold harmless the Employer against any and
all liabilities, losses, damages and claims of whatever kind and nature, including all
related costs and expenses incurred in connection therewith, in respect of personal
injury to or death of third parties or any employee of the Employer or the in respect of
loss of or damage to any third party property or property belonging to employee of the
Employer by:
i) any breach by the Contractor of its obligations hereunder and
ii) any negligence, willful default or breach of statutory duty on the part of
Contractor
Except as otherwise stated in this Clause 7.2 or covered by Clause 7.3, the
Employer shall indemnify, defend and hold harmless the Contractor for all claims
and losses of whatever kind and nature, including all related costs and expenses
incurred in connection therewith, in respect of personal injury to or death of third
parties or of any person employed by the Contractor in respect of loss of or
105 of 223
damage to any third party property or property belonging to any person
employed by the Contractor to the extent that the same arises out of any Employer‟s
Risk
Accidents or Injury to Workmen
The Contractor shall indemnify, defend and hold harmless the Employer or any
Employer‟s Personnel against any and all claims for loss, damage and expense of
whatever kind and nature (including all related costs and expenses) in respect of the
death of or injury to any person employed by the Contractor in connection
with the performance of the O&M Services and obligations hereunder except to
the extent that such death or injury is caused by an Employer‟s Risk.
Neither Party shall be liable to the other Party for loss of use of the Facilities, loss of
profit, loss of any contract or for any indirect or consequential loss or damage which
may be suffered by the other Party in connection with the Contract, other than under
Sub-Clause [13] and this Clause [7].
The total liability of the Contractor to the Employer, under or in connection with
these Conditions other than as provided in Clause 7.3.2 & 14 shall not exceed the
sum of the O&M Price and the Delay Damages payable under the these Conditions.
This Sub-Clause shall not limit liability of the Contractor in case of fraud willful
default, gross negligence and liabilities arising due to breach of Applicable Law and
the liability under any other Clause of these Conditions that might impose a greater
liability on the Contractor
8. INSPECTION
General Provisions
The Employer may check the operation of the Facilities or designate an organization
of his choice to carry out inspections regularly. The Employer or the organization
appointed by him shall check that the Contractor is performing the tasks for which
he is responsible with due diligence. The Contractor shall at his cost provide all the
assistance the Employer requires to complete these inspections
Before any inspection, the Employer shall give prior notice to the Contractor,
indicating the name(s) of the person(s) empowered to carry out such inspection in the
name of the Employer
Measurement and Analysis
The Employer has the right to perform any analysis or inspection he deems
necessary. Before any inspection, the Employer shall give a prior written notice to the
Contractor.
The sewage quantity, for any such test, analysis or inspection shall be measured by
flow-meters installed at the Facility, which are acceptable to the Employer, provided
they are maintained and calibrated as per requirements of this contract.
Other parameters like Pressure temperature and speed shall be measured by certified
calibrated meters provided by the contractor and, which are acceptable to the
Employer
The flow meters shall be inspected and certified upon their availability by the
Employer and the Contractor. Thereafter, the said meters shall be tested and their
accuracy verified once in every six (6) months by the Contractor. After each
inspection, the flow-meters shall both be sealed in the presence of representatives of
the Employer and the Contractor in a manner that is adequate to prevent the
tampering of said meters by any person.
The Contractor shall be responsible for the security and protection of flow-meters at
the designated point. If there is any malfunctioning of the meters, it should be
repaired at the Contractor‟s cost, as per manufacturer‟s technical recommendations.

106 of 223
Plant Complex Visits
At the end of each month, or at the initiative of the Employer, a visit shall be
organized so that both parties can check the condition of the installations at the
facilities.
A report shall be drawn up to record the opinions of both Parties. The Employer
reserves the right to call in equipment manufacturers or specialized technicians for
these visits.
These visits shall provide an opportunity for examining maintenance programs and
operating procedures and improvements requiring additional investments.
Any test, visit, analysis or inspection and any approval thereof shall not in any way
alter/modify or dilute the responsibility of the Contractor to fulfill his obligations
under these Conditions.
9. RECORDS AND REPORTS
Operating Records and Data
The Contractor shall:
Prepare and maintain, on a current basis and in accordance with generally accepted
Indian accounting principles, proper, accurate and complete books and records and
accounts of all transactions related to the Facilities including a log book at the site
which shall contain inter alia the following details
a) Reading from the different meters, indicators and recorders (including but not
limited to consumption of energy, volume of water conveyed, operating times of the
different items of equipment etc which may be updated on a daily basis); and
b) Report of visits by persons other than those of the Employer and the Contractor to
the Facility
Establish and maintain a weekly and monthly reporting system to provide storage
and ready retrieval of operating data relating to the Facilities, including such
information necessary to verify calculations made pursuant to these Conditions or
the O&M part of contract and provide the same to the Employer on a monthly basis
Provide to the Employer or such persons notified by it access to the Facilities and to
data in relation to the Facilities, at all times.
At the Employer‟s request, at the end of every month, make a copy of the system
performance data for that month as recorded by the instrument and control system
on CDs / DVDs and printed document there from and deliver the same to the
Employer with one week.
Provide support to the Employer to meet the data requirements of all competent
authorities and under Applicable Law
Reports
The Contractor shall submit the reports mentioned in Schedule [2] at times indicated
in the said Schedule.
The Contractor shall also provide the Employer with such reports as are required by
the Employer and shall comply with all reporting requirements prescribed under
these Conditions and the O&M part of contract. In addition the Contractor shall
submit the following information to the Employer.
Upon obtaining knowledge thereof, shall submit prompt written notice of:
i) Any litigation or material claims, disputes or actions, threatened or filed,
concerning the Facilities or the services to be performed hereunder;
ii) Any refusal or threatened refusal to grant, renew or extend or any action pending or
threatened that might affect the granting, renewal or extension of any clearance,
permit or license;

107 of 223
iii) Notwithstanding the aforementioned materiality, all penalties or notices of violation
issued by any authority under Applicable Law;
The Contractor shall promptly submit to the Employer any material information
concerning new or significant aspects of the operations of the Facilities, any
material complaint about the Facilities from any person or entity with a bonafide
complaint who complains directly to the Contractor and, upon Employer‟s
request, shall promptly submit any other information concerning the Facilities or
the services performed by the Contractor.
The Employer may from time to time specify any changes to be made to any of the
format of any report or plan required hereunder.
If the Contractor is required by any Applicable Law to produce any projection, report
or any other document relating to the provision of the O&M Services of the Facilities
or the Employer requests a report regarding other information relating to the
Facilities, the Contractor shall prepare a draft of such document at the request of the
Employer, as soon as practicable and in any event within any time limit prescribed
by Applicable Law.
If the Contractor is required by any Applicable Law to produce any projection, report
or any other document, it shall prepare such report diligently and submit the same to
the Employer as soon as possible thereafter. Wherever practicable, such reports shall
be submitted to the Employer for review seven days before the same is issued. The
Contractor shall take into account any comments or revisions proposed by the
Employer thereon.
Procurement
The Contractor is responsible for the procurement of all goods and services necessary
to ensure compliance with its obligations under these Conditions.
The Contractor shall procure and keep in readiness spare parts required for urgent
repairs, materials, supplies and other consumable items, and maintains an adequate
inventory thereof Facilities.
The Contractor shall submit a report for every fiscal quarter to the Employer
reflecting the status of the inventory for spare parts, materials and other consumable
items.
The Contractor shall procure the Chlorine Gas Tonners. Necessary arrangement for
procurement of Chlorine Gas in tonners / cylinders shall be made by the contractor.
No extra charges shall be paid for hiring / Purchasing the tonners / Cylinders. The
contractor shall ensure adequate storage of these materials, so that operations of the
facilities do not affect for want of these materials.
10. PAYMENT
The Contractor‟s request(s) for payment shall be made to Employer in writing,
accompanied by invoice(s) along with presence sheet of personnel of particular
month duly certified by our Engineer on site, claims etc. as appreciate.
Payment shall be made by Employer as per prevailing procedure subsequent to
the submission of such invoice(s) / claim(s) by the Contractor.
Employer will deduct from the amount payable to the Contractor any amount paid
by Employer on behalf of the Contractor (e.g. Penalty for APDISCOM - Power
factor from Power Distribution Co. of A.P. Ltd.) as per the Key Performance
Indicators and Penalties or any other dues and liquidated damages as per clause
and, as per tender terms and condition.
Contractor will provide Security Guards services for all assets in STP premises for
24 hours of a day and 365 days of the year for the whole contractor period‟.

108 of 223
11. Liquidated Damages

Key Performance Indicators & Penalties for Operation & Maintenance

The contractor/EPC Agency shall be subject to the following penalties for failure to
carry out its operations as indicated below during “Performance Based O&M period”
(7 years including DLP of 2 years) under Normal Operating Conditions. The Key
Performance Indicators (KPIs) are as follows. The KPIs will be monitored through the
sensors, Citizen Charter of Municipality or those observed and recorded
by the officers‟ concerned in-charge of the project and accordingly the EPC Agency
will be penalized for not complying with the following KPIs.
Effluent Quality:

Failure to achieve the specified effluent quality requirement at the outlet during
the O&M period shall entail the following penalties.

No payment will be made to the agency towards O&M charges for the day in
which the bidder failed to achieve any of the effluent quality characteristics as
specified in document.

Penalties to be levied on Excess Power Consumption and for low Power Factor
are as under:
Penalties against Excess Energy Consumption for various treatment
components of the STP:

The Bidder shall guarantee that the electrical energy usage of various treatment
components of the STP throughout the Operation and Maintenance Period be:

a) Under Design monthly average influent sewage flow and BOD


conditions, will not exceed the values listed in the Table - 1 below (E1, E2, E3 ....., E10
to be filled in by bidder in Data Sheet – 13 of Volume - III):

TABLE – 1

GUARANTEED NOT-TO-EXCEED POWER FOR OPERATION OF STP

FOR 20 MLD
FOR 20 MLD
KWh/MONTH
Sl. No. O&M YEAR KWh/ YEAR
(UD)

1 FIRST E1 E1/12

2 SECOND E2 E2/12

3 THIRD E3 E3//12

4 FOURTH E4 E4/12

5 FIFTH E5 E5/12

109 of 223
FOR 20 MLD
FOR 20 MLD
KWh/MONTH
Sl. No. O&M YEAR KWh/ YEAR
(UD)

6 SIXTH E6 E6/12

7 SEVENTH E7 E7/12

b) Under Actual monthly average influent sewage flow and BOD


conditions, to be calculated as per formula below:

Where,

UA = Assessed energy usage under actual monthly average influent sewage flow
and BOD conditions, to be calculated (kWh per month)
UD = Guaranteed not-to-exceed energy usage under design average influent
sewage flow and BOD conditions, as per Table – 1 above, (kWh per month)
QD = Design average influent sewage flow specified in bid documents (MLD)
SD = Design average influent sewage BOD concentration specified in bid document
(mg/L)
QA = Monthly average of actual metered influent sewage flow (MLD)
SA = Flow-weighted monthly average of actual measured influent sewage BOD
concentrations (mg/L)

The actual electrical energy usage shall be directly metered and compared to
guaranteed / assessed numbers on a monthly average basis.

11.2.3 Penalty for Low Power Factor


Penalty for low power factor shall be imposed on the contractor in case the
APDISCOM imposes the same on the Employer.
Breakdown of Equipment:
In case of breakdown of equipment for more than the stipulated time period as
below, on discretion of Engineer-in-Charge, the Contractor shall be penalized as
mentioned below:

Additional Conditions:

I. The analysis for the Plant Performance Evaluation for Commissioning


Certificate, Defects Liability Period and Operation & Maintenance, should be
carried out at the Third Party Reputed Laboratory as approved by the
Engineer-In- Charge.

110 of 223
Note:

a. The above stated analysis requirements are in addition to the routine


analysis for commissioning or regular course of operation as per the tender
document and can be done at plant scale.
b. The Charges for the Third Party Laboratory Testing shall be borne by the
Contractor.
c. The frequency of Sampling for
- Completion/ Commissioning – Three (03) Composite Samples per day, for
Three (03) Consecutive Days (72 Hours)
- Operation & Maintenance - Four (04) Nos. of Composite Samples on any
day (Weekly Once).
II. The statutory Charges from APPCB / CPCB or any other Authority for any
Compliance/ Liasoning should be paid by the Contractor on behalf of the
Client and would be reimbursed by the client at actual on production of proof
of payment.
III. Any Penalty imposed by APPCB / or any other Authority for Non-compliance
of Effluent discharge Standard/s shall be recovered from the Contractor at
twice the Penalty imposed by the above authority/(ies) on the Employer.

Note : For all the complaints, rectifications etc., the online complaint redressal system will
be the basis for levying the penalties and also those observed and recorded by the
officers concerned.
12. FORCE MAJEURE
In this Clause, „Force Majeure‟ shall mean an event or circumstance, which
materially and adversely affects the ability of the affected Party to perform its
obligations.
a) which is beyond a Party‟s control,
b) which such Party could not reasonably have provided against before entering
into the O&M part of contract;
c) which, having arisen, such Party could not reasonably have avoided or
overcome, and
d) which is not attributable to the other Party
Force Majeure may include, but is not limited to, exceptional events or
circumstances of the kind listed below, so long as conditions (a) to (d) above are
satisfied:
i) war, hostilities (whether war be declared or not), invasion, act of foreign
enemies,
ii) rebellion, terrorism, revolution, insurrection, military or usurped power, or
civil war,
iii) riot, commotion, disorder, strike or lockout disorder within the country by
persons other than the Contractor‟s Personnel and other employees of the
Contractor and Sub- contractors,
iv) munitions of war, ionizing radiation or contamination by radio-activity,
except as may be attributable to the Contractor‟s use of such munitions,
explosives, radiation or radio- activity, and
111 of 223
v) Natural catastrophes such as earthquake, hurricane, typhoon or volcanic
activity, heavy rainfall and cyclone.

Notice of Force Majeure

If a Party is or will be prevented from performing any of its obligations under these
Conditions by Force Majeure, then it shall give notice to the other Party of the event
or circumstances constituting Force Majeure and shall specify the obligations, the
performance of which is or will be prevented. The notice shall be given within 7 days
after the Party became aware, or should have become aware, of the relevant event or
circumstance constituting Force Majeure.

The Party shall, having given notice, be excused performance of such obligations for
so long as such Force Majeure prevents it from performing them.

Notwithstanding any other provision of this Clause, Force Majeure shall not apply to
obligations of either Party to make payments to the other Party under the Contract.

Duty to Minimise Delay

Each Party shall at all times use all reasonable endeavors to minimize any
delay in the performance of the Contract as a result of Force Majeure.

A Party shall give notice to the other Party when it ceases to be affected by the Force
Majeure.

12.4 Releases from Performance under the Law


Notwithstanding any other provision of this Clause, if any event or circumstance
outside the control of the Parties (including, but not limited to, Force Majeure) arises
and continues for more than a period of 90 days which makes it impossible or
unlawful for either or both Parties to fulfilll its or their contractual obligations or
which, under the Law governing the Contract, entitles the Parties to be released
from further performance of the Contract, then upon notice by either Party to the
other Party of such event or circumstance, the Parties shall be discharged from
further performance, without prejudice to the rights of either Party in respect of any
previous breach of the Contract.

13. TERMINATION
Termination shall mean the termination of the O&M part of Contract by the
Employer in accordance with Clause 13.1 or 13.2 respectively.

Termination by Employer
The Employer may terminate the O&M part of Contract by notice on:
i) the dissolution or insolvency of the Contractor, pursuant to an order of a
court or the bankruptcy of the Contractor; or;
ii) if 45 days having passed since the Contractor is in material breach of his
obligations under these Conditions, or
iii) if the Contractor ceases to carry on its business; or
iv) abandonment;
v) the subsisting Force Majeure event as provided in Clause 12.2.3 above.

112 of 223
Payments upon Termination

Upon termination or as soon as practicable thereafter an account shall be taken of


the net amount owing from the Employer to the Contractor or from the Contractor to
the Employer (as the case may be). The Employer shall forthwith pay to the
Contractor (if the balance is due to the Contractor) all moneys due to the Contractor.
If the account shows a balance due to the Employer from the Contractor, the
Contractor shall forthwith pay any such balance to the Employer;

As part of the calculation made pursuant to clause 13.1 of the amounts due to the
Contractor on Termination, the following amount shall be taken into account.
 The portion of the O & M Price outstanding and payable by the Employer for the
period prior to the Termination;
 Any Delay Damages or indemnities for which the Contractor would be liable
under these Conditions upto the date of Termination;
 Any other amounts due to the Employer under these Conditions by the Employer
including return of any amount of the O & M Price paid in advance by the
Employer to the Contractor under Clause [10].

In case of a Termination by the Employer in accordance with Clause 13.1 the


Employer may recover other than the amounts due to him under Clause
13.2.2.2, any costs incurred by him in finding any replacement contractor

Successor to the Contractor Upon Termination:

The Contractor shall use all endeavors to facilitate the appointment and
commencement of duties of any person to be appointed by the Employer to operate
and maintain the facilities (the “Successor Contractor”) so as not to disrupt the
normal Operation & Maintenance of the Facilities and shall provide full access to the
Facilities and to all relevant information, data and records relating thereto by the
Successor Contractor and its representatives and accede to all reasonable requests
made by such persons in connection with preparing for taking over the Operation &
Maintenance of the Facilities;

Promptly after Termination, the Contractor, shall deliver to (and shall, with effect
from Termination, hold on trust for and to the order of) the Employer or (if so
required by the Employer by written notice) to the Successor Contractor all property
in its possession or under its control owned by the Employer or leased or licensed to
the Employer;

The Contractor shall transfer to the Successor Contractor, as from the date of
Termination, its rights as the Contractor under all contracts entered into by it in the
performance of its obligations under these Conditions or relating to the Operation &
Maintenance of its obligations under these Conditions or relating to the Operation &
Maintenance of the Facilities. Pending such transfer, the Contractor shall hold its
rights and interests there under for the account and to the order of the Successor
Contractor.

The Employer shall be reimbursed any cost and expenses incurred by the Employer
due to default of the Contractor in discharging its obligations under this Clause [13].

113 of 223
The Contractor shall, upon Termination of the O&M part of Contract, co-operate with
the Employer and the Successor Contractor and comply with all reasonable requests
thereof, including the execution of documents etc.

Upon Termination of the O&M part of Contract on expiry of the terms of the O&M
part of Contract, the Parties agree that:-

The Contractor will use reasonable efforts to ensure a transition to the next
Contractor that will avoid operating difficulties for the Facilities.

For a six (6) month period after Termination or six (6) months prior to the expiration
of the O&M part of Contract, the Contractor shall, at his expense, provide sufficient
assistance to the Employer in the hiring and training of replacement personnel for
those Facilities.

Notwithstanding anything else herein contained the Employer shall be entitled to


terminate the O&M part of Contract, at any time at the Employer‟s convenience,
by giving notice of such termination to the Contractor. The termination shall take
effect 28 days after issuance of the notice of termination.

On the expiry of the O&M part of Contract or Termination of the O&M part of
Contract, all the installations, works and equipment placed under the Contractor‟s
responsibility shall be handed over to the Employer, at no cost, in good working
order, except for normal wear and tear. The Employer may perform any inspections,
tests or expert appraisals he shall consider necessary with a view to checking that
the property is in good working order. The Contractor shall also hand over any
unutilized spares, consumables etc. purchased for the Facilities.

At the end of O&M Period, the Contractor shall be entitled to receive an O&M
Completion Certificate within thirty (30) days

The delivery of such O&M Completion Certificate will relieve the Contractor from his
responsibility as regard to the operation & maintenance of the Facilities and confirm
that the Contractor has fulfillled all of his obligations under these Conditions.

14. CONFIDENTIALITY AND INTELLECTUAL PROPERTY RIGHTS

Confidential Information
Subject to Clause [14.2], the Contractor shall at all times during the O & M Period
and for a period of two years after that:
use all efforts to keep all information regarding the terms and conditions
and any data or information acquired under or pursuant to these Conditions
confidential and accordingly shall not disclose the same to any other person; and

not use any document or other information (whether technical or commercial)


obtained by them it by virtue of these Conditions or the Contract concerning the
Employer‟s undertaking for any purpose other than performance of the its
obligations under these Conditions;
Provided that the provisions of this Clause 14.1 shall not apply to information,
which at the time of disclosure was in the public domain other than by breach at
the foregoing obligations of confidentiality.

114 of 223
Disclosure of Confidential Information
The Contractor shall not be entitled to disclose the terms and conditions of these
Conditions and any data or information acquired by it under or pursuant to
these Conditions without the prior written consent of the Employer unless such
disclosure is made in good faith:

to any outside consultants engaged by or on behalf of the Contractor and acting in


that capacity, having made them aware of the requirements of this Clause [14].

to the lenders, any security trustee, any bank or other financial institution and its
advisers from which the Contractor is seeking or obtaining finance, having made
them aware of the requirements of this Clause [14].

to the extent required by Applicable Law;

to any insurer under a policy of insurance; or

to the Contractor‟s Personnel having made them aware of the requirements of this
Clause [14];

Information

The Contractor shall:

make available to the Employer without charge such materials, documents


and data of any nature (except any materials documents and data protected by legal
privilege or which is subject to any duty of confidentiality to any third party) acquired
or brought into existence in any manner whatsoever by it as the Employer may
request for the purposes of exercising its rights or carrying out its duties in respect of
the Facilities or exercising its rights under or performing its obligations
under these Conditions.

make available to the Employer other such materials and documents and data
acquired or brought into existence by third parties as the Employer may request
for the purposes referred to in sub-paragraph (i) above

Third Party Intellectual Property

The Contractor shall:

procure that any intellectual property owned or developed by third parties and
utilized by the Contractor in connection with the performance of its obligations under
these Conditions is licensed to the Contractor for the purposes of the Operation &
Maintenance or repair of the Facilities and otherwise for the purposes of the Facility;
and

Ensure that the Contractor shall have the right to sub-license that intellectual
property to the Employer and any Successor Contractor for use in connection with
the operation, maintenance and repair of the Facilities. These licenses should survive
termination under these Conditions. The Contractor shall grant all such sub-licenses.
If any fee is payable to the licensor in consideration of any such sub-license, the
Contractor shall pay such amount during the O & M Period and each such license
shall be irrevocable

115 of 223
Indemnify and hold harmless the Employer against any action, claims, damages and
losses caused to the Employer by the owner of the Intellectual Property due to the
allegedly unauthorized or improper use of this intellectual property by the Contractor
for the fulfilllment of his obligations under these Conditions.

14.5 Successor Contractor


If the licenses and sub-licenses of intellectual property granted under this Clause
respectively shall survive termination of the O & M part of contract in accordance
with the terms of this Clause, the Employer shall be permitted to grant sub-licenses
of intellectual property licensed to it there under to any Successor Contractor of the
Facilities for use only in connection with the operation, maintenance and repair of
the Facilities provided that such Successor Contractor concludes an agreement with
the Contractor or, as the case may be, the licensor of any such intellectual property
on terms which it may reasonably require any payment in connection with those
sub-licenses. Where intellectual property has been sub-licensed to the Employer
under this Clause and such sub-license is not subject to revocation by the Contractor
there under, the Contractor shall take such actions as the Employer may request in
connection with the grant of licenses to any Successor Contractor for the purposes
set out above.

15. ARBITRATION AND DISPUTE RESOLUTION


The arbitration and settlement of disputes shall be in accordance to Clause No. 24 of
General Conditions of Contract (Volume I, Section 2)

16. GOVERNING LAW AND JURISDICTION

These Conditions and the O&M Part of Contract shall be governed in accordance with
Indian Law.
The Contractor agrees that any legal action or proceedings arising out of these
Conditions may be brought in the courts or tribunals at Hyderabad in India and
irrevocably submits themselves to the jurisdiction of such courts or tribunals. The
Employer may, however, in its absolute discretion commence any legal action or
proceedings arising out of these Conditions in any other court, tribunal or other
appropriate forum, and the Contractor hereby consents to such jurisdiction.

17. MATERIAL, TOOLS AND TEST EQUIPMENTS:


All materials required for the O&M of the project shall be new and of best quality and
suitable for the purpose intended. These shall be got approved from the Engineer in
charge before use.

Electricity Supply:
Contractor shall keep good liaison with APDISCOM - Power Distribution Co. of A.P.
Ltd. for power supply in case of electric power failure (break down/shut down) it shall
be the responsibility of the agency to inform all the concerns as well as to contact
concern authorities to restore the power supply. The vehicle kept at site by the
contractor shall be provided for this purpose along with operation and maintenance
staff in case of requirement as per direction of Engineer in charge or his
representative without any extra claims.

116 of 223
Work Order Book
A bound half sheet size work order book shall be provided by the contractor and
handed over to the owner for maintaining at the work site. This shall be a permanent
record. The contractor or his Resident engineer shall sign against instructions &
orders recorded by the Engineer in charge or his representative for the maintenance
work. He may take out a copy thereof if necessary. He shall take prompt action as per
the instruction/orders of the owner and necessary compliance shall be recorded
against each instruction/order

Electrical Installations
All electrical work shall be carried out as per the provisions of Indian Electricity Act,
Indian Electricity Rules, Instructions and requirement of authority/authorities i.e.
Electrical Inspector and APDISCOM - Power Distribution Co. of A.P. Ltd. or as
mentioned in the Volume of General Condition for contract.

Accident on the works


The contractor shall be fully responsible for any accident that may occur to the
labour on his work on duty and report the same to the Engineer in charge and
concerned Govt. labour department authority and shall pay all necessary
compensation as per rules. Contractor shall also be fully responsible for any loss to
any individual or public property occurred due to him or his workers negligence
under the scope of this contract.

Use of site
The contractor shall not unreasonably encroach the site with materials and
equipment. The contractor shall not use land for any private purpose.

Compliance
The contractor shall be bound by all ordinance acts, codes, rules, regulations and
orders of which in any way affects conduct of works, or workmen engaged for the
work. The contractor shall be responsible for any violation of any govt. rules &
regulations. It shall be the responsibility of the contractor against any claim or
liability arising from violation of above.

Accommodation for Staff


Contractor shall provide necessary accommodation to their labours & engineers at
his own cost.

Transportation
Contractor shall have to make his own arrangements for conveyance of his staff at
his cost. No facility will be provided by the owner.

Medical
Contractor shall provide medical facility to his staff at his cost.

18. CONTRACTOR‟S STAFF & THEIR CONDUCT ETC.:

Nationality & Address


All employees shall be Indian Nationality and it shall be contractor‟s responsibility to
give temporary and permanent address: Convicted or penalized person shall not be
employed.

117 of 223
Salary to Employees
Contractor shall strictly follow labour laws and shall also ensure regular monthly
salary payment to his staff. The owner will not take any liability of any of his
employees appointed for operation and maintenance under this contract. Contractor
shall submit monthly certificate for full payment to his staff on or before 10th of
every month. Owner reserves the right to conform the contents of the certificate from
contractor‟s employee for their last pay. The owner will not be responsible for any
delayed payment/ compensation/ overtime or any other claims by employees of
contractor during the tender period and even after the tender period.

Identification Dress Code with Badge/ Identity Card


Contractor shall have to provide special dress code with identification badge with
name plate strip to be displayed on front pocket to each staff as approved by
Engineer in charge along with Identity Card etc.

Holidays and Leave


Holidays and leaves shall be given to staff as per relevant labour rules. During
holidays/ causal leave/earned leaves etc. and contractor shall arrange for the
substitute. The owner shall not make any separate payment of overtime for these
substitutes provided by the contractor during above periods.

Conduct
All employees of the contractor shall follow the instruction of Engineer in charge. If
any employee misbehaves with Engineer in charge he/she shall be immediately
removed from duty and substitute for that shall be employed by the contractor. If
contractor fails to do so, non-refundable penalty of Rs.200/- (Rupees Two hundred
only) per day per such case will be levied, this amount shall be recovered from the
bill or any due amount of agency.

Visitors

The plant is one of its own kinds. Visitors are expected to visit this plant. It is
expected that all staff and Engineers be present and follow the directives of Engineer
in charge.

118 of 223
SCHEDULE 1
Operation and Maintenance Services
The Contractor shall be required to perform the following services under these
Conditions:

The Contractor shall be responsible for corrective and preventive maintenance of


civil, hydraulic, mechanical, and electrical and instrumentation equipment as well
as miscellaneous equipment.

The Contractor shall be responsible for carrying out regular servicing and
lubrication of rotary machines, complying with maintenance instructions as defined
in the Operation and Maintenance Manual and ensuring that electromechanical
equipment and motors operate correctly at all times.

The Contractor shall ensure that all measurement systems are calibrated, within the
valid period of certification and operate correctly at all times.

The Contractor is responsible for the maintenance of the internal plant roads,
landscaped areas inside the Employer plant fences.

The Contractor shall be responsible for maintenance of civil structures including


primary and secondary treatment, pump houses, plant pipelines, administration
buildings, chlorine building, sludge dewatering building, garages, etc.

The Contractor will operate and maintain in a state of continuous operational


readiness all plant and systems to meet the flow requirements. It shall remain the
Contractor‟s responsibility to ensure that plant systems are at all times able
to operate to the designed capacity of plant.

Provided here are certain standard services that Corporation / Municipality /


Department could require. However Corporation / Municipality / Department may
wish to review this and make changes depending on the exact nature of services
they require from the Contractor.

The Contractor shall be entitled to appoint a representative who shall together with
Employer‟s Representative on the last day of each month or if such day is not a
working day on the following day, jointly carry out a reading of water meters and
jointly certify the record of such readings.

For the duration of the O&M period, the Contractor will be responsible for the
supply and control of lubricants, spare parts and consumable materials including
Electrical Power, necessary for the continuous operation of the works.

The Contractor will manage the consumables and utilities services to ensure their
most economic consumption and to minimize wastage.

The quantities of all the unutilized spare parts and consumable materials will be
fully handed-over to the Employer at the end of the O&M period.

The stores inventory, the issuing and recording of spare parts will be the
responsibility of the Contractor.

The Contractor is also responsible for providing spare parts and material required
for the operation and maintenance during the operation period, and shall bear the
cost for the same, including the cost of storing and safeguarding.

The Contractor will make all necessary arrangements to ensure the continuous
supply of spare parts and material for the works; and the rate of advance supply of
these materials shall be in such quantities and amounts as would ensure
uninterrupted operation.
119 of 223
All the furniture and administrative office equipment etc. required shall be furnished
by the Contractor. Costs of operating administrative office and supplies shall be
borne by the Contractor.

The Contractor shall take out subscriptions for standard telephone lines / wireless
sets etc. Running cost for the telephone / wireless sets will be borne by the
Contractor. The Key maintenance staff should have mobile phones in operating
conditions for better co-ordination of the maintenance activities.

Cost of operation and maintenance and housekeeping of housing complexes


including domestic water supply and drainage, roads, gardens, electrical
installations, etc. will be borne by the contractor.

Contractor has to do painting to all Civil Structures including pipeline, channels,


etc. with the same quality of paint used while construction of the structures or as
directed by Employer at a regular interval of every two years.

120 of 223
SCHEDULE- 2
REPORTS

1. MONTHLY REPORT

The monthly report shall include but not be limited to:

Volume of Sewage treated.

Inlet and outlet sewage characteristics BOD, Total Suspended solids and any other
data required by the Engineer in Charge

All the problem areas in the facility,

O & M works carried out during the month.

Monthly materials consumption statement

2. ANNUAL REPORT

The Contractor shall provide the Employer by March 31 of the current year (n) with
an annual report for the preceding year (n - 1). This report shall include:

*A statement of works carried out during the preceding year (n- 1) in connection
with the contractor‟s obligations under these conditions.

NOTE: The Employer may consider if it requires these reports or requires reports
and provide for the same. This will need to be looked at in the light of reporting
requirements in these Conditions. The Employer will also need to determine what
information is required in these reports

121 of 223
SCHEDULE- 3
Insurances

Insurance against Injury to Persons and Damage to Property:

The Contractor shall insure against each liability for any loss, damage, death or
bodily injury which may occur to any physical property (mechanical, electrical,
automation work, all civil works, Storage etc. excluding pipe line) or to any person
which may arise out of the Contractor‟s performance of his obligations under
these Conditions during the O&M Period.

This insurance shall be for a limit of per occurrence of not less than the amount of
Rs. 5 lakh, with no limit on the number of occurrences.

Insurance for Contractor‟s Personnel

The Contractor shall effect and maintain insurance against liability for arising from
injury, sickness, disease or death of any person employed by the Contractor or any
other of the Contractor‟s Personnel.

The Employer shall also be indemnified under the policy of insurance, except
that this insurance may exclude losses and claims to the extent that they arise from
any act or neglect of the Employer or of the Employer‟s Personnel.

Contractor shall have to take insurance for Electrical, Mechanical and


instrumentation equipment under this packages and whereas the insurance of other
component like sump, pipeline will be optional. This General Insurance for the work
will be in the name of Corporation / Municipality / Department. The depreciated
value is to be considered for the purpose of insurance for respective year. The
insurance for skilled, semi- skilled and unskilled labour is compulsory. The same
should be taken by agency as per labour act laws in force.

122 of 223
VOLUME I

SECTION 3:

SPECIAL CONDITIONS OF
CONTRACT

123 of 223
02 VOLUME – I

SECTION 3 SPECIAL CONDITIONS OF THE CONTRACT (SCC)

SPECIAL CONDITIONS OF CONTRACT FOR EPC


SECTION 3A
PORTION OF WORK

SPECIAL CONDITIONS OF CONTRACT FOR


SECTION 3B
OPERATION & MAINTENANCE (O&M)

TECHNICAL CONDITIONS FOR OPERATION &


SECTION 3C
MAINTENANCE (O&M)

TECHNICAL SPECIFICATIONS & SCOPE OF


SECTION 3D SERVICES FOR OPERATION & MAINTENANCE
(O&M)

124 of 223
VOLUME I

SECTION 3A

SPECIAL CONDITIONS
OF CONTRACT
FOR EPC PORTION OF WORK

125 of 223
SPECIAL CONDITIONS OF CONTRACT
FOR EPC COMPONENT OF WORK

ADMINISTRATIVE PROVISIONS

The Conditions of Contract for EPC portion of Work shall supplement the General
Conditions of Contract [GCC]. Whenever there is a conflict between GCC and the
Conditions of Contract for EPC portion of Work, the provisions stipulated herein
shall prevail over those in the GCC.
The following additional clauses shall apply only during the Operation and
Maintenance period.

1. DEFINITIONS AND INTERPRETATION


1.1 Definitions
In these Conditions of Contract (“Conditions”) the following words and expressions
shall have the meanings hereby assigned to them, except where the context
otherwise requires.
1. “Applicable Law” means all national (or State) legislation, statutes, ordinances
and other Laws and regulations and by laws of any legally constituted public
authority.
2. “Contract” means the contract agreement, these conditions, the employer‟s
requirements, the Tender and the further documents (if any) which are listed in
the contract agreement.
3. “Contractor‟s Equipment” shall mean all equipment, instruments, tools,
machinery and other appliances and things of the Contractor at the Site required
for the fulfilllment of the obligations of the Contractor under these Conditions.
4. “Contractor‟s Personnel” means the contractor‟s representative and all personal
whom the contractor utilizes on site, who may include the staff, labour, & other
employees of the contractor and of each sub–contractor & any other
personnel assisting the contractor in the execution of the work.
5. “Dispute” shall have the meaning given to it in Clause 15 of these Conditions.
6. “Employer‟s Risk” shall include the risks mentioned as employers risks in
the General Conditions and shall include any negligence or misconduct on the
part of the Employer and also any event of Force Majeure as provided in Clause
12 of these Conditions.
7. “Employer‟s Personnel” means the Employer‟s Representative, the assistants and
all other staff, labour and other employees of the employer and of the Employer‟s
representative, and any other personnel notified to the contractor, by the
employer or the employer‟s representative, as employer‟s personnel.
8. “Employer‟s Requirements” means the document entitled employer‟s
requirements, as included in the contract, and any additions and modifications to
such document in accordance with the contract. Such document specifies the
purpose, scope, and / or design and / or other technical criteria, for the works.
9. “Facility” shall mean the entire system to be designed and constructed including
the equipments, buildings, structures, ramps, pits, pipes, fencing, lighting,
testing and analysis equipment, tools, computers, software programs, safety
equipment, plant machinery, supplies, instruments and inventory incorporated
therein, as well as all open areas within the Site, and including any additions,
modifications, alterations, replacement and repairs as may be made thereto from
time to time.
10. “Force Majeure” shall mean those events mentioned in Clause 12 of these
Conditions.
126 of 223
Interpretation
In these Conditions, except where the context requires otherwise.
a) words indicating one gender include all genders,
b) words indicating the singular also include the plural and words indicating the
plural also include the singular,
c) Provisions including the word „agree‟, „agreed‟ or „agreement‟ require the
agreement to be recorded in writing;
d) „written‟ or „in writing‟ means hand-written, type-written, printed or electronically
made, and resulting in a permanent record;
e) The marginal words and other headings shall not be taken into consideration in
the interpretation of these Conditions;
f) The words „include,‟ „includes‟ and „including‟ are not limiting;
g) As used in these Conditions, all defined terms include the plural as well as the
singular;
h) Any agreement, document or drawing defined or referred to in these Conditions
shall include amendment, modification and supplement thereto and waiver
thereof as may become effective from time to time, except where otherwise
indicated;
i) Any reference to any Clause or Sub-Clause shall unless specified otherwise mean
a Clause or Sub-Clause of these Conditions; and
j) Any rights of the Employer to make any inspections or to review any document
shall not create any obligation on the Employer to conduct such inspections or
reviews to detect any errors, inaccuracies, ambiguities or other potential
problems. No inspection or approval by or on behalf of the Employer shall operate
as a waiver of any provision of these Conditions, any obligation of Contractor
under these Conditions, or any of the rights of the Employer hereunder, except as
expressly agreed in writing by the Employer.
2.0 Trial run

Trial Run for 03 (three) months after completion of Installation Works: The
contractor shall stabilize the plant within a maximum period of 03 (three) months of
trial-run period and shall deploy manpower and provide consumables at no cost to
the Employer during the three months trial run period of STP. The charges towards
consumption of energy shall be borne by the contractor during the Trial Run
period of 03 (three) months and during O&M period of 7 (seven) years.

In case the plant is not stabilized within 03 (three) months of the trial run period
and fails to meet the effluent discharge standards, the trial run period will be
automatically extended and the contractor shall continue to run the STP until the
plant meets the effluent discharge standards, duly deploying the requisite manpower
and providing the consumables at his cost. In addition, he shall be liable to levy of
the penalties as stipulated for the O&M period until the effluent discharge standards
are met. The contractor shall ensure compliance with the prescribed effluent
discharge standards and obtain “Consent for Operation” from the APPCB. The O & M
paid of 7 years will start after stabilization of STP.

Submission of Operation and Maintenance Manual and As-Built Drawings

The submission of the Operation & Maintenance Manual and the As–built drawings
for the system is the precondition for the final payment.

127 of 223
OPERATION AND MAINTENANCE MANUAL

The Contractor has to submit an operation and maintenance manual after the
physical completion of the work. This manual will be submitted as draft at the date
of physical completion and as final version one month after commissioning. It shall
include all the experience made during the tests and the training given to the
operators during the commissioning period. The Contractor will prepare this manual
in cooperation with his suppliers and subcontractors and after consultation with the
Employer‟s representative for detailed contents. It will at least contain the following
items.

The Contractor shall compile operating, maintenance and overhauling instructions


for the whole of the Plant.
The instructions shall consist of one volume of:
(a) General descriptive text (including drawings for illustration) of the Works described
section by section.
(b) Complete operational instructions for the sewage treatment plant. This shall be
termed the Operators Manual. It shall be aimed at the operational staff and shall be
written in clear unambiguous text complete with drawings which necessary for
clarification of any issues. The manual shall comprehensively detail what to do on a
day to day basis and also what to do in the event of faults develop. It shall in
addition provide a complete list of the process maintenance tasks the operator
should carry out including the intervals between these tasks.
(c) Essential instructions for mechanical and electrical maintenance of the Plant. These
instructions shall be short and concise and set out in a consolidated schedule the
inspection, lubrication, cleaning and any other type of servicing operations required.
The Contractor shall prepare typical maintenance log sheets that the Employer can
subsequently use for daily, weekly, monthly or other periodic maintenance and shall
form record sheets of plant maintenance operations.
(d) Instructions for use of skilled maintenance personnel in fault location, carrying out
routine replacements, withdrawing, dismantling, overhauling, re-assembling and
testing the various items of Plant.
(e) Manufacturer‟s Technical Documentation subdivided into categories for:
- civil;
- process;
- electrical;
- electrical building services;
- mechanical building services;
- Instrumentation and control.
(f) Civil As-Built Drawings.
(g) Comprising the FDS and PLC code.
(h) Electrical As-Built Drawings: The electrical drawings shall be complete sets
including all information necessary for maintenance and spares replacement.
(i) Control and instrumentation As-Built Drawings: The drawings shall be complete
sets including all information necessary for maintenance and spares replacement.
(j) Mechanical As-Built Drawings: The mechanical drawings shall be complete sets
including all information necessary for maintenance and spares replacement.
(k) Electrical and mechanical building services As-Built Drawings: The drawings shall
be complete sets including all information necessary for maintenance and spares
replacement.

128 of 223
(l) FAT (Factory Acceptance Test) records for the Plants and Works.
(m) SAT (Site Acceptance Test) records for the Plants and Works.

Each volume shall be subdivided (relating to areas of plant) into sub sections or sub-
volumes in order to ease the location of plant details. Each volume or sub volume
shall be provided with a comprehensive index for the volume or sub-volume
concerned and the O&M manual as a whole.

Each volume shall be enclosed within A4 and A3 ring binders having tough grease
resistant covers suitable for use on site and designed to permit the easy removal and
insertion of the contents. The front cover and spine of each volume shall show
details of the project, Employer, Engineer and a volume title.

Text shall generally be enclosed in A4 ring binders, A3 drawings shall be enclosed


within A3 ring binders except where they accompanies A4 text in which case they
shall be folded. A1 drawings shall generally be folded and enclose in A4 box files.
Where A1 drawings accompany text they shall be folded and enclosed in an A4
plastic wallet, one wallet per drawing.

AS – BUILT DRAWINGS

These drawings shall be compiled by the Contractor and shall constitute a


permanent record of the Works as executed. These shall include all such drawings,
schedules, documentation and calculations as necessary for a complete
understanding of the Works design, operation and maintenance.

The As-Built Drawings shall consist of the fully up-dated versions of the approved
Construction Documents incorporating any additional information which will assist
the Employer in operating, maintaining and if necessary modifying or extending the
Works at a later date. These drawings should extend and supplement the
information given in the Operating and Maintenance Manuals.

A3 and smaller sized As-Built Drawings shall be provided on durable paper for
reproduction by photocopier. As-Built Drawings larger than A3 sized shall be
provided as a paper copy and also produced in the form of black lines on a durable
translucent film from which further paper prints can be taken by others as required.
In addition drawings shall be provided as an AutoCAD software copy in editable
form in Compact Disc (CD) in two sets.

Other related information shall be provided in hardcopy as well as editable softcopy


format (Microsoft Word, Excel, Access, or Project).

Installation

Labour

All applicable labour laws of the Government and GOs shall be followed.

Health and Safety:

The Contractor shall at all times take all reasonable precautions to maintain the
health and safety of the Contractor‟s Personnel. In collaboration with local health
authorities, the Contractor shall ensure that medical staff, first aid facilities, sick
bay and ambulance service are available at all times at the Site including
accommodation for Contractor‟s and Employer‟s Personnel, and that suitable
arrangements are made for all necessary welfare and hygiene requirements and for
the prevention of epidemics.

The Contractor shall appoint an accident prevention officer at the Site, responsible
for maintaining safety and protection against accidents. This person shall be
129 of 223
qualified for this responsibility, and shall have the authority to issue instructions
and take protective measures to prevent accidents. Throughout the execution of the
Works, the Contractor shall provide whatever is required by this person to exercise
this responsibility and authority.

The Contractor shall send, to the Engineer, details of any accident as soon as
practicable after its occurrence. The Contractor shall maintain records and make
reports concerning health, safety and welfare of persons, and damage to property, as
the Engineer may reasonably require.

HIV-AIDS Prevention: The Contractor shall conduct an HIV-AIDS awareness


programme via an approved service provider, and shall undertake such other
measures as are specified in this Contract to reduce the risk of the transfer of the
HIV virus between and among the Contractor‟s Personnel and the local community,
to promote early diagnosis and to assist affected individuals.

The Contractor shall throughout the Contract (including the Defects Liability
Period):

(i) conduct Information, Education and Consultation Communication (IEC)


campaigns, at least every other month, addressed to all the Site staff and labour
(including all the Contractor‟s employees, all Subcontractors and Consultants‟
employees, and all truck drivers and crew making deliveries to Site for construction
activities) and to the immediate local communities, concerning the risks, dangers
and impact of, and appropriate avoidance behavior with respect to, Sexually
Transmitted Diseases (STD)-or Sexually Transmitted Infections (STI) in general and
HIV/AIDS in particular;

(ii) provide male or female condoms for all Site staff and labour as appropriate; and

(iii) provide for STI and HIV/AIDS screening, diagnosis, counseling and referral to a
dedicated national STI and HIV/AIDS programme, (unless otherwise agreed) of all
Site staff and labour.

The Contractor shall include in the programme to be submitted for the execution of
the Works an alleviation programme for Site staff and labour and their families in
respect of Sexually Transmitted Infections (STI) and Sexually Transmitted Diseases
(STD) including HIV/AIDS. The STI, STD and HIV/AIDS alleviation programme shall
indicate when, how and at what cost the Contractor plans to satisfy the
requirements of this Sub-Clause and the related specification. For each component,
the programme shall detail the resources to be provided or utilized and any related
sub-contracting proposed. The programme shall also include provision of a detailed
cost estimate with supporting documentation. Payment to the Contractor for
preparation and implementation of this programme shall not exceed the Provisional
Sum dedicated for this purpose.

The Contractor shall follow and implement all statutory provisions on labour
(including not employing or using children as laborers, equal pay for equal work),
health, safety, welfare, sanitation and working conditions.

130 of 223
5.0 Site Environmental Plan (SEP)

The Contractor shall prepare a detailed Site Environmental Plan (SEP) for the work
site, base camp, etc., showing arrangements for disposal of sanitary and other
waste, location of fuel, oil and lubricant depots, sheds for equipment, labour and
housing facilities, etc., prior to the construction for approval of the Engineer-in-
Charge.

6.0 Safety, Security and Protection of the Environment

The Contractor shall take all necessary precautions against pollution or interference
with the supply, or obstruction of the flow of, surface or underground water. These
precautions shall include but not be limited to physical measures such as earth
bunds of adequate capacity around fuel, oil and solvent storage tanks and stores, oil
and grease traps in drainage systems from workshops, vehicle and plant washing
facilities and service and fuelling areas and kitchens, the establishment of sanitary
solid and liquid waste disposal systems, the maintenance in effective condition of
these measures, the establishment of emergency response procedures for pollution
events, and dust suppression, all in accordance with normal good practice and to
the satisfaction of the Engineer-in-Charge. Should any pollution arise from the
Contractor's activities he shall clean up the affected area immediately at his own
cost and to the satisfaction of the Engineer, and shall pay full compensation to any
affected parties.

7.0 Protection of Trees and Vegetation

The Contractor shall ensure that no trees or shrubs or waterside vegetation are felled
or harmed except for those required to be cleared for execution of the Works. The
Contractor shall protect trees and vegetation from damage to the satisfaction of the
Engineer. No tree shall be removed without the prior approval of the Engineer-in-
Charge and any competent authorities. Should the Contractor become aware during
the period of the Contract that any tree or trees designated for clearance have cultural
or religious significance he shall immediately inform the Engineer-in-Charge and
await his instructions before proceeding with clearance. In the event that trees or
other vegetation not designated for clearance are damaged or destroyed, they shall be
repaired or replaced to the satisfaction of the Engineer-in-Charge, who shall also
impose a penalty to twice the commercial value of any timber affected, as assessed by
the Engineer-in-Charge.

8.0 Use of Wood as Fuel

The Contractor shall not use wood as a fuel for the execution of any part of the
Works including but not limited to the heating of bitumen and bitumen mixtures
and the manufacture of bricks for use in the Works, and to the extent practicable
shall ensure that fuels other than wood are used for cooking, and water heating in
all his camps and living accommodations.

9.0 Water Supply

The Contractor shall make his own arrangements at his own expense for water supply
for construction and other purposes. Only clean water free from deleterious materials
and of appropriate quality for its intended use shall be used. In providing water the

131 of 223
Contractor shall ensure that the rights of and supply to existing users are not affected
either in quality, quantity or timing. In the event of a dispute over the effect of the
Contractor's arrangements on the water supply of others, the Engineer-in-Charge
shall be informed immediately and shall instruct the Contractor as to appropriate
remedial actions to be undertaken at the Contractor‟s expense.

10.0 Relations with Local Communities and Authorities

In setting and operating his plant and facilities and in executing the Works the
Contractor shall at all time bear in mind and to the extent practicable minimise the
impact of his activities on existing communities. Where communities are likely to be
affected by major activities such as road widening or the establishment of a camp,
large borrow pit or haul road, he shall liaise closely with the concerned communities
and their representatives and if so directed, shall attend meetings arranged by the
Engineer-in-Charge or Employer to resolve issues and minimise impacts on local
communities.

11.0 Fire Prevention

The Contractor shall take all precautions necessary to ensure that no vegetation along
the line of the road outside the area of the permanent works is affected by fires arising
from the execution of the Works. The Contractor shall obtain and follow any
instructions of the competent authorities with respect to fire hazard when working in
the vicinity of gas installations. Should a fire occur in the natural vegetation or
plantations adjacent to the road for any reason the Contractor shall immediately
suppress it. In the event of any other fire emergency in the vicinity of the Works the
Contractor shall render assistance to the civil authorities to the best of his ability.
Areas of forest, scrub or plantation damaged by fire as considered by the Engineer-in-
Charge, shall be replanted by the Contractor's staff or labour or otherwise restored to
the satisfaction of the Engineer-in-Charge at the Contractor's expense.

12.0 Interference with Traffic and Adjoining Properties

In case any operation connected with the works necessitates diversion, obstruction or
closure of any road, railway, waterway or any other right of way, the approval of the
Engineer-in-Charge or the Engineer‟s Representative and the respective competent
authorities shall be obtained well in advance by the Contractor. In case the
Contractor‟s operations obstruct access to adjacent properties, the Contractor shall be
responsible to provide reasonable temporary access to the affected parties. In case the
Contractor fails to provide adequate temporary facilities, this shall be deemed to be an
uncorrected Defect and the Employer shall have the right to engage a third party to
correct the Defect and the cost of such correction will be deducted from the Contract
Price.

13.0 Transport of Contractor's Equipment or Temporary Works

Where the Contractor intends to use a particular route for the haulage of large
quantities of materials he shall consult well in advance with any affected communities
and submit in advance for the Engineer-in-Charge's approval a plan including but not
limited to the proposed route, the existing condition of the pavement and bridges, the
estimated number and type of vehicle movements per day, a programme for
monitoring the condition of the pavement and structures, and measures for limiting
132 of 223
vehicle speeds and dust nuisance in built-up areas. The Engineer-in-Charge reserves
the right to disallow certain haul routes should these in his opinion cause or be likely
to cause unreasonable nuisance or hazards to the public. The Engineer-in-Charge's
approval will not remove the Contractor's obligations under this Sub-Clause to
prevent and repair damage to roads or his liability for compensation for any accidents
caused by his vehicles.

14.0 Clearance of Contractor's Facilities

On or before expiry of the Defects Liability Period the Contractor shall clear away all
his temporary facilities including but not limited to offices, camps, storage and
holding yards, workshops, crushing and mixing plant, diversion and haul roads so
that the land is returned to at least its previous condition and, in the case of
agricultural land, potential productivity. Clearance shall include but not be limited to
tasks such as the removal of unwanted structures, removal of metallic and concrete
debris, removal and disposal of any soil contaminated by diesel, bitumen or other
polluting material, ripping to relieve compaction, grading, replacement of topsoil, and
turfing and grassing, as appropriate. Where improvements have been made such as
land filling or installation of boreholes or construction of boat landings these may be
retained subject to the agreement of the landowner. The Employer reserves the right
to inspect the site of any facilities established or used by the Contractor in connection
with the Works and to undertake any corrective measures necessary to restore the
land, and to recover the cost from monies due or to become due to the Contractor.

15.0 Housing for Labour

The Contractor at his own expense shall provide and maintain, in a clean and
sanitary condition, living accommodations for those employed by him on the Project.
Each building for living accommodation shall be provided with lights, water supply,
and sanitary facilities and be properly furnished.

16.0 Safety and Accident Prevention Officer

Due precautions shall be taken by the Contractor, at his own cost, to ensure the
safety and protection against accidents of all staff and labour engaged on the Works,
local residents in the vicinity of the Works, and the public travelling through the
Works. The Contractor shall have on his staff on Site a designated officer qualified to
promote and maintain safe working practices. This officer shall have authority to issue
instructions and shall take protective measures to prevent accidents, including but
not limited to the establishment of safe working practices and the training of staff and
labour in their implementation.

17.0 Protective Clothing and Footwear

The Contractor shall, at his own expense, provide protective clothing and equipment
to all staff and labour engaged on the Works to the satisfaction of the Engineer-in-
Charge, and on his failure to do so, the Employer shall be entitled to provide the same
and recover the cost from the Contractor. Such clothing and equipment shall include,
at a minimum, protective footwear for workmen undertaking concrete mixing work,
protective footwear and gloves for any workmen performing bituminous paving works,
protective footwear, clothing, cream, gauntlet-type gloves, hats, safety glasses or
goggles and filter masks for workmen undertaking lime stabilisation works, hard hats
133 of 223
for workmen engaged on bridge construction, and otherwise as appropriate to the job
in hand and to the Engineer-in-Charge's satisfaction.

18.0 First-Aid Services

The Contractor shall, at his own expense, provide first aid equipment at all camps and
work sites to the satisfaction of the Engineer-in-Charge, and shall ensure that at all
work sites where 40 or more persons are engaged on the Works there shall at all times
be a person qualified in first-aid with access to appropriate first-aid equipment. A
first-aid post shall be established at each base camp comprising a suitable room with
two beds, washing and examination facilities, appropriate medical supplies, and
staffed on a full-time basis by a qualified paramedical attendant.

19.0 Health and Pests

The Contractor shall at his own expense and throughout the period of the Contract
ensure that suitable arrangements are made for the prevention of epidemics and for
all necessary welfare and hygiene requirements for his staff and labour, and shall
comply with all the regulations and requirements of the local health authorities with
respect to disease prevention and control. He shall warn his staff and labour of the
dangers of communicable diseases including those transmitted by insects, water,
faecal/oral contact and sexual activity. The Contractor shall take the precautions
necessary to protect all staff and labour employed on the Site from insect nuisance,
rats and other pests and minimise the dangers to health and the general nuisance
caused by the same. Should malaria or other insect-borne diseases be prevalent in the
area, he shall provide his staff and labour with suitable prophylactics, equip living
accommodation with screens and bed-nets, and carry out spraying with approved
insecticides, as appropriate and to the Engineer-in-Charge's satisfaction.

20.0 Supply of Drinking Water, Sanitation

The Contractor shall so far is reasonable, having regard to local conditions, provide on
the Site and at his expense an adequate supply of drinking water for the use of
Contractor‟s staff and work people, together with sanitary facilities to the satisfaction
of the Engineer-in-Charge.

21.0 Disorderly Conduct

The Contractor shall at all time take reasonable precautions to prevent any unlawful,
riotous or disorderly conduct by or amongst his employees and for the preservation of
peace and protection of persons and property in the neighbourhood of the Works
against the same. "Disorderly conduct" shall include but not be limited to harvesting
of natural resources such as firewood or fish by the Contractor's labour when this is
done to the detriment of pre-existing local interests.

22.0 Records of Labour and Accidents

The Contractor shall maintain full records of numbers, working hours and wages of
labour, safety, health and welfare of persons, accidents, and damage to property and
make such reports on these matters to the Engineer-in-Charge as he may from time to
time prescribe.

134 of 223
23.0 Site Office for Engineer-in-Charge and Other Supervisory Staff

The Contractor shall establish an office of 200 sq. ft. size for Employer‟s
representative, for which land shall be provided by the Engineer-in-Charge. The office
shall include three tables, 10 chairs, two steel almirah, sufficient number of display
board, etc. within 15 days from the date of commencement of the Project and the
same shall become property of the Contractor on completion of the work. The
electrical charges / water charges & all other charges shall be arranged within the
area of the package work. Approval shall be taken from Engineer-in-Charge prior to
making arrangement of the office. The office shall be functional till work is completed.
If Engineer-in-Charge finds that office arranged by the Contractor is not being
maintained properly then Engineer-in-Charge has right to deduct a reasonable
amount from the payment.

Inspection and testing and review of data for materials, Plant and Equipment

Materials, Plant and Equipment

The Contractor shall place orders for the material and the equipment only after
approval of the Employer‟s Representative. The Contractor shall submit the detailed
drawings from the approved manufacturer and the procedure of submission, review
and revision shall be as specified herein below.

The Contractor shall inform the Employer‟s Representative about the likely dates of
manufacturing, testing, and dispatching of any material and equipment to be
incorporated into the Permanent Works. The Contractor shall notify the Employer‟s
Representative for inspection and testing, at least fifteen (15) days prior to packing
and shipping and shall supply the manufacturer's test results and quality control
certificates. The Employer‟s Representative will decide whether he or his
representative will inspect and test the material / equipment or whether he will
approve it on the basis of the manufacture‟s certificate.

The following inspection and test categories shall be applied prior to delivery of the
equipment, of various categories as indicated in the technical specifications for each
type of the equipment:

Category A:

The drawing has to be approved by the Employer‟s Representative before manufacture


and testing. The material has to be inspected by the Employer‟s Representative or a
third party inspecting agency approved by the Employer‟s Representative at the
manufacturer‟s premise before packing and dispatching. The inspection charges of the
agency shall be first borne by the contractor which shall be reimbursed after
production of actual receipt along with the running bill of the material from the item
of Provisional Sums of BOQ.

Category B:

The drawings of the equipment have to be submitted and approved by the Employer‟s
Representative prior to manufacture. The material has to be tested by the
manufacturer and the manufacturer‟s test certificates are to be submitted and
approved by the Employer‟s Representative before dispatching of the equipment.
Notwithstanding the above, the Employer‟s Representative, after examination of the

135 of 223
test certificates, reserves the right to instruct the Contractor for retesting, if required,
in the presence of the Contractor‟s representative.

Category C:

Samples of the materials and/or equipment shall be submitted to the Employer‟s


Representative for pre-construction review and approval. Following approval by the
Employer‟s Representative, the material may be manufactured as per the approved
standards and delivered to the Site.

For material / equipment under Category „A‟ and „B‟ the Engineer-in-Charge will
provide an authorization for packing and shipping after inspection.

The testing, approval for dispatching shall not absolve the Contractor‟s obligations for
satisfactory performance of the plant.

25.0 Supply of Coloured Record Photographs

The Contractor shall, at his own cost, arrange to take colour photographs at various
stages / facets of the work including special and novel features of the work as directed
by the Engineer-in-Charge and supply two copies of colour record photographs
mounted in the albums with title. These shall be kept by Employer. At the end of the
contract contractor shall submit the two sets of compact disc (CD) containing all
progress photographs.

26.0 Public Awareness / Information Display

The Contractor shall, at his own cost, arrange to provide, erect and maintain
necessary display boards/ banners etc. at selection points of project site giving such
information as considered necessary for public awareness/ information/ safety as
directed by the Engineer-in-Charge.

27.0 Contractor‟s Responsibilities

The contractor shall promptly inform the Employer and the Engineer-in-Charge of any
error, omission, fault, or any other defect in the design or drawings or specification for
the works, which he discovers when reviewing the contract documents, or in the
process of execution of the works. The Engineer-in-Charge will resolve the ambiguity
or correct the error and will notify the contractor of the interpretation to be adopted.

Services

Underground and overhead services are likely to be met with during construction.
These are to be protected against damage by the Contractor at his own cost.

The Contractor shall be required to carry out route survey and mark up the obstacles
on the Map and submit to Engineer-in-Charge well before the start of the work and
arrange for removal / shifting of existing. The Contractor work program shall include
this activity. The work shall be carried out under supervision of concerned
department. The supervision charges of the line agency shall be paid by the
Contractor and shall be reimbursed on actual submission of receipt from the item of
Provisional Sums of BOQ.

The Employer would provide full support to Contractor in coordinating with line
agencies; however no claim on account of delay in shifting of utilities by line
department will be admissible.
136 of 223
VOLUME I

SECTION 3B

SPECIAL CONDITIONS OF
CONTRACT
FOR OPERATION &
MAINTENANCE (O&M)

137 of 223
SPECIAL CONDITIONS OF CONTRACT
FOR OPERATION & MAINTENANCE (O&M) COMPONENT OF WORK

The following Special Conditions of Contract [SCC] for Operation & Maintenance
(O&M) shall supplement the General Conditions of Contract [GCC] and the
Conditions of Contract for Operation & Maintenance (O&M).

Whenever there is a conflict in the Conditions of Operation & Maintenance (O&M),


the provisions made herein in this document; Section 3A, Special Conditions of
Operation & Maintenance (O&M) shall prevail over those in the GCC and the
Conditions of Contract for Operation & Maintenance (O&M).

1. DEFINITIONS

COMMENCEMENT OF O&M PERIOD

From the date of issue of completion certificate in accordance with Clause 53 of the
General Conditions of the Contract.

OPERATION AND MAINTENANCE CONTRACT PERIOD

7 (seven) years from the commencement of O&M period including 02 (two) years of
Defects Liability Period.

BILLING PERIOD

Billing Period means each calendar month, except:

(1) For the first Billing Period shall begin on the Date commencement of contract as
defined in clause 1.1 above and shall continue till the last day of the respective
month;

(2) The last Billing Period shall start on the first date of the month of expiry of
contract and end on the date of expiry of contract as defined in clause 1.9
below.

Any computation made on the basis of a Billing Period shall be adjusted on a pro
rata basis to take into account any Billing Period of less than the actual number of
days in the month to which such Billing Period relates.

DATE OF ISSUE OF TAKING OVER CERTIFICATE AFTER COMPLETION OF


O&M PERIOD

After the completion of 7 (seven) years O&M Period including 02 (two) years of
Defects Liability Period, and as per provisions stipulated in clause 2.2 below,
provided that the contractor has fulfillled the provisions and obligations of this
Tender Document.

GOOD ENGINEERING PRACTICE

In respect of the Contractor, its subcontractors, and all other such third party
agents of the Contractor, practices, methods, techniques and standards, as changed
from time to time, that are generally accepted for use internationally for water
treatment facility, pump house along with its electrical &-mechanical equipment(s),
all type of pipe line and pipe appurtenances, all type of meters and control
equipment(s), power sub-stations, and all other facility during construction,
development, operations and maintenance, taking into account conditions in India.

138 of 223
NON-CONFORMANCE EVENT

Any occasion on which the Contractor does not treat the sewage as per plant
effluent criteria and does not meet performance requirement.

OPERATIONS AND MAINTENANCE SERVICES

All Services which are the responsibility of the Contractor and are required to fulfill
the obligation of bid document and/or in the approved operation and maintenance
manual and as defined in any other clauses of this contract.

EXPIRY OF CONTRACT PERIOD

As per the provisions of Clause 1.2 above (or) as extended as per Clause 2 below.

2. EXTENSION & EXPIRY OF CONTRACT

EXTENSION OF OPERATION AND MAINTENANCE PERIOD

The Operations & Maintenance Period can be extended for another term based on
terms as acceptable to both Parties (“The Contractor” and the “Employer”)

In such an event, either Party (“The Contractor” or the “Corporation / Municipality /


Department”) shall notify its intention to extend the Operations & Maintenance
Period at least six months before its expiry and commence discussions with the
other Party to arrive at a mutually agreed basis of terms and conditions for the
extended period.

EXPIRY OF THE OPERATION AND MAINTENANCE PERIOD & ISSUE OF TAKING


OVER CERTIFICATE BY THE EMPLOYER

Six months prior to the expiry period, the Employer will notify the contractor, the
maintenance required for the facilities including all structures and road, plants,
materials and equipment(s) therein, so that the facilities may be taken over in an
acceptable physical conditions (physical conditions in reference to the initial
physical condition at the start of O&M period, after accounting reasonable wear and
tear during operation) and in operation conditions.

Notwithstanding to the notification done by Corporation / Municipality /


Department as per clause 2.2.1 above, the contractor shall repair, maintain and
operate the facilities as per the terms and conditions of this contract, till 12.00 Noon
up to the date of expiry of contract period.

The contractor, shall be liable for all defects, faults, blockages in sewer/chambers
etc occurred or noticed prior to the 12.00 Noon, up to the date of expiry of contract,
even if the facilities are taken over by the Corporation / Municipality / Department
subsequently, due to expiry of contract period, as per clause 2.2.2 above. However,
the Employer has to notify all such defects/liabilities of contractor within 30 days of
taking over of facilities.

Till the date of expiry of contract period, the contractor shall do all routine and
periodic/break-down maintenance as prescribed in the O&M manual, in force, at
the time of expiry of contract.

On expiry of contract, the contractor shall hand over all spares, tools and for which
he has been paid.

After, expiry of the contract, the contractor shall provide two copies of the updated
O&M manual. The components of communication system used during O&M period
in operating condition, the T&P required for maintenance of facilities.

139 of 223
If the contractor does not comply with any of the provisions from 2.2.1 through 2.2.6
above, or any other requirement in pursuance of Good Industrial Practices, the
Engineer–In-charge shall estimate the cost of liabilities due to violation of any of the
provisions of this contract. Such estimates made by Engineer-In-Charge shall be
final and binding for the contractor. However, in a reasonable endeavour, such
estimates shall be communicated to the contractor, within 30 days of expiry of the
contract. The contractor shall be given an opportunity to rectify the damages
through his staff/agents, or for supply of required material provided such
rectification of defects on maintenance do not require any shut down of the system,
within 60 days of such notification of estimates by Corporation / Municipality /
Department.

Within 120 days of expiry of the contract period as per clause 1.4, the Corporation /
Municipality / Department shall prepare the final estimates for recovery from the
contractor and shall prepare the final bill for the work.

If the recoveries to be done by Corporation / Municipality / Department are more


than the final bill to be paid, the contractor shall deposit the required amount to be
recovered from contractor or this amount shall be recovered from the
securities/guarantees etc. with the Corporation / Municipality / Department as
deemed suitable.

After the date of expiry of contract and recoveries of all dues payable by the
contractor, the Engineer-In-Charge shall issue a "Taking over Certificate".

3. PAYMENTS

BASIC SERVICE CHARGE (BS)

The Basic Service Charges shall comprise all expenses for operation and
maintaining the Facilities, as provided in the scope of work for O&M in “Scope of
Work and Technical Specifications” of bid document. In addition to the cost of
material/equipment spares, repair/replacement of equipment and labour, all other
expenses such as expenses for patrolling, administration and management,
permanent & temporary staff, running office, maintenance of all structures, Charges
for the Third Party Laboratory Testing, updating of operation and maintenance
manual, cleaning of Plant Premises, Gardening / Landscape etc. and all other
incidental and indirect expenses for the works detailed in “Scope of Work for O&M”
in bid document or for works otherwise required as per good engineering practices
for Operation and Maintenance of the entire system are included in this Basic
Service Charges.

The Basic Service Charge shall exclude the Electricity cost.

Reduction of rates (RR) for non function of STP Units

In case of STP or any unit of associated works is non functional for 2 hrs then Rs.
2000.00 per happening will be deducted from O&M bill. If non function period is
more than 2 hrs and up to 4 hrs Rs. 5000.00 per happening will be deducted from
O&M bill. If any unit of PS/STP is non functional more than 4 hrs then one day
O&M cost plus Rs. 5000.0 as penalty will be deducted from O&M bill.

A token compensation of Rs. 1000.00 for unattended breakdown /over flow of any
water retaining structure of Associated works of STP per occurrence shall be leviable
if the delay in satisfactory completion of repair is beyond 12 hours from the time of
each notice by the Employer.

In event of non compliance of any of the effluent parameters stipulated in


Tender during O&M period, Liquidated damages as per clause 11 of Volume IIB
shall be applicable during O&M period.

140 of 223
BILLING AND PAYMENT PROCEDURE

Commencing with the first Billing Period of the Operations & Maintenance period
and for each Billing Period thereafter during the Operations & Maintenance Period,

The payment shall be in accordance with the following formula: SF = BS - RR

Where:

SF = Service Fee

BS = Basic Service Charges, as per clause 3.1

RR = Reduction in Rates or any other deduction as per terms and


conditions of contract if any

The Fee payable shall be computed in accordance with this Clause and shall be
adjusted from time to time, due to the provisions of clause of Tender Document or
any other provisions in the contract. The Service Fee is and shall be considered to be
a Single Fee payable for O&M of the system. The Corporation / Municipality /
Department shall pay the Contractor the Service Fee with respect to each Billing
Period during the Operations & Maintenance Period, but shall have no obligation to
pay the Service Fee till the commencement of O&M period as per bid document. The
Service Fee constitutes the entire compensation of the Contractor for performing the
Operation & Maintenance Services, as per the scope of work and other obligations
due to this contract.

TAXES AND DUTIES

The Contractor shall be responsible for paying all taxes/duties/cess including


service tax, cess or any other levies imposed by the Government and assessed as
due and payable by the Contractor associated with the carrying out of the services.
Notwithstanding the provisions of any Clause of this Conditions of Contract for
Operation and Maintenance, the Corporation / Municipality / Department shall be
entitled to withhold or deduct from payment to the Contractor any amount
demanded by the competent authority.

All statutory deductions shall be made from all the payments done to the contractor.

Inspection by Employer

The Corporation / Municipality / Department may periodically check the


operation of the Facility or designate an organization of its choice at the cost of
Employer to carry out inspections of the Facility to satisfy itself that the Contractor
is performing its obligations with due diligence.

The Contractor at its own cost shall provide any assistance required for such
inspection of the Facility.

The Employer representative can inspect the facility at any moment during the O&M
period.

141 of 223
4. TERMINATION

CONTRACTOR‟S DEFAULT

The Employer shall be entitled to terminate this Contract for the following reasons
attributable to the Contractor, unless arising as a result of a Force Majeure Event,
or any cause related to the obligations of the Corporation / Municipality /
Department.

a) Repudiation of this Contract by the Contractor or the evidencing of an intention by


the Contractor not to be bound by the terms of this Contract.

b) Appointment of a provisional liquidator in providing for winding up of the Contractor


unless such appointment has been set-aside within 45 days.

c) The Contractor is ordered to be wound up by a court or files a petition for voluntary


winding up except for the purpose of amalgamation or reconstruction provided that
such amalgamation or reconstruction does not adversely affect the ability of the
amalgamated or reconstructed entity to perform its obligations under this Contract,
the successor has assumed in writing unconditional responsibility for the
performance of the Contractor‟s obligations and the technical, financial and
operating capability of the successor is satisfactory to the Corporation /
Municipality / Department.

d) The Contractor abandons the operation of the Facility.

e) Under conditions expressly mentioned in any Clause of this Conditions of Contract


for Operation and Maintenance.

CONSEQUENCES OF TERMINATION BY CORPORATION /DEPARTMENT

If the Employer, with reasonable grounds, terminates the contract under clause 4.1
above, the Retention Amount, and any other sums of the contractor with the
Corporation / Municipality / Department, shall be fortified and actions shall be
taken against him, if deemed appropriate.

5. INDEMNIFICATION

The Contractor to indemnify the Corporation / Municipality / Department against


the following:

a) The Contractor shall at its own expense make good any physical loss or damage to
the Facility occasioned by it in the course of the performance of its obligations under
this Contract if and to the extent such loss or damage is caused by the willful
misconduct or failure to follow Good Engineering Practices of the Contractor, any
sub-contractor or their respective agents or employees.

b) The Contractor shall indemnify, defend and hold harmless the Corporation /
Municipality / Department and its officers, employees, agents and affiliates against
any and all claims of loss, damage and expense of whatever kind and nature,
including all related costs and expenses incurred in connection therewith, in respect
of personal injury to or death of third parties and in respect of loss of or damage to
any third party to the extent that the same arises out of:

i) Any breach by the Contractor of its obligations hereunder;

ii) Any negligent act or omission on the part of the Contractor, its subcontractors
or their respective agents or employees; and

iii) Any willful misconduct or breach of statutory duty on the part of the Contractor,
its subcontractors or their respective agents and employees.
142 of 223
iv) Any other event where such indemnification has been expressly mentioned in
this Conditions of Contract for Operation and Maintenance.

c) The Contractor shall indemnify, defend and hold harmless the Corporation /
Municipality / Department and its, officers, employees, agents and affiliates against
any and all claims of loss, damage and expense of whatever kind and nature,
including all related costs and expenses incurred in connection therewith in respect
of the death or injury to any person employed by the Contractor or its
subcontractors in connection with the performance of the Contractor‟s obligations.

The Contractor shall indemnify the Corporation / Municipality / Department


against all losses and claims in respect of:

a) Death of or injury to any person, or,

b) Loss of or damage to any property (other than the Works).which may arise out of /
in consequence of the Operation and Maintenance of the Facility and the
remedying of any defects therein, and against all claims proceedings, damages,
costs, charges and expenses whatsoever in respect thereof or in relation thereto,
subject to the exceptions below

i) The permanent use or occupation of land by the Facility, or any part thereof.

ii) The right of the Corporation / Municipality / Department to execute the Facility,
or any part thereof, on, over, under, in or through any land.

iii) Damage to property that is the unavoidable result of the execution and
completion of the Works, or the remedying of any defects therein, in
accordance with the contract.

6. INTELLECTUAL PROPERTY

All Intellectual Property conceived, originated, devised, developed or created by the


Contractor specifically for the Facility or the carrying out of the obligations under
this Contract shall vest in the Corporation / Municipality / Department as sole
beneficial owner and shall be disclosed to the Corporation / Municipality /
Department upon its [the Intellectual Properties] coming into existence.

Source code for computer programmers and associated documentation, storage


media shall be made available to the Corporation / Municipality / Department by
the Contractor free of cost

Any Intellectual Property of the Corporation / Municipality / Department that is


required in connection with the performance of the obligations of the Contractor
shall be made available to the Contractor free of charge for the purposes of this
Contract alone

The Contractor shall, at its own cost and expense, ensure availability at all times
during the Term of this Conditions of Contract for Operation and Maintenance, of
any proprietary spares/consumables/equipment that it may have sourced for
purposes of ensuring proper functioning of the Facility as per this Conditions of
Contract for Operation and Maintenance.

The Contractor shall, as far as practicable, use its best efforts

a) To procure that Intellectual Property owned or developed by third parties and


utilized by the Contractor in connection with the performance of its obligations
under this Contract for the production of treated water from the Facility and
otherwise for the Facility but for no other purpose on reasonable terms

b) To ensure that no Intellectual Property of a third party is otherwise used in the


143 of 223
performance of the Contractor‟s obligations under this Contract without the
approval from the Corporation / Municipality / Department.

On Termination of this Conditions of Contract for Operation and Maintenance, the


Contractor shall transfer all such Intellectual Property whatsoever to the
Corporation / Municipality / Department and/or to the Successor Operator at the
discretion of the Corporation / Municipality / Department.

7. DOCUMENTS RECORDS / LOG BOOK

 The contractor will be responsible for keeping up to date records of


documents including History Card for equipment and maintaining every day log
book relating to various analysis performed and to prepare and submit a daily report
of Pumping Station performance. The contractor shall maintain an updated log
book and details of operational parameters like pumping hours, Amperes, Flow
meter reading, H.T. Voltage, Power Factor, energy meter reading, pressure and
other reading required are recorded in every shift at regular interval e.g. hourly or
as agreed mutually (by Corporation / Municipality / Department).

 Printing of log sheets, registers and all necessary stationery required for
maintaining records of operations and maintenance has to be arranged by the
Contractor at his cost. Format of log sheets, registers will be made available to the
successful tenderer by Corporation / Municipality / Department.

8. ADDITIONAL SCOPE OF WORK

 For additional work, if any, which is not included in the scope at present shall be
executed by the contractor on authorization in writing from Corporation /
Municipality / Department.

 The rate of such additional work will be worked out by the Contractor based on the
cost of materials and labour and shall be furnished to Corporation / Municipality /
Department. The contractor shall be entitled for full cost of materials, direct labour
and cost of operation of equipment/machinery etc. required to execute the work.

 For such additional work, the contractor shall maintain time sheets of
personnel engaged and equipment/machinery used for the execution of work. Only
such labour and other costs based on the above records shall be applicable
to the rates payable for above additional work.

9. GENERAL ROUTINE MAINTENANCE

General routine preventive maintenance schedule for various equipment shall be


adopted from O&M Manual. However the general routine maintenance to be carried
out by the Contractor‟s personnel will include but not limited to the following:

a) Replacement of gland packing for the valves etc. whenever required.

b) Greasing of bearing and lubricating all moving parts as per the schedule.

c) Tightening of all loose nuts, bolts and other fasteners.

d) Cleaning of sump at regular intervals.

e) Lubricating and test operation of the valves.

f) General cleaning of all equipment.


144 of 223
10. PREVENTIVE MAINTENANCE CHECKS:

The contractor shall adopt a preventive maintenance check‟s schedule as per


original equipment manufacturer O & M schedule under intimation to the Employer.
The preventive maintenance checks and their tasks frequencies will not be limited to
the following:

Checks to be performed daily

a) Tightness
b) Working of gauges and other measuring devices.
Checks to be performed weekly

a) Pipeline leakages
b) Tightness of all electrical connections
c) Tightness of all cable connections
d) Operation of all sluice and butterfly valves, scour and pressure relief valves,
gates and air valves.
e) Contractor shall be equipped with dewatering pump of required capacity of
pumping sewage, the unit shall also consist of power generating set.
f) All parts of the machinery and electrical equipments liable to wear and tear shall
be replaced by the contractor as per direction of Engineer-in-Charge.
g) Current and voltages in all electrical equipments.

Checks to be performed monthly


a) Gland packing
b) Wear and tear of moving parts.
c) Maintenance of Valve actuator, Battery, etc. shall be carried our as approved by
the Engineer-in-charge.
Checks to be performed bi‐annually

a) Battery and Battery charger


Checks to be performed annually

a) Overhauling requirement of all equipment


b) Improvement required if any in operation of plant
c) Testing and calibration of all instruments

11. COMPUTER MONTHLY REPORT

The contractor has to provide at site one computer with printer to keep all the
records, data maintenance schedules, spares available for the plant. Monthly
statements for, total quantity of sewage entering to STP in MLD, plant effluent
performance data, Lab test results, stock on chemicals, manpower list available at
site, routine test result, monthly consumable and repair maintenance during the
month shall be furnished by the contractor.

145 of 223
VOLUME I

SECTION 3C

TECHNICAL CONDITIONS
FOR
OPERATION & MAINTENANCE
(O&M)

146 of 223
TECHNICAL CONDITIONS
FOR OPERATION & MAINTENANCE (O&M) COMPONENT OF WORK

1. The operation and maintenance of all the works included in this tender as per
details given should be carried out by contractor at his own cost.

2. All electric bills for operating all plant and equipment installed in this contract
will be paid by the Corporation / Municipality / Department.

3. All the required electrical goods / fixtures like bulb, tube light, chock, starter,
fuse, wire etc. required for operation and maintenance shall be procured by
contractor at his own cost and lighting arrangement should be kept in good
condition.

4. Any type of valve or part of the valve not working properly after repairing and
requires replacement, as per opinion of Engineer in Charge or his representative,
then required valve will be replaced by the Contractor.

5. During the period of contract, a person other than responsible representative of


contractor or persons employed by him should not enter into the premises of the
STP site. Every care should be taken by contractor to prevent such type of
unauthorized entry or interruption in the premises or surrounding the property
STP.

6. At any time during the visit of Engineer in charge or his representative if it is


observed that the operation and maintenance is not carried out properly, Sewage
treatment is stopped and contractor is responsible for it recovery will be made at
double rate of contract for that particular day or contract will be terminated.

7. All the works executed under this project & covered in the scope of this tender
will be deemed to have handed over to contractor from the date of successful
commissioning of the facility. Proper operation and maintenance of the same
works/components shall be carried out by contractor and at the time of
completion of contract period or termination of contract, contractor should have
to give possession of all the work and components back to Corporation /
Municipality / Department in good condition. Before handing over the
possession to Corporation / Municipality / Department, account of contract will
not be finalized and deposit will not be refunded to contractor. For all type of
legal activities and expenditure for the same, contractor will be fully responsible.

8. During the period of contract for any type of dispute, decision of Client, will be
final and binding to both the parties.

9. Prescribed registers as maintained by agency during the period of operation and


maintenance period shall be submitted to the Corporation / Municipality /
Department.

10. Proper care is to be taken by contractor to keep neat and clean. Every
component of head work sites and maintenance of all the components shall be
done by contractor.

11. Servicing of all the piping & valves cleaning of all civil works and maintenance
shall be carried out regularly by contractor and entered into the concerned
registers.

12. History sheet shall be maintained by contractor for replacement of


material in pipeline, or valves, spare parts of Electro-mechanical equipment.

147 of 223
13. All the works included in the scope of work shall be oil painted once during
contract period at the cost of contractor.

14. All the gardens and plants situated at STP site shall be supplied water and
maintained properly by contractor. No any extra payment will be made on
account of this work.

15. Telephonic / Mobile message shall be received and entered in the register and
message should be conveyed to the concerned party for action. If there is any
important message regarding interruption in the system, it should be conveyed
immediately to the Engineer-in-charge.

16. All the information regarding labors, staff, vehicles etc. is incorporated in this
tender for preparation of estimate. As per list staff having proper
qualification/labours and vehicles shall be deployed by contractor. If due to
negligence of contractor for providing sufficient staff and vehicles sewage is not
supplied properly remaining labors/staff and vehicles will be deployed by
Corporation / Municipality / Department at the risk and cost of contractor and
recovery for such expenditure will be made from the bill of contractor.

17. The contractor has to make all the arrangements required for the proper
operation, maintenance and safety of all the works included in this contract at
his own cost during the whole contract period.

18. Any damage / breakage found from mischievous element found in the system,
the contractor should lodge police case immediately under intimation to
Corporation / Municipality / Department.

19. Material consumption register in prescribed format should be maintained by the


contractor. During the visit of Engineer-in-charge if required it should be
produced.

20. The Contractor will be required to pay following bills.

a) The bills towards the Third Party Laboratory Testing to be borne by the
Contractor

b) Electric /Battery operated flow meters have to be maintained by Contractor.


In case failure of batteries, same shall have to be replaced by contractor at
his own cost.

21. All miscellaneous items, for example, vehicles, tools, testing equipment, cleaning
or green keeping equipment, security and safety equipment, electrical fixtures,
etc shall be provided by the Contractor at his expense.

22. The Curriculum Vitae (CV) / Resumes of the Contractors personnel shall be
submitted to the Engineer for acceptance at least 7 days before the anticipated
commencement of the O&M, period. Any change of personnel shall be promptly
informed to the Engineer within a day‟s time. Normal time duty hours for the
contractors‟ operation & maintenance personnel may be modified as necessary
and agreed by the Engineer. A rotating shift schedule shall be established by the
Contractor and agreed by the Engineer which will ensure that an adequate
number of the Contractor‟s staff, fluent in Telugu as well as Hindi / English is
on duty at Plants 24 hours per day, 7 days per Week, including all holidays.

23. The Contractor‟s duties with respect to Safety shall include the following:

a) Utilise safety awareness procedures in every element of operation and


maintenance.

b) Give emphasis to site including:


148 of 223
i) Safe working and safety procedures as per rules and regulations of
Governments regarding use of protective clothing, gloves, boots and helmet
etc.

ii) Cleanliness of the plants as a whole.

iii) Awareness of hazardous conditions and accident reporting and necessary


compliance.

iv) Safe practice in Sewage Pumping Stations, if any.

v) Safe practice in Sewage Treatment Plants.

24. The Contractor shall adhere to the manufacturers‟ recommendations with


respect to equipment maintenance, the type and grades of lubricants to be used.
Frequency of lubrication, adjustments to be made regularly and recommended
spares to be held in store.

25. The Contractor‟s duties with respect to general building maintenance and
housekeeping shall include the following:

a) The maintenance of electrical, ventilation and air conditioning, plumbing


and drainage installations.

b) Full maintenance of the site services, cabling and earthling systems,


together with the site road lighting system. Painting of all Civil, Mechanical,
Electrical structures which are open to sky every three year

c) Site maintenance including the upkeep of landscaped areas

d) The building services and house-keeping maintenance shall be undertaken


on all building and services installation.

e) The Contractor shall ensure that all unwanted or redundant items are
removed from the building and sites. Depending on their condition such
items shall either be placed into storage or disposed off site.

26. Contractor‟s duties with respect to store inventory & spares shall include the
following:

a) The stores inventory, the issuing and recording of spare parts will be the
responsibility of the Contractor.

b) The Contractor is also responsible for providing spare parts and material
required for the operation and maintenance during the operation period,
including the cost of storing and safeguarding.

c) The Contractor will make all necessary arrangements to ensure the


continuous supply of spare parts and material for the works, and the rate of
supply of these materials shall be in such quantities and amounts as would
ensure uninterrupted operation.

d) Spare parts shall be supplied by the Contractor and the same will be used
during Operation and Maintenance Contract period.

e) The contractor shall have to procure the required spares from original
manufacture or authorized dealer at his cost.

149 of 223
f) The required spare parts which will be available with Corporation /
Municipality / Department will be issued to the contractor from its stock
and subsequently contractor shall have to replace the same without any
extra cost.

27. Inspection register will have to be maintained, wherein inspection officers will
note their instructions duly dated signature. Successful bidder has to follow the
instructions strictly.

28. On the date of Contract Completion or if the Contract is terminated, all the
installations, works and equipment placed under the Contractor‟s responsibility
shall be handed over to the Employer, at no cost, in good working order. The
Employer may perform any inspections, tests or expert appraisals he shall
consider necessary with a view to checking that the property is in good working
order and will certify to that effect to the Contractor while taking over.

29. Contractor shall have to bear the expense for annual inspection fee for Electrical
installation during the O&M contract period. No extra payment shall be given.
Contractor shall have to carry out energy audit as per the stipulations and
prevailing regulation.

30. Repair of PLC based instrumentation and Automation work shall have to be
carried out by System Integrator. The agency for System Integrator should be
approved first prior to commence the work of such special type of job.

31. Contractor should provide security guard round the clock with uniform. He
should also maintain register for visitors.

32. If any work specified in the scope of tender but not carried by the contractor, the
recovery will be done at the double the market rate from the contractor.

33. Handing over - After successful completion of O&M period (to be certified by the
Engineer in Charge) the scheme as a whole and its components individually will
be handed over to the Corporation / Municipality / Department or the agency
nominated to take over the charge for further operation and maintenance. The
Corporation / Municipality / Department will not take any responsibility of the
employees engaged by the contractor to run the scheme during O&M period,
whatsoever. The scheme and all its components individually shall be handed
over to the Corporation / Municipality / Department in a very good maintained
condition. Decision of Engineer-in-Charge will be final.

34. Before handing over the components to Corporation / Municipality / Department


or its nominated agency all the structures shall be maintained by painting as per
specifications given in the agreement and all the Electrical & Mechanical
equipments shall be maintained by all standard maintenance procedure as per
specifications and these must be in good running conditions. It will be the
responsibility of the contractor to show that all stipulated Service Level
Standards have been fulfillled and are up to the mark on the date of handing
over the works to Corporation / Municipality / Department. The Corporation /
Municipality / Department will not take any responsibility of the employees
engaged by the contractor to run the scheme during trial run, Defects Liability
Period and O&M period. The scheme and all its components individually shall be
handed over to Corporation / Municipality / Department or its nominated
agency in a very good maintained condition.

150 of 223
VOLUME I

SECTION 3D

TECHNICAL SPECIFICATIONS & SCOPE OF SERVICES


FOR OPERATION AND MAINTENANCE (O&M)

151 of 223
TECHNICAL SPECIFICATIONS & SCOPE OF SERVICES
FOR OPERATION AND MAINTENANCE (O&M)

1. SCOPE OF SERVICES:

The Scope of work / service to be done / provided by the contractor under this bid
will be as under

The Contractor shall operate and maintain the entire Plant & associated works for a
total operation and maintenance period of 7 (seven) years including 02 (two) years
Defects Liability Period from the date of successful commissioning of plant. All
necessary repairs, maintenance, overhaul, replacements etc. shall be made during
the O&M to maintain the Plant at the status of formal handing over after the
commissioning. At the end of O&M period the plant shall be handed over to the
Employer in fully functional and new condition except normal wear and tear.

The price for O&M bill shall include supply of all tools, tackles, spares, lubricants,
laboratory chemical, glassware and any other chemical required for the successful
operation of the plant. The scope shall include but not limited to the following items.

i. Operation and Maintenance including Civil, Electrical, Mechanical and all allied
works.

ii. Repairs; Refurbishments & Replacement required during O&M period for
satisfactory running of plant.

iii. Sampling and testing of influent sewage based on the tests and frequency desired by
the Engineer-In-Charge as per specifications stipulated in Volume II SEC A and in
general in accordance with the latest CPHEEO manual on Sewerage and Sewage
Treatment.

Sampling and testing of additional samples for the day to day O&M of the STP and
as mutually agreed from time to time between the Contractor and the Engineer-In-
Charge.

Sampling of final treated effluent to ensure that the guarantee parameters are as
stipulated in the bid document. The sampling frequency to be as per relevant norms
of State Pollution Control Board or higher as decided by Engineer-In-Charge. The
Employer reserves right to collect samples at random at the will of the Employer
through any agency nominated by him. Employer shall have right to seek part of
sample collected by the Contractor without any prior intimation to cross check the
results on random basis. However the analysis charges of such samples shall be
borne by Employer.

iv. O&M of all functional and utility buildings, infrastructure and common areas within
the Plant campus.

v. Proper maintenance of Water Supply, Sewerage, Roads, Paths, lawns including


trimming and upkeep of gardens etc.

vi. Maintenance of Proper records of sampling as per approved Performa.

vii. Loading, Unloading and Transportation of screenings, wet grit out of treatment Plant
site at contractor's own cost as directed by Engineer-In-Charge within 20 km from
the Plant to the place as directed by the Engineer-In-Charge from time to time. The
wet grit shall be collected and disposed of by the contractor. Any revenue accruals
by sale of sludge shall be to the benefit of the Employer.

152 of 223
ix. Maintenance of log books of all the machinery not connected to the PLC shall be
done separately & collectively at the STP. Fortnightly and monthly reports of all
such machinery and parameters monitored by the PLC shall be generated and
hardcopy along with soft copy shall be got approved from the Engineer-In-Charge.
These reports shall contain sufficient appropriate and adequate data to make the
records meaningful and amenable to analysis for evaluating the performance of the
Plant as well as to help in O&M decisions.

x. Security of the campus and contents therein shall be Contractor‟s responsibility.

xi. The Contractor shall be responsible for cleaning of the total plant area. At all times
the Plant, its equipment and surrounds shall be kept clean and in order including
the buildings, floors, walls, roofs, windows, garden etc.

xii. The Contractor shall be responsible for Gardening of the Plant area along with
creation of a Greenbelt in the surroundings.

xiii. The records maintained by the Contractor shall be produced periodically to the
Engineer-In-Charge for proper monitoring. The Engineer-In-Charge‟s remarks shall
be attended to on next submission. Consolidated summary reports shall be
furnished to the Employer monthly, quarterly and yearly containing salient features.

xiv. The Contractor shall also maintain history sheets of overhauling, maintenance,
replacement of all the important electrical and mechanical equipment

xv. The O&M shall include the appropriate preventive maintenance of equipment as per
the manufacturer‟s recommendation.

The operation, maintenance and repairs services shall be performed according to the
following:

Down time:

The Plant shall never be operated at less than 50% of its design capacity due
to maintenance and repair reasons. The period of such exceptional operation shall
not exceed two consecutive days and shall not be more than three days a week. The
maximum downtime of the whole Plant shall not exceed 8 hours. The periods for
repairs and maintenance have to be communicated to the Engineer-In-Charge at
least one month in advance. For machinery and equipment which requires
maintenance to be carried out by manufacturer/ manufacturer‟s authorized
representative, the down time shall not exceed 30 days. Employer reserves the right
to impose penalty, should there be any default by Contractor on this account. The
penalty amount will be deducted in the subsequent O&M bill if adequate reasons are
not furnished by the Contractor for delay.

Operation of the Plant as per O&M Manual:

The Plant shall be operated according to the rules and procedures laid down in the
O & M manual. The Plant must be in position to work at the design capacity at any
time.

Awareness & Cleanliness

The Contractor and his staff shall maintain a high degree of awareness in
operation and maintenance of the Plant and all relevant safety codes and
procedures. At all times the Plant, its equipment and surrounds shall be kept clean
and in order including the buildings, floors, walls, roofs, windows, and garden etc.

153 of 223
Frequency of Preventive maintenance

The preventive maintenance shall be carried out according to the preventive


maintenance schedule of the Plant. The regular staff may be reinforced with short-
term specialists by the Contractor for special maintenance tasks, after duly
informing the Engineer-In-Charge of the need and the schedule.

Repairs

Repairs shall be made as and when needed very promptly on the spot or at the
Contractor‟s / Manufacturer‟s workshop. The need of repair on the spot or at the
Contractor‟s workshop has to be defined in co-ordination with the Engineer-In-
Charge and according to the status of spare parts availability.

Replacement

Spare parts

The Contractor shall keep a reasonable stock of spare parts so that the down time of
equipment can be kept within the limits specified. The contents of the stock and the
reorder level of the inventory have to be approved by the Engineer-In-Charge.

Transportation

All necessary transportation shall be arranged and made by the Contractor at his
own expense.

Consumables

The Contractor has to ensure that there is always there is sufficient stock of 15 days
of consumables, laboratory chemical, Chlorine gas tonners, glass ware etc.

Chemicals

The Contractor has to ensure that there is always there is minimum stock of 30
days requirement of all chemical required for the successful operation of the plant.

2. GENERAL OBLIGATION

The Contractor shall operate and maintain the plant under this contract for the
period specified in this contract.

The Contractor will submit a detailed operation and maintenance plan for approval
of Engineer-In-Charge. All operation and maintenance activities shall be carried out
strictly in accordance with the approved plan.

The services shall include but not be limited to the following items:

a) Operation and maintenance of the sewage treatment plant(s) from the inlet
chamber up to disposal point.

b) Training for the O&M staff designated by Employer‟s requirement.

c) Generation and maintenance of periodic reports.

d) O&M and up keeping all installed equipments at all STP's with data back up
in operational condition.

154 of 223
3. OPERATION

Operational Services

The Contractor shall operate the complete sewage treatment Plant and associated
services on a continuous 24-hour basis. The Contractor shall operate and utilize the
control and monitoring systems provided. If found necessary, he shall make
adjustments (within the operation range) of the control system and equipment, so
that the Plant operation matches the treatment process requirements.

If it is determined that the facility is not capable of meeting the design parameters
for any reason beyond the Contractor‟s control and not attributable to him, the
Contractor shall determine the specific cause of failure/ abnormality in the Plant
functioning and report to the Engineer-In-Charge and seek his directives on the
necessary corrective action to be taken/adopted.

The Contractor will be required to furnish the details of electricity consumption in


the format prescribed by the Engineer-In-Charge.

The charges towards consumption of energy/electrical charges shall be borne


by the Contractor.

All consumables, necessary chemicals and spares required for operating and
maintaining the plant in good condition shall provided by the contractor. The grit,
Screenings, dewatered sludge and other garbage generated in the plant shall be
removed from the site on daily basis. No accumulation of such residues shall be
permitted within the Plant campus without express application by Contractor giving
adequate reasons as well as permission of Engineer-In-Charge. The Contractor shall
dispose such residues in conformity to Environmental regulations/rules in force.
The Engineer-In-Charge may, if required, decide the mode and timing of disposal of
such residues in consultation with concerned Environmental and Civic Authorities.
Such directions shall be followed by the Contractor promptly, both in letter and
spirit, without any reservations and without any increase in O&M /other costs. The
loading, unloading and transportation cost of these shall be borne by the
Contractor and shall be included in the price quoted by the Contractor for O&M.

The Contractor at his own expense shall provide all tools, cleaning, and
housekeeping equipment, security and safety equipment.

Laboratory services

a) The Contractor shall perform all tests, sampling and analyses regularly as approved
by the Employer‟s requirement and as per the O&M standards.

b) The Contractor will submit in his offer, a complete list of laboratory equipment and
materials in accordance with the analysis program required, if in addition to the
mandatory list of laboratory equipment.

Manpower

The Contractor shall provide experienced managerial, technical, supervisory,


laboratory, administrative, and non-technical personnel and labour necessary to
operate and maintain the treatment Plant and works properly, safely and
efficiently on a continuous 24 hour basis for the full term of the O&M period. While
doing so due consideration shall be given to the labour laws in force.

The qualification and capability of Contractor‟s personnel shall be appropriate for


the tasks they are assigned to perform. The staff provided shall be fully trained in
the operation of the works before being given responsibility. If, in opinion of the
Engineer-In-Charge, a member of Contractor‟s staff is considered to be insufficiently
skilled or otherwise inappropriate for the assigned task, and Engineer-In-
155 of 223
Charge informs the Contractor in writing, the Contractor shall replace him with a
person of appropriate skills and experience for the task, approved by the Engineer-
In-Charge, within one month of being so informed.

The bidder shall propose in his tender a staff management structure for the
operation and maintenance of works. The minimum manpower requirement shall be
as per Annexure - I.

Key staff: The Employer may require a suitable change in the structure on the
basis of design, automation and other relevant parameters it deems fit.

The Contractor shall provide all secretarial support, printing and publishing
services, office furniture and office supplies as required. It shall also ensure that all
labour welfare laws and regulations are followed, including weekly rests, rotation of
duties

The CV resumes of the Contractor personnel shall be submitted to the Engineer-In-


Charge for acceptance at least two months before anticipated commencement of the
pre-commissioning of test. Normal time duty hours for the Contractor‟s O&M
personnel may be modified as necessary and agreed by the Engineer-In-Charge. A
rotating shift schedule shall be established by the Contractor and approved by the
Engineer-In-Charge who will ensure that an adequate number of the Contractor‟s
staff will be available for duty at Plant 24 hours each day, 7 days week, including
national holidays.

In the event, that it is necessary for more than one of the Contractor‟s O&M
personnel be absent from the Plant, for whatever reason, the Contractor shall
provide a qualified replacement at his own expense and ensure that specified project
duty coverage is maintained. If substitute key personnel are required for a period
longer than 15 days, their CV must be approved in advance by the Engineer-In-
Charge.

The O&M personnel shall be dedicated solely to the specified duties and
responsibilities and shall not be diverted to perform Contractor‟s administrative
duties, construction arrangement, office management, or other activities not related
to O&M. Adequate supports staff shall be provided by the Contractor in order avoid
any such diversion.

The bidder shall provide justification of the labour cost proposed by him for all
personnel

The Contractor shall include in his cost medical and accident insurance expenses of
all the staff employed by him along with all provisions of the labour welfare acts
prescribed from time to time by the State and Central Government. Adequate
insurance cover shall also be maintained during O&M period for all short-term
employees, as well as casual, temporary employees and visitors.

Employer is not liable for any situation arising due to any accident/mishap of
whatever nature occurring in the Plant premises.

Safety

The Contractor shall be responsible for safety of his staff during O&M of the Plant
and shall procure, provide and maintain all safety equipment necessary for
satisfactory O&M such as gasmasks, gloves, boots, mats etc.,

1. The Contractor shall utilize safety awareness procedures in every element of


operation and maintenance.

2. The Contractor shall emphasize site safety including adoption of

156 of 223
(a) Safe working procedures

(b) Cleanliness and care of the plant as a whole

(c) Accident and hazardous conditions prevention and reporting.

(d) Safe practice while working near digester / gas holder areas

The Contractor shall impart safety training to all members at regular intervals,
especially for new comers.

The Contractor shall provide Notice boards and display boards at appropriate
locations detailing precautions to be taken by O&M personnel to work in
conformity to regulations and procedures and by the visitors to the Plant.

The Contractor shall notify the Engineer in Charge representative immediately if


any accident occurs whether on-site or off site in which Contractor is directly
involved and results in any injury to any person, whether directly concerned with
the site or a third party. Such initial notification may be verbal and shall be followed
comprehensive report within 24 hours of the accident.

Reporting
The Contractor shall prepare consolidated daily reports, weekly and monthly reports
on Plant operation and maintenance and submit to the Engineer-In-Charge. The
daily reports are to be submitted within first working hour of the next day. The
monthly reports shall be submitted on the first day of the next month and within
two working hours with monthly record data to EIC.
Overall reporting formats shall be approved by Engineer-In-Charge and may have to
be modified from time to time as required and approved by Engineer-In-Charge.
Contractor may have to prepare and submit additional reports on particular matters
and incidents as and when required by the Engineer-In-Charge for each significant
occurrence.

4. MAINTENANCE

Maintenance of Installed Plant

The Contractor shall ensure the continuity of the Plant operations and the
breakdown or the deterioration in performance of the Plant under normal operating
conditions of any items of the Plant and equipment and component parts thereof
shall be minimized.

The classes of maintenance provided shall comprise full Operational maintenance


and standby Maintenance.

Full operational maintenance comprises the planned and regular maintenance


carried out by the Contractor on a day-to-day basis, including cleaning, lubricating,
minor adjustment, together with the preventive and corrective maintenance plan for
those items of the Plant and equipment within the treatment works which have
been commissioned and made operational.

Standby maintenance comprises the planned and regular maintenance carried out
by the Contractor including cleaning, lubricating, periodic, and minor adjustment of
all items of Plant and equipment within the treatment works which have been
installed but have not yet been made operational.

The Contractor shall carry out the maintenance of the Plant installations in
accordance with the requirements of the O&M Manual and to the approved
maintenance plan. The Contractor shall strictly adhere to the manufacturers‟
recommendations with respect to equipment maintenance, and only use types and
grades of lubricants to be used. The frequency of lubrication, adjustments to be
157 of 223
made regularly, and recommended spare parts by the equipment / machine/
instrument manufacturer /supplier shall be carried out and appropriate inventory
shall be held in store.

Building and Site Maintenance

The Contractor shall be responsible for:

The full maintenance of building and all electrical, ventilation, plumbing and
drainage installation in the building.

Building and housekeeping maintenance.

Full maintenance of the site water and wastewater services, cabling and earthing
systems, and the site road lighting system.

Site maintenance including the upkeep of landscaped areas/ tree Plantation etc.

The building services and housekeeping maintenance shall be undertaken on all


buildings and services installations.

Routine housekeeping maintenance shall be carried out in accordance with


procedures specified in the Operation and Maintenance Manual which shall be
approved by the Engineer-In-Charge.

Preventive Maintenance

The Contractor shall plan the day-to-day and the preventive maintenance. This
planning must include for each equipment the estimated necessary hours in
preventive maintenance and break down maintenance. It shall also include the
qualification of the foreseen maintenance personnel.

The Contractor shall provide the yearly requirement of spare parts and
consumable needed for the maintenance of each piece of equipment for the day-to-
day maintenance, preventive maintenance, and foreseen break down
maintenance/overhaul, if any.

5. TRAINING

General

a) The Contractor shall be responsible for instruction and training of all his personnel
in all aspects of Plant operation and maintenance till the end of the operation and
maintenance period. The Contractor shall also be responsible for training personnel
designated by the Employer who will operate the Plant at the expiry of the contract.

The Contractor will make available for this purpose competent staff and as well as
propose schedule information that may be necessary for effective execution of the
training programs.

The training shall be organised in two (2) stages as follows:

Basic technical training education to be carried out during the final stages of the
erection period of the contract through literature, manuals, handouts demonstration
at site, etc.

Intensive on-the-job training during commissioning and maintenance period.

b) By the end of this training period these personnel should be able to carry out their
respective duties efficiently under the supervision of Engineer-In-Charges and
supervisory staff of the Employer.
158 of 223
The Contractor shall provide at his cost all local transportation, literature,
computers, CDs and other related hardware and stationery to be used by trainers
and trainees during the training period.

c) Towards end of O&M contract period, training shall be conducted once again to
Employer‟s personnel or their authorized personnel. This training shall be for
duration of 30 working days.

6. Operation and Maintenance records

The following are a typical sample form of records (not an exhaustive and
comprehensive) that are required to the maintained by the O&M Contractor. The
details of complete records shall be prepared and submitted by the O&M Contractor
to the Engineer-In-Charge for approval prior to commissioning.

6.1. Performance data of Sewage Treatment Plant

The performance data sheet shall contain the records of the analytical results at the
inlet and outlet values of all the parameters. These parameters are BOD, TSS, TN,
TP and parameters as per Volume II Section A, Part-2.

A table on performance data of STPs based on the effluent parameters shall be


prepared and submitted by the O&M Contractor to the Engineer-In-Charge.

Month: Year:

Unit/ Officer
Date a b c d e f Operator
Basin on duty

a : BOD

b : COD

c : Total Nitrogen

d : Total Phosphorus

e : Suspended Solids/ MLSS

f : dewatered sludge concentration

6.2 Other Records

The contractor shall maintain detailed record of consumption of Polyelectrolyte and


other scrubbing chemicals (if used). Record of wet grit transported out of the plant
site shall be maintained. Similarly record of material movement shall also be
maintained as appropriate and approved by Engineer-In-Charge.

These records shall be available to the Engineer-In-Charge for scrutiny and copies
shall be furnished on demand

159 of 223
ANNEXURE - I
MINIMUM MANPOWER DURING OPERATION AND MAINTENANCE FOR
STPs PROPOSED IN THE CONTRACT

Proposed
Sl. Minimum Experience Minimum No.
Position
No. Qualification in Years of Posts

1 Plant Manager B.E. (Civil) 2 13

2 Operator ITI (Elec. /Mech.) 2 39

3 Electrician ITI (Elec.) 2 13

4 Fitter ITI (Fitter) 2 13

5 Chemist B. Sc (Chem.) 2 13

6 Security Staff 10+2 2 39

Mali or any other


7 -- -- 13
staff as required

Total 143

160 of 223
VOLUME III

161 of 223
TECHNICAL BID FORMS

Sl. DESCRIPTION PAGE NOS.


No.

1 BID FORMATS

2 DATA SHEETS (1 to 14)

3 ANNEXURES (A to L)

4 ANNEXURES M - STATEMENTS (I to IX)

NOTE:
Data Sheets are to be filled by the Bidder. If need be, additional sheets can be added.

162 of 223
BID FORMATS

DECLARATION

I / WE ………………………………………………………………. have gone through carefully all


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

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


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

Signature of the Bidder

163 of 223
ARTICLES OF CONTRACT

Articles of Contract made this day of


between His Excellency the Governor of Andhra Pradesh (herein after called Governor which
expression shall, where the context so admits include his successors in office and
assignees) of the one part and of
(herein after called the contractor which expression shall where the context so admits
include his heirs, executors, administrators and legal representative) of the other part.
Whereas the Government of Andhra Pradesh (herein after called the Government) are
desirous of taking up the work of and
and have caused an estimate / proposal contained in
schedule A drawings and specifications describing the work to be done to be prepared.

And whereas the said Schedule A, drawings numbered serially 1 to


inclusive (Schedule B) and the special specifications (Schedule C),
additional conditions for materials (Schedule D) General Conditions (Schedule E) detailed
Bid notice, Bid articles of Contract have been signed by or on behalf of the parties here to.

And whereas the contractor has agreed to retain with the Government of the earnest
money of Rupees (i) paid by
him vide D.D./ B.G. No. Date issued by
and enclosed to the
application for supply of Bid Schedules (2) Rupee
paid by him vide D.D.No.
dated issued by
towards balance E.M.D.

(3) and Rupees paid by him vide D.D.No.


dated : issued by valid up to
have been produced with towards additional security
for the due fulfilllment of the contract to the satisfaction of Executive Engineer,
. The Contractor having agreed to keep EMD at 2.5% valid
till the completion of work plus twenty four months observation period and additional
security deposit till the completion of work to the satisfaction of Dy. Chief Technical
Officer, APTIDCO, Rajamahendravaram Circle.

And whereas the contractor has agreed that during the course of the contract period an ant
at the rate of 7.5 % of the value of work done will be withheld from the bills as F.S.D.

164 of 223
And whereas the contractor has also signed the copy of the Andhra Pradesh standard
specification and addenda volume there to be maintained in the office of Chief Technical
Officer-II, APTIDCO, Vijayawada in token of acknowledgment of being bound by all the
conditions of the clauses of the Standard preliminary specification and all the standard
specification's for items of works described by a standard specification number in schedule
A.

And where as contractor has agreed to execute upon the subject to the conditions set
forth in the preliminary specification of the Andhra Pradesh standard specifications and
such other conditions as are contained in all specifications forming part of the contract
(herein after referred to as "the said conditions) the work shown upon the drawing and
described in the said specifications and set forth in schedule A as the 'Probable Quantities'
and comply with the rate of progress noted at the end of this articles of contract for a sum
of Rs. (Rupees ) or such other sum as
may be arrived at under the clauses of the standard preliminary specifications relating to
payment on lumpsum basis.

Note it is hereby agreed as follows :

1. In consideration of the payment of the said sum of Rs. ) or


such other sum as may be arrived at under the clause of the standard
preliminary specification relating to payments on lumpsum basis , the
contractor will, upon and subject to the said conditions, execute and complete
the works shown upon the said drawing and described in said specifications,
and to the extent, of work shown in the Bill of Quantities. The said works and
method of payment there for as are provided for in the said works and
conditions.

2. The term Executive Engineer in the said conditions shall mean the public works
officer in-charge of the work having jurisdiction for the time being over the work.
Who shall be competent to exercise all the powers and privileges reserved
herein, in favour of the Government with the previous sanction of or subject to
the ratification by the competent authority herein after called competent
authority in case where such sanction or ratification may be necessary.

165 of 223
3. ADJUDICATION OF DISPUTES:

Except as otherwise provided in the contract, any disputes and differences


arising out of or relating to the contract shall be referred to adjudication as
follows :

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


Arbitration to be referred as follows :

a. Claims up to Rs.10,000/- in value Deputy Chief Technical Officer,


Construction Circle,

b. Claims above Rs.10,000/- and up to Chief Technical Officer-II,


Rs.50,000/- in value APTIDCO.

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


Arbitration and Conciliation Act, 1996 as amended from time to time. The arbitrator shall
invariably give reasons in the award.
ii) Settlement of all claims above Rs.50,000/- in value :

All claims above Rs.50,000/- in value shall be decided by the civil court of competent
jurisdiction by way of regular suit and not by arbitration.

2. A reference for adjudication under this clause shall be made by either party to the
contract within six months from the date of intimating the contractor of the preparation
of final bill or his having accepted payment whichever is earlier.

3. The relevant clause of Andhra Pradesh Standard specification stand modified to the
extent provided in this clause.

4. Time shall be considered as of the essence of the contract and the contractor hereby
agrees to commence the work as soon as the contract is signed and agrees to complete
the work within 15 months from the date of such signing the contract and to show the
progress as defined in the tabular statement "Rate of Progress", subject nevertheless to
the provisions for extension of time contained in clause 59 of the standard preliminary
specifications.

5. The said conditions shall be read and construed as forming part of this contract and the
parties here to will respectfully abide by and submit themselves to the conditions and
stipulations and perform the contract on their part, respectively.

166 of 223
6. Upon the terms and conditions of this contract being fulfillled and performed to the

satisfaction of the Executive Engineer, the security deposited by the Contractor as

herein before recited or such portion thereof as he may be entitled to under the said

condition shall be returned to the contractor as provided

In witness thereof, the contractor M/s. / Sri. has here

unto set his hand and Sri. Chief

Technical Officer-II, APTIDCO acting on behalf of and by the order and direction of his

excellency, the Governor of Andhra Pradesh has here into set his hand the day and year

first above written.

Signed by contractor :

Address:

Phone No. : Fax No. :


In the presence of Witness i) Sri
Signed by on behalf of Government Sri

In the presence of witness:

167 of 223
DATA SHEETS

168 of 223
DATA SHEET – 1

Bidder‟s Appreciation of the Project

This should also consist of a report on the Bidder‟s appreciation of the project, which
should include a section on the site inspection carried out prior to bidding, and
demonstrate awareness and understanding of all the principal technical and logistic
aspects related to project construction.
---------------------------------------------------------------------------------------------------------------

-----------------------------------------------------------------------------------------------------------------------------

---------------------------------------------------------------------------------------------

Signature of the Bidder

169 of 223
DATA SHEET – 1 A
Bidder‟s Confirmation and Compliance to Technical Parameters of the Project

Sl. TECHNICAL PARAMETERS BIDDER‟S


No. COMPLIANCE /
CONFIRMATION

1. The bidding for the sewage treatment plant which is to be constructed YES / NO
in this contract would be based on Open Technology (Technology
neutral). All the works from the influent of STP up-to effluent and safe
disposal of the treated effluent, including sludge treatment shall be in
the scope of the contractor.

The effluent discharge standards shall be as prescribed herein:

i) The sewage shall be treated by the bidder to the effluent


discharge standards: pH 6.5 - 8.5, BOD < 10mg/lit, COD <
50mg/lit, TSS < 10mg/lit, TN < 10mg/lit, TP < 2mg/lit, NH4N <
5mg/lit, FC < 100 MPN / 100 ml, DO > 4mg/lit. The sullage/
sewage shall be collected from near by trunk main /open drains
for treatment with suitable collection arrangements, pump sets,
transformers and generator etc.

ii) The Sewage Treatment Plant is to be designed to meet the


following effluent discharge standards: pH 6.5 - 8.5, BOD < 10mg/lit,
COD < 50mg/lit, TSS < 10mg/lit, TN < 10mg/lit, TP < 2mg/lit, NH4N <
5mg/lit, FC < 100 MPN / 100 ml, DO > 4 mg/lit.

2. STPs design shall be capable of handling treatment of Sewage of …. YES / NO


MLD capacity. The estimated sewage quantity for the entire town will be
xxxxx cum/day for the treatment.
3. Land Requirement: YES / NO

a) The bidder shall construct the STPs constituting these essential units
of, i) Stilling Chamber, ii) Mechanical Fine Screen, iii) Manual Fine
Screen, iv) Grit Chamber, v) all physico-chemical and biological
treatment units to ensure effective primary, secondary and tertiary
treatment to satisfy the effluent discharge standards, vi) Sludge Sump
and Pumpsets, vii) Sludge Thickner, viii)Thickened Sludge Sump and
Pumpsets, ix) Centrifuge, x) Supernatant Sump and Pumpsets, xi)
Chlorine Contact tank, xii) Chlorine Building, xiii) Air Blower Building,
xiv) Workshop, xv) Admin Building & Toilet Block, xvi) DG Room, xvii)
MCC Room, xviii) Transformer Yard, xix) Guard Room, xx) Septage
Holding Tank, xxi) DWPE Dosing Tank among other required units
within minimum possible land area as per requirement based on
technology approved.

b) The bidder shall further consider the other essential components


like, i) Green belt, ii) Plant internal roads, iii) Wet well and pump house,
iv) Receiving chamber, v) Grit chamber, vi) Trash Screens, vii)
Mechanical Coarse screens, viii) Staff Quarters be outside the process
area.

The bidder shall ensure that essential components as stated above in


Sl. No. 4.4.1 a) and 4.4.1 b) above, shall accommodate within 9,775 sq.
meter of available land area.
4. The technology provided shall be fully automated to maintain the STP YES / NO
with less man-power, efficiently with low energy consumption.

170 of 223
Sl. TECHNICAL PARAMETERS BIDDER‟S
No. COMPLIANCE /
CONFIRMATION

5. All structural steel members shall be minimum of SS-304 and all the YES / NO
civil structures shall be minimum of VRCC M30 as per approved design
and drawing, with steel reinforcement of Fe-500 grade as per IS
1786:2008.
6. Trial Run for 03 (three) months after completion of Installation Works: YES / NO
The contractor shall stabilize the plant within a maximum period of 03
(three) months of trial-run period and shall deploy manpower and
provide consumables at no cost to the Employer during the three
months trial run period of STP.

In case the plants are not stabilized within 03 (three) months of


the trial run period and fails to meet the effluent discharge
standards, the trial run period will be automatically extended
and the contractor shall continue to run the STP until the plant
meets the effluent discharge standards, duly deploying the
requisite manpower and providing the consumables at his cost. In
addition, he shall be liable to levy of the penalties as stipulated
for the O&M period until the effluent discharge standards are
met. The contractor shall ensure compliance with the prescribed
effluent discharge standards and obtain “Consent for Operation”
from the APPCB. The O & M paid of 7 years will start after stabilization
of STP.

7. The bidder shall make available all records of consumption of the YES / NO
chemicals Chlorine and Polyelectrolyte for operation of thirteen (13)
Sewage Treatment Plants with a total capacity of 11.50MLD
(Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II – 0.50MLD &
Kondruprolu Site-III – 0.20MLD at Tadepalligudem ULB, Penukulapadu
– 3.00MLD & Pedagaruvu – 0.40MLD at Palakollu ULB, Madepalli –
0.10MLD, Ponangi road – 2.60MLD & Kotturu road – 0.50MLD at Eluru
ULB, Pedathallapunta – 0.40MLD at Kovvuru ULB, Markandeyapuram
– 0.60MLD at Jangareddygudem ULB, Bala Balaji – 0.30MLD &
Indiramma colony – 0.30MLD at Tanuku ULB & Tirugudem – 0.60MLD
at Nidadavolu ULB) and make necessary modifications in the
consumption as directed by the departmental officers.

8. Manpower Details: The bidder confirms to provide experienced YES / NO


managerial, technical, supervisory, laboratory, administrative, and non-
technical personnel and labour necessary to operate and maintain the
treatment Plant and works properly, safely and efficiently on 24 hour
basis for the full term of the O&M period of 7 (seven) years as indicated
in the Table – 1 under ITB, Clause 1d, Sl. No.
1.6 of Salient components of the Scheme: Technical Parameters to be
complied by the bidder. While doing so, due consideration shall be given
to the labour laws in force.

Signature of the Bidder

171 of 223
DATA SHEET - 2

Organisational & Managerial Capability

A) Capability of Bidder in case the proposal is submitted individually

a) Name and Address of the Bidder :

Contact Person

Telephone No.

Fax No.

E-mail Address

b) Type of Organization

c) Corporate deed reference & date of incorporation

d) Shareholding Pattern

e) Field of Work & licensed capacities

f) Existing Man Power along with brief Resume of Key Personnel

Technical (Key Personnel)

Financial (Key Personnel)

Operation & Maintenance (Key Personnel)

Others (Key Personnel)

g) Name and Address of Sister Engineering Organization with similar nature of jobs

h) Details of accreditation of quality standards (if available, please specify)

i) General Organizational Chart of the Bidder:

j) If the Company has failed to complete any contract or sub-contract, please indicate which

one(s), when and why and give detailed explanation on all aspects related with non

completion (fines, work problems, compensation etc.)

6. Details of individual members*:


Member –I

a) Name and Address of the Bidder:


Contact Person
Telephone No.
Fax No.
E-mail Address

b) Type of Organization

c) Corporate deed reference & date of incorporation

d) Shareholding Pattern
172 of 223
e) Field of Work & licensed capacities

f) Existing Man Power along with brief Resume of Key Personnel:


Technical (Key Personnel)
Financial (Key Personnel)
Operation & Maintenance (Key Personnel)
Others (Key Personnel)

g) Name and Address of Sister Engineering Organization with similar nature of jobs

h) Details of accreditation of quality standards (if available, please specify)

i) General Organizational Chart of Company

j) If the Company has failed to complete any contract or sub-contract, please indicate
which one(s), when and why and give detailed explanation on all aspects related
with non completion (fines, work problems, compensation etc.)

*(Similar details should be furnished for all the members of the Joint Venture. If necessary,
rating of each of the members may be used to work out a composite average of Bidder and
Composite average may be used for evaluation purpose).

Signature of the Bidder

173 of 223
DATA SHEET - 3

Bidder‟s Organisational Setup for the Project

The bidder should provide the following information, duly signed.

A. Preliminary organisation chart for

• Overall Project Management

• Surveys and detailed investigation

• Design and engineering services (Civil, Electro Mechanical, Piping


& Instrumentation )

• Execution of Civil works, Electro-mechanical works and piping &


Instrumentation.

• Quality Assurance System

• Testing and Commissioning

• Comprehensive Performance Evaluation Studies for the

project

B. Narrative description of organisation chart

C. Description of relationship between Head Office and Site Management

Signature of the Bidder

174 of 223
DATA SHEET - 4

Project Components Proposed along with Drawings to be Submitted

The bidder shall submit, duly signed, descriptions of proposed project components,
adhering to the basic parameters/ scope of work and deliverables indicated in the bid
document along with relevant drawings. The information should be submitted in sufficient
detail to allow an assessment of the general adequacy of the Bidder‟s proposal.

Sketches, drawings and diagrams, Flow charts along with salient design features and
details, wherever necessary should be included.

Signature of the Bidder

175 of 223
DATA SHEET - 5

Management of Design and Engineering Services

The bidder shall submit, duly signed, descriptions of proposed management of Surveys,
Detailed Investigation, Design and Engineering services and sequences to be used for the
same. Key surveys, Detailed Investigation and Soil Exploration Activities, Key Design and
Engineering activities, Key experts for the same and their deployment schedule should be
identified and described. This information shall be given separately for Civil, Electro-
Mechanical works & Piping & Instrumentation etc.

Signature of the Bidder

176 of 223
DATA SHEET - 6

Work Plan and Construction Methodology of different structural components

The bidder shall submit, duly signed, in brief descriptions of his work plan, proposed
methods, sequences, facilities and layouts to be used for execution of Civil/Electro
mechanical works /pipeline/control system. This should cover the following:

- Working facilities

- Infrastructure works

- Civil Works.

- Electro Mechanical works

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


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

Signature of the Bidder

177 of 223
DATA SHEET - 7

Surge Protection Devices and Hydraulic Equipment Proposed along with Details

The bidder should submit, duly signed, the Surge Protection Device and Hydraulic
Equipment Proposed along with Details

Signature of the Bidder

178 of 223
DATA SHEET - 8

Electrical and Mechanical Equipment and Control System Proposed

The bidder should submit, duly signed, the Electrical and Mechanical Equipment and
Control System Proposed along with Details

Signature of the Bidder

179 of 223
DATA SHEET - 9

Proposed Sub-contractors

The bidder shall list out, duly signed, the proposed sub-contractors. The information shall be
submitted in the following format. The sub-contractor(s) proposed to be associated for respective
category of work must have experience of planning and construction of similar type of work at least
in one project costing not less than 50% of the proposed value of work proposed to be sublet.

Section of works Name(s) & address(es) of Description & Location of


Subcontractors similar works Previously
executed*

* Relevant experience certificates from competent authority shall be enclosed.

Signature of the Bidder

180 of 223
DATA SHEET - 10

Proposed Sourcing of Important Engineering Materials

The bidder shall submit, duly signed, in outline, descriptions of proposed sourcing of key
materials covering at least following:

 Cement  Structural steel  Aggregates


 Reinforcing steel  Explosives  Admixtures

Signature of the Bidder

181 of 223
DATA SHEET - 11

Proposed Construction Schedule for the Project

The bidder shall submit, duly signed, a construction program in bar chart form – together
with corresponding critical path network, which starts at the date of commencement and
shows in details all the key activities. In this regard, he shall make use of any standard
Project Management software like Primavera or MS Project.

Signature of the Bidder

182 of 223
DATA SHEET - 12

Quality Control and Quality Assurance System

The bidder shall submit, duly signed, in outline, description of proposed quality control and
quality assurance system and QA/QC plan for the implementation of the project. This shall
also include the proposed testing laboratories with the testing equipment, key personnel for
field quality control and inspection and laboratory work.

Signature of the Bidder

183 of 223
DATA SHEET - 14

BREAKUP OF LAND REQUIREMENT

Sl. Land Required


Description
No. (In sq. m)
STP with all connected Units, with essential
components comprising of:

a) Stilling Chamber, b) Mechanical Fine Screen, c)


Manual Fine Screen, d) Grit Chamber, e) all physico-
chemical and biological treatment units to ensure
effective primary, secondary and tertiary treatment to
satisfy the effluent discharge standards, f) Sludge
................. (In Figures)
1 Sump and Pump sets, g) Sludge Thickener, h) L1
.................. (In Words)
Thickened Sludge Sump and Pump sets, i) Centrifuge,
j) Supernatant Sump and Pump sets, k) Chlorine
Contact tank, l) Chlorine Building, m) Air Blower
Building, n) Workshop, o) Admin Building & Toilet
Block, p) DG Room, q) MCC Room, r) Transformer Yard,
s) Guard Room, t) Septage Holding Tank, u) DWPE
Dosing Tank

STP other essential components like:

i) Green belt, ii) Plant internal roads, iii) Wet well and
................. (In Figures)
2 pump house, iv) Receiving chamber, v) Grit chamber, L2
.................. (In Words)
vi) Trash Screens, vii) Mechanical Coarse screens, viii)
Staff Quarters be outside the process area.

.................. (In Figures)


Total Area = L1+L2
.................. (In Words) sq. m

Note:
a) The price bid evaluation shall be done based on the total land area proposed by the
bidder as stated above vis-à-vis the land restrictions as stated under Clause, Sl. No.
1.1 c) of Volume - , Salient components of the Scheme: Technical Parameters to be
complied by the bidder.
b) The bid will be summarily rejected during tender evaluation, in case the proposed
land area does not comply with the land restrictions.

Signature of the Bidder

184 of 223
ANNEXURE – A

LIST OF KEY PERSONNEL REQUIRED TO BE DEPLOYED

Name of the Work:

Investigation, Survey, Design, Supply, Construction, Installation, Testing and


Commissioning of thirteen (13) Sewage Treatment Plants with a total capacity of
11.50MLD (Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II – 0.50MLD &
Kondruprolu Site-III – 0.20MLD at Tadepalligudem ULB, Penukulapadu – 3.00MLD
& Pedagaruvu – 0.40MLD at Palakollu ULB, Madepalli – 0.10MLD, Ponangi road –
2.60MLD & Kotturu road – 0.50MLD at Eluru ULB, Pedathallapunta – 0.40MLD at
Kovvuru ULB, Markandeyapuram – 0.60MLD at Jangareddygudem ULB, Bala
Balaji – 0.30MLD & Indiramma colony – 0.30MLD at Tanuku ULB & Tirugudem –
0.60MLD at Nidadavolu ULB) based on any appropriate Technology (Technology
Neutral) with Post Completion Operation & Maintenance of entire Sewage
Treatment Plants for 7 (Seven) years including 02 (Two) years Defect Liability Period
under EPC system under PMAY (HFA) (U) Scheme at West Godavari District,
Andhra Pradesh.

Graduate Engineers with Master‟s Degree 3 No.


(Environmental Engg.)
Graduate Engineers (CIVIL) - 13 Nos.
Graduate Engineers (ELEC./MECH.) - 07 No.

Diploma Engineers (CIVIL) - 13 Nos.


Diploma Engineers (ELEC./MECH) - 13 Nos.

Note: The contractor shall deploy the above required qualified key personnel exclusively for
this work on a full time basis.

185 of 223
ANNEXURE - B

PROFORMAE FOR BANK GUARANTEES

186 of 223
PROFORMA – I

Sample Form of Bank guarantee for Bid Security / EMD

„WHEREAS,………………………………………………………………… (Name of Bidder) (here in

after called “the Bidder”) has submitted his Bid dated ………………………. (date) for the

construction of …………………………………………………………………

………………………………………………………….. (Name of the contract) (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 (name of employer) (hereinafter called “the Employer”) in the sum of

……………………………………………….. for which payment will and truly to be made to the

said Employer the Bank binds itself, his successors and assignees by these presents.

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 these Performance Security, in accordance with the

Instructions to Bidders

We undertake to pay 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 above conditions, specifying the occurred condition or

conditions.

This Guarantee will remain in force up to and including the date................................. 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 Bank
187 of 223
is 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)

…………………………………………………………………………………………………

*The Bidder should insert the amount of the EMD in words and figures denominated in

Indian Rupees. This figure should be the same as shown in Clause 1 of the Bid Notice in

Volume III of Bid Document.

** 6 months from the deadline date for submission of Tender [As specified in NIT].

188 of 223
PROFORMA – II

Sample Form of Bank guarantee for Performance Security

In consideration of the Chief Technical Officer-II, APTIDCO, Vijayawada (hereinafter called "
the Employer") having agreed to exempt …………………... (hereinafter called " the said
Contractor ") from depositing with the Department in cash the sum of
Rs………………………… (Rupees …….only) being the amount of Performance Security
payable by the Contractor to the Department under the terms and conditions of the
Agreement dated the ……………….. day of ……………….. 20-- and made between the
Department of the one part and the Contractor of the other part (hereinafter referred to as
"the said Agreement") for ……… as security for due observance and performance by the
Contractor of the terms and conditions of the said Agreement, on the Contract furnishing to
the Department a Guarantee in the prescribed form of a Scheduled Bank in India being in
fact these presents in the like sum of Rs…………………… (Rupees ........................... Only).

We ………………….. Bank/Limited registered in India under ..................................... Act and


having one of our Local Head Office at ............................................. Do hereby :

1. Guarantee to the Department:

a) Due performance and observance by the Contractor of terms, covenants and


conditions on the part of the Contractor in the said Agreement,

AND

b) Due and punctual payment by the Contractor to the --------of ------------------


----- of all sums of money, losses, damages, costs, charges, penalties and
expenses payable to the Department by the Contractor under or in respect of
the said Agreement.

2. Undertake to pay to the Department on demand and without dispute or disputes raised
by the Contractor(s) in any suit or proceeding field in any court of tribunal relating
thereto the said sum Rs……………… (Rupees ……… only) or such lesser sum as may be
demanded by the Department from us our liability hereunder being absolute and
unequivocal and agree that –

3. a) The guarantee herein contained shall remain in full force and effect during
the subsistence of the said Agreement and that the same will continue to be
enforceable till all the dues of the Department under or by virtue of the said
Agreement have been duly paid and its claims satisfied or discharged and till
the Department certifies that the terms and conditions of the said Agreement
have been fully properly carried out by the Contractor.

b) We shall not be discharged or released from the liability under this


Guarantee by reasons of :

(i) Any change in the constitution of the Bank or the Contractor ;

189 of 223
(ii) Any agreement entered into between the Department and the
Contractor with or without our consent ;

(iii) Any forbearance or indulgence shown to the Contractor;

(iv) Any variation in the terms, covenants or conditions contained in the


said Agreement;

(v) Any time given to the Contractor ; or

(vi) Any other conditions or circumstances under which, in law, a surety


would be discharged.

c) Our liability hereunder shall be joint and several with that of the Contractor
as if we were the principal debtors in respect of the said sum of
Rs………………….…………………. (Rupees ............................ only).

d) We shall not revoke this guarantee during its currency except with the
previous consent in writing of the Government.

e) Notwithstanding anything contained herein before, our liability under this


guarantee is restricted to (Rupees ). Our guarantee shall
remain in force up to -----------

IN WITNESS WHEREOF the Common Seal of ………………………………………has been


hereunto affixed this ………………Day of .............................................. 20--.

The common seal of ...................................... was pursuant to the resolution of the Board of

Directors of the Company dated the ………………… day of …………………………20-- herein

affixed in the presence of ……………………….who, in token thereof, have hereto set their

respective hands in the presence of -

1. …………………………………………………………………………………………….

2. ……………………………………………………………………………………………

190 of 223
PROFORMA - III
BANK GUARANTEE FOR MOBILISATION ADVANCE

To
The Chief Technical Officer-II,
APTIDCO,
Vijayawada.

1. In consideration of the Chief Technical Officer-II, APTIDCO, Vijayawada (hereinafter


called "the Department"), having agreed to give interest bearing mobilization advance
of Rs. (In Words: Rupees ) as against the total
amount of Rs. (In Words: Rupees )to
M/s. hereinafter
called the Contractor from the demand under the clause of the Special Conditions of
Contract agreement No. Based on the letter of award No.
made between the Department and M/s
an interest bearing mobilization advance amounting to a
maximum of 5% of the contract sum may be paid against 'Bank Guarantee' from
any nationalized / scheduled bank at SBI MCLR + 2.5% interest. Such Bank
Guarantee should be from any Branch of such bank in A.P. only. The mobilization
advance together with accrued interest shall be recovered in equal monthly
installments by the time 90% of value of work is completed, the first installment
commencing after 15% of the value of work is completed. In case of monthly
installment not being recovered in full, the balance-unrecovered advance shall carry
an interest of ----% p.a. Similarly if the advance is not fully recovered as above, the
balance amount shall carry an interest of % p.a. till it is fully recovered through
Running Account Bills.

For the work of --------------------------------- (hereinafter called 'the said agreement')


an interest bearing mobilization advance can be granted on production of Bank
Guarantee for Rs.………………. (Rupees ……………..Only), We ----------------------------
------------, the bank constituted under the ---------------------------------------------
having its Central Office at ……………………….., ------------------------- and amongst
other places, a Branch at ………… (hereinafter referred to as the Bank) at the
request of the said contractor do hereby undertake to pay unconditionally and
irrevocably the Chief Technical Officer-II, APTIDCO, Vijayawada an amount not
exceeding Rs.…………. (Rupees ………………Only) and the interest due thereon from
time to time against any loss or damage caused to or suffered or would be caused to
or suffered by the Chief Technical Officer-II, APTIDCO, Vijayawada by reason of any
breach by the said contractor of any of the terms and conditions contained in the
said Agreement.

2. We, the Bank do hereby undertake to pay the amounts due and payable under this
guarantee without any demur, merely on a demand from the ---------------------
Municipality stating that the amount claimed is due by way of loss or damage
caused to or would be caused to or suffered by the Municipality by reason of breach
by the Contractor(s) of any of the terms and conditions contained in the said
Agreement or by reasons of the Contractor(s) failure to perform the said Agreement.
Any such demand made on the bank shall be conclusive as regards the amount due
and payable by the Bank under this guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding Rs. ..................... (Rupees
………….. Only).

3. We undertake to pay to the Department, any money so demanded notwithstanding


any dispute or disputes raised by the Contractor in any suit or proceeding pending
before any court or Tribunal relating thereto our liability under this present being
absolute and unequivocal.

191 of 223
The payment so made by us under this bond shall be a valid discharge of our
liability for payment there-under and the Contractor shall have no claim against us
for making such payments.

4. We, the Bank further agree that the guarantee herein contained shall remain in full
force and effect during the period that would be taken for the performance of the
said Agreement and that it shall continue to be enforceable till all the dues of the
Department, under or by virtue of the said Agreement have been fully paid and its
claims satisfied or discharged or till the Chief Technical Officer-II, APTIDCO,
Vijayawada on behalf of the Department certifies that the terms and conditions of
the said Agreement have been fully properly carried out by the said Contractor and
accordingly discharges this guarantee. Unless a demand or claim under this
guarantee is made on us in writing on or before the date we shall be
discharged from all liability under this guarantee thereafter.

5. We, the Bank further agree with the Department that the Department shall have the
fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said Agreement
or to extend time of performance by the said Contractor from time to time or to
postpone for any time or from time to time any of the powers exercisable by the
Department against the said contractor and to enforce or forbear from enforcing any
of the terms and conditions relating to the said Agreement and we shall not be
relieved from our liability by reason of any such variation, or extension being
granted to the said Contractor for any forbearance, act or omission on the part of
the Department, or any indulgence by the Department to the said contractor or by
any such matter or thing whatsoever which under the law relating to the guarantees
would, but for this provision, have effect of so relieving us from such liability.

6. This guarantee will not be discharged due to the change in the constitution of the
bank or the Contractor.

7. This guarantee is furnished and is deemed to be furnished in --------- and the court's
in ------------ will have Civil Jurisdiction.

8. We, the Bank, lastly undertake not to revoke this guarantee during its currency
except with the previous consent of the Department in writing.

Notwithstanding anything contained herein before, our liability under the guarantee is
restricted to Rs.…………. (Rupees ………….. Only). Our Guarantee shall remain in force till
. Unless a claim under this guarantee is made before that date i.e. all
your rights under the said guarantee shall be forfeited and we shall be relieved and be
discharged from all liability there-under.

192 of 223
PROFORMA -IV

AFFIDAVIT

I/We have submitted a bank guarantee for the work ................................................... (name
of work.) bearing
Agreement No…--------------------------------------------------------------------------------------
………………………………………………………………………………dated………………………………
……………………….from……………………………………………….(Name of the Bank with full
address) to the Chief Technical Officer-II, APTIDCO, Vijayawada with a view to seek
exemption from payment of security deposit/performance guarantee in cash. This bank
guarantee expires on……………………………………… …………. …………….

I / We undertake to keep the validity of the bank guarantee intact by getting it extended
from time to time at my/our own initiative up to a period of..............................months after
the recorded date of completion of the work or as directed by the Employer.
I/We also indemnify the Government against any losses arising out of non-encashment of
back guarantee, if any.

Deponent

Signature of Contractor

Note: The affidavit is to be given by the Executant before a first class Magistrate.

193 of 223
PROFORMA – V
FORM OF SOLVENCY CERTIFICATE BY BANKS

I, Managing Director / Chief


Manager / General Manager / Manager / Agent of
Bank Limited do hereby certify Sri / M/s

[here the Names and addresses of the contractor] to be solvent to the


extent of Rs. [Rupees----------------------------------------------------------
] as disclosed by the
information and record which are available with the afore said bank.

For the Bank


Date:
Place:

Signature of Bank Manager


[Authorised to Sign]

194 of 223
ANNEXURE – C

CRITICAL EQUIPMENT AND MACHINERY REQUIRED

a. Cranes - 13 No.
b. JCB/ Proclainer - 13 No.
c. Pin Vibrators - 26 Nos.
d. Pan Vibrators - 26 Nos.
e. Water Tanker of 4000 liters capacity - 13 Nos.
f. Tractor/ Tippers - 13 Nos.
g. Weigh batching plant 30 cum/hr - 07 Nos.

-------------------------------------------------------------------
-------------------------------------------------------------------

195 of 223
ANNEXURE – D

LABORATORY EQUIPMENT REQUIRED

 Slump Test Equipments : --- Nos.

 15cm X 15cm X 15cm Cubic lds : --- Nos.

 Compressive Strength Testing Equipment : --- Nos.

 I.S.I Sieves for sand and Metal : --- Sets.

 I.S.I Sieves for Soils : --- Sets.

 Necessary Measuring Equipment Required : --- Set.


 Gauge to measure thickness of coating
/ lining : --- Set.
 Electric oven : --- No.
 Field density measuring equipment : --- No.
 Core cutter equipment. : --- No.
 Simple balance/Electronic Equipment with least count up to 0.01 Grams.

 Compression Testing Machine : --- No.

 Rebound Hammer : --- No.

 Any other equipment as required and instructed by the Dept. authorities.

196 of 223
ANNEXURE – E

REPORTING REQUIREMENTS

The following Reports and Records in four sets are to be submitted to the Engineer-in-
Charge by the EPC Agency.

(The Reports and Records shall have to be decided according to the nature of the Project
and will be approved by the IBM State Level Technical Committee / EPC Committee - I)

197 of 223
ANNEXURE – F

DRAWINGS
A) Drawings
In respect of EPC works, the drawings given, listed and indexed in bid documents are
indicative and they show the system as a whole. The contractor shall carry out investigation
to prepare detailed layout, designs and drawings of all components of the work within the
stipulated time, to be approved by the competent departmental authority. The contractor
shall follow all relevant BIS codes / circulars issued by the department from time to time for
various components of the works. In case of difference of opinion on technical matters
between the contractor and the Engineer-in-charge, the decision of the appellate authority
shall be final and binding on the contractor.
The appellate authority is the Chief Technical Officer-II in respect of designs and drawings
approved by the Deputy Chief Technical Officer, Rajamahendravaram.
The appellate authority is the Committee constituted by the Government in respect of
designs and drawings approved by the Chief Technical Officer-II.
i) The contractor shall produce signed drawings of the required no. of sets, on the
basis of which actual execution of the work is to proceed, to the Engineer-in-charge
progressively according to the work program submitted by the contractor and
accepted by the Engineer-in-charge. Drawings for any particular activity shall be
furnished to the Engineer-in-charge at least 30 days in advance of the scheduled
date of start of the activity. No extra claims by the contractor towards any change to
the drawings issued earlier shall be admissible.

ii) The drawings furnished by the contractor, even if approved by the employer may be
altered subsequently during execution of the work as per necessity of site
conditions. The price (premium/discount over the IBM) quoted by the contractor
shall hold good for execution of work even with altered plans.

iii) Signed drawings as mentioned above shall not be deemed to be an order for work
unless they are entered in to the contract or Schedule of Drawings under proper
authentication of the contractor and the Executive Engineer or unless they have
been communicated to the contractor by the Executive Engineer duly authenticated.

B) Discrepancies
i) In case of discrepancies between documents, the following order of precedence shall
apply:

a) Between the description of written dimensions in the drawings and the


corresponding one in the specifications, the latter shall prevail.

b) Figured dimensions shall supersede scaled dimensions. The drawings on a


larger scale shall take precedence over those on a smaller scale.

c) Drawings issued as construction drawings from time to time shall supersede


tender drawings and also the corresponding drawings previously issued.

Note: The contractor shall not execute any component of work without obtaining
the approval for working drawings. Any work done without approved
working drawings shall be at the contractor‟s risk and responsibility only.
Acceptance of such work will be at the discretion of the Employer.

C) Secrecy Clause
The drawings and specifications made available to the bidder shall exclusively be used
on the work and they are restrained from passing on any of them to any unauthorized
hand either in part or in full under the provisions of Section-3 and 5 of the Official
Secrets Act 1923, and any violation in this regard will entail suitable action under
appropriate clause of the Act.

198 of 223
ANNEXURE - G

SOIL INVESTIGATION REPORT


Ascertain from field staff

----------------------------------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------

ANNEXURE – H

SCOPE OF WORK & BASIC PROJECT PARAMETERS

As per clause 5.0 of Volume I

ANNEXURE - J

Deleted

199 of 223
ANNEXURE – K

CERTIFICATE FOR EXPERIENCE OF WORK

TO WHOMSOEVER IT MAY CONCERN

Name of Office:

Date:

This is to Certify that M/s was awarded the work of


under Agreement / Contract No. dt. _ at a Contract value of Rs. .................as
individual / in Joint Venture with .

Other details of the work are as under:

1) Office address:

Name of state
Telegraphic address
Telephone number with STD code
Fax number.
E-mail address.
2) % share of the agency as per JV
agreement (If applicable).

3) Capacity of the plant in MLD:

4) Quantities of main items of work.

5) Effluent Discharge Standards


stipulated:
6) (a) Date of Commencement of work
(b) Stipulated date of completion

7) Actual / expected date of completion

If delayed, due to what reasons

8) Actual value of work completed, Year -----------


yearwise Year------------
Year------------
9) Whether the work is completed
satisfactorily?

If not, pl. offer your remarks


10) Process Technology adopted for design
& execution of the STP/ ETP / CETP.
11) Date of start of successful Operation

200 of 223
12) Present status (Whether the STP is
running satisfactorily as on date)

13 Actual Effluent Discharge parameters


(test reports) by reputed Lab, extract of
logbook authenticated by field officers.

Signature of Accountant Signature of Engineer-In-Charge


Name of Accountant Name and Seal of Engineer-In-Charge
Date: Date:
Place: Place:

Countersigned by

Superintending Engineer

Signature of Superintending Engineer


Name and Seal of Engineer-In-Charge
Date:
Place:

201 of 223
ANNEXURE - L

MEMORUNDUM OF UNDERSTANDING (MOU)

FORMAT FOR TECHNOLOGY TIE-UP AGREEMENT WITH QUALIFIED TECHNOLOGY


SUPPLIER / PROVIDER

(To be made on Rs. 100/- non judicial stamp paper and duly notarized to be
submitted along with technical bid)

This Technology Tie-up Agreement (herein referred as TTA) is entered into on date
………… by and between M/s …………………………………… (Name of the Company/Bidder)
(Hereinafter referred as „XXX‟), a company incorporated under the Companies Act 1956
with Registered Office at …………………………………………………………………………………..
………….………………………………………………………………………………………………………..

AND

M/s ……………………….. (Technology Supplier / Provider) (Hereinafter referred as „YYY‟),


a company incorporated under the Companies Act 1956 with a Registered Office at
…………………………………………………………………………………………………………………..

WITNESSETH

WHEREAS „XXX‟ is in the business of turnkey execution of Sewage / Waste Water


Treatment Plants.

WHEREAS „YYY‟ is in the business of Design, Engineering and Supply of Key Components
for (specify the technology proposed for bidding purpose ------------------------------------------------
-------------------------------------------------) for Sewage / Waste Water Treatment Plants.

WHEREAS the CHIEF TECHNICAL OFFICER-II, APTIDCO, VIJAYAWADA (Client,


hereinafter referred to as „Department‟) has invited sealed tenders on prescribed Proforma
from reputed and experienced agencies on turnkey basis for “(NAME OF THE
WORK)........................................……………………………
………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………"
This Tie-up Agreement is executed specifically for the above mentioned work and cannot be
used for any other Works/ Project.

AND

„XXX‟ is submitting its bid as lead partner and „XXX‟ has decided to enter into an exclusive
Tie-up Agreement with „YYY‟ to engage them exclusively as Technology Supplier/Provider
for technology given out let parameters using (specify the technology proposed for bidding
purpose -------------------------------------------------------------------) as a part of the above
mentioned Work for which tenders are invited by the „APTIDCO Department‟.

Now, therefore both the parties hereto agree as follows:

i. „XXX‟ is submitting its bid only and exclusively with „YYY‟.


ii. „YYY‟ will be the Technology Provider to „XXX‟ for the Technology -------------------------
------------------------------------------------ (specify the technology proposed for bidding
purpose) to be used for in the technology of the STP.
iii. „YYY‟ shall provide the following Services and Equipment to „XXX‟:
a. Basic engineering for the said Technology.
b. Supply of all mandatory Equipment and Instruments using the said technology
along with back-up guarantee for performance as per the tender requirement.
Back-up guarantee for performance shall be applicable and valid only in case all
202 of 223
design and documents for the complete STP are in accordance with „YYY‟ design
guidelines and all documents & drawings are reviewed, stamped and signed by
„YYY‟.
c. Shall provide supervision and trouble-shooting assistance during erection,
commissioning, performance testing and trial run of the STP.
d. Shall provide supervision and trouble-shooting assistance during O&M period of
the STP, if required.

iv. „XXX‟ will be the main contractor and the authority to sign the agreement with the
„APTIDCO Department‟ and accepts responsibility and obligation for the Works and
shall be responsible to the client viz. the „APTIDCO Department‟. „YYY‟, in turn,
shall be responsible and liable to „XXX‟ for „YYY‟s scope of work.

Further „XXX‟ shall furnish bank guarantees for due Security, Performance and
O&M and all other such obligations under the Project as a whole.
v. „YYY‟ shall provide and commit such resources as are necessary to perform its scope
of work for the successful completion of the Project. „YYY‟ shall also attend all
review meetings over the Project as and when called for by the „APTIDCO‟ till the
completion of the Project.
vi. „XXX‟ shall make all payments due to „YYY‟ or to its authorized representative as
per their Offer.
vii. Each Party hereto in relation with the other is solely responsible and liable for their
respective scope of work, to be mutually agreed between the Parties and
incorporated in a detailed Agreement / Purchase Order to be entered into between
the Parties before start of work for the above-mentioned Work. Such detailed
Agreement / Purchase Order shall deal with the technical and financial aspects of
the Project.
viii. Each Party agrees to and undertakes to indemnify and hold harmless the other
Party against any liability, loss, cost, damages or expenses sustained as a result of
negligent or improper performance or disturbance caused by itself or by any of its
sub-contractors, suppliers or associates in connection with its share of Works as per
the Contract. If any third party enforces any claim, which is attributable to the
scope of work of a certain party, that Party shall settle such claims. The Parties
agree to indemnify each other against all claims made by any third party in respect
of any infringements of any rights protected by patents, designs or copyrights or
trademarks employed in the Project by any Party.
ix. In the course of working as associates, „XXX‟ and „YYY‟ will be sharing information
with each other which may be proprietary /confidential information / knowledge
acquired by each other. It is hereby agreed that both the parties will maintain
complete secrecy regarding such information / knowledge and will not divulge to any
party for any other purpose except for the success of the execution of the contract.
x. Disputes if any arising in connection with this agreement shall, in the first place, be
referred and settled mutually and amicably between the Parties herein through their
respective senior executives without reference to arbitration. In the unlikely case
where no reconciliation is reached within sixty (60) days of referring the dispute to
the other party by the dispute raising party, such dispute shall be settled by
arbitration in accordance with the provisions of the Arbitration & Conciliation Act,
1996 and amendments thereto. The venue of arbitration shall be at Vijayawada and
the language used shall be English. The arbitral award shall be final and binding
upon both the Parties.
xi. This TTA shall be effective from the date as mentioned in the first page of the TTA
and shall remain valid till the project completion and shall terminate on the
happening of any of the following:
a. The bid submitted by „XXX‟ is rejected or „XXX‟ is unsuccessful in the bid.
b. The Contract for the Works has been awarded to other Third Parties.
c. The client notifies the Parties that they will not proceed with the Project.
d. Any of the Parties to the Agreement is declared insolvent by a Court of
Competent Jurisdiction.
xii. This TTA shall be subject to the laws in India and shall be subject to the jurisdiction
of the court in Andhra Pradesh.

203 of 223
xiii. The MOU shall form the part of contract agreement to be submitted after awarding
of the contract).
13. For the sake of correspondence, following Addresses and the Persons concerned are
to be contacted:

„XXX‟ „YYY‟
Address:
Address:
Tel No. : Tel No.:
Fax No. : Fax No.:
Contact Person: Contact Person:
Designation: Designation:

For „XXX‟ For „YYY‟

(Authorized Signatory) (Authorized Signatory)


Name: Name:

Designation: Designation:

204 of 223
ANNEXURE – M : STATEMENTS

STATEMENT – I

Details of value of Civil Engineering works executed in each year during the last
ten financial years by the Bidder.

Sl. No. Financial Year Value of work executed in Rs.


Lakhs
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.

Attach certificate(s) issued by the Executive Engineer concerned and countersigned


by the Superintending Engineer (showing work wise / year wise value of work done
in respect of all the works executed by the Bidder during the last Ten years) or
Certificate from Chartered Accountant supported with Annual Balance Sheet
tallying with I.T. Clearance certificate.

Signature of the Bidder

STATEMENT – II A

A) Details of works completed in the Name of the Bidder during the last ten financial years.

Address of Agt. Stipulated


Sl. Agreement Value of Actual date of
Name of the work concluding period of
No No. & date Contract completion
Authority completion

1 2 3 4 5 6 7

Total
Value of work done year wise during the last „ten‟ years. value of
work
1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th done.
Year Year Year Year Year Year Year Year Year Year
9 10 11 12 13 14 15 16 17 18 19

Attach certificates issued by the Executive Engineer / equivalent concerned and


countersigned by the Superintending Engineer / equivalent showing work wise / year wise
value of work done and date of completion.

Signature of the Bidder

205 of 223
STATEMENT – II B

Give details of the similar type of work completed during last ten financial year up to
one month prior to last date of submission of the bid in the following Proforma.
(Separate form for each work)
(Give details separately for each member in case of a joint Venture.)
1) Name of Work
2) Agreement No. & Date
3) Country and location
4) Client‟s Name and Address
5) Total Tendered cost of work (Rs. in Lac)
6) Cost of completed work
7) Brief description of works including principal
features and quantity of main items.
8) Annual achievement
( duly supported by certificate from Engineer In -
Charge)
a) Of key quantities, total physical output of last
ten (10) financial year (Separately for each item)
(For contract including "Sewage Treatment
Plants (STP) / Effluent Treatment Plant (ETP) /
Common Effluent Treatment plant (CETP)
project with design, supply, procurement and
construction"
b) Financial Output in Rupees (Cost of Work)
(Including cost of materials supplied by the
client)
9) Period of completion
(a) Originally stipulated time limit.
(b) Date of starting
(c) Stipulated date of completion
(d) Extended time limit
if any, Actual time taken to complete the work.
Reasons for non completion of work in
stipulated time limit / extended time limit if so.
(e) Actual Cost of Work Done
10) Name of applicant‟s Engineer - in -charge of the
work and his educational qualification
11) Were there any Penalties/ Fines / Stop notice /
Compensation / Liquidated Damage imposed? (Yes
or No. If yes, give case wise details)
12) Give the details of Annual Financial Performance
and your experience in execution in mobilizing Lift
Irrigation, Pipeline Project.
13) Details of Litigation / Arbitration cases, if any
pertaining to work completed.
14) Attach Client‟s certificate as per Annexure K and
Annexure L.

Note: In case of joint venture the above form shall be filled by the JV members
separately.

Signature of the Bidder

(*) If the information is hidden or misleading by the bidder, he shall be

disqualified for the Tender and debarred for three financial years.

206 of 223
STATEMENT – III

Physical quantities executed by the Bidder in the last ten financial years. [work
wise / year wise].

Name Agt. Quantities executed / Year wise.


Sl. Financial Any other
of No.&
No Year items.
work Date
1 2 3 4 5 6 7 8 9 10
1
2
3
4
5

Attach certificates in support of the above quantities issued by the Executive


Engineer concerned and countersigned by the Superintending Engineer duly showing the
quantities executed year wise.

Signature of the Bidder

Note: Items shown are only indicative. Similar nature of items relevant to the present work
tendered only shall be indicated in the above table.

207 of 223
STATEMENT – IV

Details of Existing Commitments


Details of works on hand and yet to be completed as on the date of submission of
the Bid and works for which Bid s have been submitted are to be furnished.

A) Existing Commitments on ongoing works:


Address Stipul Balance
Value Antici- Update
of Agt. Agt. Value -ated Value of
Name of pated d value
Sl. Conclu- No. of period works to
of work date of of
No ding & cont- of be
work done comp- balance
autho- Date ract comp- comple-
so far. letion work
rity letion ted
1 2 3 4 5 6 7 8 9 10

Signature of the Bidder

208 of 223
B) Details of works for which Bids are submitted [awarded / likely to be awarded]

Stipulate
Address of Estima- Date on
d period Present
Sl. Name of Agt. ted which Bid
of stage of
No. work Concluding value of was
comple- Bid.
authority work submitted
tion
1 2 3 4 5 6 7

S. No. Type Age of Present Present Whether the Whether


No. of and Machinery condition Location machinery is the
Units make with year of of with name hypothecated equipment
Capacity Registration Machinery and address to any bank is owned /
of or institution leased /
organization to be
where purchased
machinery new
is in use

1 2 3 4 5 6 7 8

Signature of the Bidder

209 of 223
STATEMENT - V

Availability of Critical Equipment & Machinery

The Bidder should furnish the information required below, regarding the availability
of the equipment required for construction / quality control.

The bidder shall list out all major equipment, which he proposes to use for construction
works. This should include their numbers, capacities, whether equipment is to be
purchased, or existing equipment is to be used. In respect of existing equipment, year of
manufacture, current ownership and condition of equipment is to be stated. Numbers of the
above equipment to be deployed during various periods of construction as necessary
considering the construction programme shall also be included.

Signature of the Bidder

A declaration regarding the equipment owned shall be produced by the Bidder on a


Rs.100/-non-judicial stamp paper as below;

DECLARATION

“I ……………………………………. do hereby solemnly affirm and declare that I /we


own the following equipment for using on the subject work and also declare that I / We will
abide by any action such as disqualification or determination of Contract or blacklisting or
any action deemed fit, if the department detects at any stage that I/we do not possess the
equipment listed below.

Details of
Any Is it in
Sl. each Year of Regn.
Capacity other working
No. Machinery purchase Number
data. condition
/Equipment
1 2 3 4 5 6 7

Signature of the Bidder

210 of 223
STATEMENT – VI

Availability of Key Personnel


Qualification and experience of Key Personnel proposed to be deployed for execution of the
Contract.
Graduate Engineers (Civil) Total No. ---
Graduate Engineers (Elec./Mech.) Total No. ---
Diploma Holders (Civil) Total No. ---
Diploma Holders (Elec./Mech) Total No. ---

Total Working with


Sl. Designatio
Name Qualification Experienc the Bidder
No n
ee since.
1 2 3 4 5 6

Note:
a. The Bidder shall provide the proposed deployment of the required no. of key
personnel [for Design and Engineering, Civil and Electro-mechanical works) for
specific positions essential to contract implementation.
b. The Bidder shall provide the Bio-data of each of the key personnel proposed to
be exclusively deployed for this work for various activities, in separate sheets.

Signature of the Bidder

211 of 223
STATEMENT - VII

Information on Litigation History in which the Bidder is the Petitioner

Court Subject Matter /


S. Case No. / Respondents
where Prayer in the Present Stage.
No Year i.e., SE / CE
filed. case.
1 2 3 4 5 6

Signature of the Bidder

212 of 223
STATEMENT – VIII

INFORMATION RELATING TO FINANCIAL CRITERIA

Name of Applicant or partner of a joint venture:

All individual firms and/or all partners of a joint venture are requested to complete the
information in this form. The information supplied should be the annual turnover of the
Applicant (or each member of a joint venture), in terms of contract receipt of works (in all
classes of Civil Engineering construction works only) for each year.

Applicants should not enclose testimonials, certificates, and publicity material with their
applications; they will not be taken into account in the evaluation of qualifications.

Annual turnover data for the last ten financial years i.e. 2008-2009 to 2017-2018
(Rs. In lacs)

Annual income from


Turnover Annual income from
Year contracting
(Gross) other sources
(Civil Engineering Works)
[A] Lead Partner:
2008-2009
2009-2010
2010-2011
2011-2012
2012-2013
2013-2014
2014-2015
2015-2016
2016-2017
2017-2018

[B] Joint Venture:


2008-2009
2009-2010
2010-2011
2011-2012
2012-2013
2013-2014
2014-2015
2015-2016
2016-2017
2017-2018

Note: The declared figures as mentioned above shall be supported with balance sheet
certified by Chartered Accountant and duly notarized for the respective financial year.

Signature of the Bidder

213 of 223
STATEMENT – IX

FINANCIAL DATA

(Give details separately for each member in case of a joint Venture.)

1) Name of Firm

2) Name of Partner / Director


3) Capital

(a) Authorized
(b) Issued and paid up
4) Furnish Balance sheet and profit and loss
statement with Auditor‟s Reports and
Income Tax assessment orders for last Ten
(10) financial years. It should, interlaid
include the following information

i) Working Capital
ii) Foreign Investment
iii) Turnover for the last ten (10) financial
year (Furnish reference page number to
balance sheet attached)
Contract Receipt For Civil Engineering Works In The Last Ten (10) Financial Year
Sr. Turnover Reference page No. to balance sheet or
Year
No. (Rs in Crores) other documents
(I) 2008-2009
(II) 2009-2010
(III) 2010-2011
(IV) 2011-2012
(V) 2012-2013
(VI) 2013-2014
(VII) 2014-2015
(VIII) 2015-2016
(IX) 2016-2017
(X) 2017-2018
Gross Income In The Last Ten (10) Financial Year
Sr. Year Gross Income Reference page No. to balance sheet or
No. (Rs in Crores) other documents
(I) 2008-2009
(II) 2009-2010
(III) 2010-2011
(IV) 2011-2012
(V) 2012-2013

214 of 223
(VI) 2013-2014
(VII) 2014-2015
(VIII) 2015-2016
(IX) 2016-2017
(X) 2017-2018
Maximum gross income from contract works
5.
during last ten (10) financial year
What is the maximum cost of the project
6. that has been handled? (Please give details)
Have you ever been denied tendering
facilities by any Government / Government
7. Undertaking Organisations / Public sector
under taking etc.? (If Yes, Please give
details)
8. List your sources of finance
Amount of financial soundness certified by
9.
Bank. (Attach copy of certificate)
Name and address of Bank from whom
10.
reference can be obtained
Have you ever been declared bankrupt? If
11.
yes, please give details)

Signature of the Bidder

215 of 223
VOLUME – IV

216 of 223
PRICE BID

SL. DESCRIPTION PAGE NOS.


NO.

1 FORM OF BID (LETTER OF TENDER)

2 SCHEDULE A: PRICE SCHEDULE

3 ANNEXURE – N: METHODOLOGY FOR PRICE BID EVALUATION

4 ANNEXURE – P: SCHEDULE OF PAYMENT

General

1.0 The bidder shall quote the total contract price in the template provided online. The
Bidders should also fill up the same total contract price and submit a Letter of
Tender as per the format placed at Annexure FP1. The Lump sum price in the Letter
of Tender shall be the Contract Price. In case of any discrepancy between the price
quoted on line and in the prescribed formats of Volume-I Price Bid including letter
of Tender, then the price quoted in the template provided on line only will be the
contract price and will be considered for evaluation.

2.0 The bidders are to note that payments of the contract amount will be paid as per the
payment schedule appended in this section as Annexure-2.

3.0 The Bidders shall quote the prices both in figure and words.

4.0 The prices quoted in all the formats shall be in Indian Rupees only.

5.0 The service charges payable to M/s Vupadi Technologies Pvt. Ltd., is as indicated
below:

Transaction fee of Rs………….. /- includes all taxes the transaction fee is payable by each
bidder through online in favour of C1 India Private Limited, Hyderabad at the time of bid
submission.

217 of 223
FORM OF BID (Price Bid)

LETTER OF TENDER
(FOR SCHEDULE A)
(To be quoted by the Bidder)

To
The Chief Technical Officer-II, APTIDCO, Vijayawada

Name of the Work: --------------------------------------------------------------------------------


-------------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------------
-----------------

Having carefully examined the Conditions of Contract, Specifications, Drawings, APDSS, PS


to APDSS and its Addenda for the execution of the above named Works, I / we, the
undersigned, do hereby Bid and if this Bid be accepted, undertake to investigate, survey,
design, execute, complete and commission such Works and remedy any defects therein in
conformity with the Conditions of Contract, Specifications, Drawings, Design Criteria, Scope
of Work, Deliverables and Addenda for the sum of

Rs. ………………………………. ( in words: Rupees ……………… )

or such other sum as may be ascertained in accordance with the said Conditions.

I/WE have also quoted the price bid in Schedule „A‟ Volume – IV (annexed) both in words
and figures, for which I/We agree to execute the work at the quoted lump sum payment
under the terms of the contract. In case of any discrepancy between the bid price quoted in
words and figures, the bid price quoted in words only shall prevail.

I/WE enclosed to my/our application for Bid a crossed demand draft/B.G.


(No…………………………………………………..------------------- dated:…………………..) for
Rs… ..................................................... as earnest money not to bear interest.

I/WE shall not assign the contract or sublet any portion of the same. In case it becomes
necessary, I/We shall submit the same at the time of filing Bids itself or during execution,
giving the name of the sub-contractor with details of his qualifications, experience, past
track record and quality of work and agree to sublet with the permission of Bid accepting
authority only to such of the sub-contractors who satisfy the qualification criteria in
proportion to the value of work proposed to be sublet.

I/We agree for the total value of works to be awarded on subletting not to exceed 50% of
contract value. I/We also agree to add the extent of subletting to the experience of the Sub-
Contractor and to deduct to that extent from the experience of the Main Contractor.

IF MY/OUR Bid is not accepted, the sum shall be returned to me/us on application when
intimation is sent to me/us of rejection or at the expiration of six months from the last date
of receipt of this Bid, whichever is earlier. If my/our Bid is accepted, the earnest money
shall be retained by the Government as security for the due fulfilllment of this contract. If,
upon written intimation to me/us by the Employer‟s Office, I/We fail to attend the said
office on the date herein fixed or if upon intimation being given to me/us by the Employer of
acceptance of my/our Bid, and if I/We fail to make the additional security deposit or to
enter into the required contract as defined in condition 27 and 28 of Instructions to
Bidders, then I/We agree to the forfeiture of the earnest money. Any notice required to be
served on me/us hereunder shall be sufficiently served on me/us if delivered to me/us
personally or forwarded to me/us by post to (registered or ordinary) or left at my/our
address given herein or through e-mail. Such notice shall, if sent by post / e-mail be
deemed to have been served on me/us at the time where, in due course of post, it would be
delivered at the address to which it is sent.

218 of 223
I/WE fully understand that the written contract to be entered into between me/us and the
Government shall be the foundation of the rights of both the parties and the contract shall
not be deemed to be complete until the contract has first been signed by me/us and then
by the proper officer authorized to enter into contract on behalf of Government.

BIDDERS / CONTRACTOR‟S DECLARATIONS:


1. I/WE undertake to employ the required technical staff as given in our Bid for
supervising the work and will see that one of them is always at site during working
hours, personally checking all items of works and paying extra attention to such
works as requiring special attention (e.g.) Reinforced Cement Concrete work.
2. I / WE declare that I/WE agree for recovery by the department from the work bills,
of the salaries of the technical staff to be engaged on the work, if I/We fail to employ
the required technical staff as per the Bid condition.
3. I/WE hereby distinctly and expressly declare and acknowledge that before
submission of my/our Bid, I/We have read the instructions in the Bid notice and
have perused in detail and examined closely the Andhra Pradesh Detailed Standard
Specifications (APDSS), all clauses of the Preliminary Specifications therein and the
addenda volume with all amendments including those for EPC contract, and that
I/We have made such examination of the contract documents, plans, specifications,
the proposed location of the work, such investigation of the work required to be done
and the material required to be furnished as to enable me/us to thoroughly
understand the intention of the same and the requirements, covenants, contracts,
stipulations and restrictions contained in the contract and distinctly agree that I/We
will not hereafter make any claim or demand upon the Government based upon or
arising out of any alleged misunderstanding/misconception/mistake on my/or our
part of the said requirement, covenants, contracts, stipulations, restrictions and
conditions. I/We agree to be bound and comply with all such specifications for this
contract which I/We execute in the Municipal Administration & Urban Development
Department.
4. I/WE certify that I/We have inspected the site of the work before quoting my/our
price bid.
5. I /We have satisfied about the quality, availability and transport facilities for stone,
sand, gravel and other materials.
6. I AM/WE are prepared to furnish detailed data in support of all my/our quoted
rates, if and when called upon to do so without any reservation.
7. I/WE hereby declare that I/We will not claim any price escalation.
8. I/WE hereby declare that I am/We are accepting the Defects Liability Period as 24
months instead of the 6 months under clause 28 of PS to APDSS.
9. a) I/WE declare that I/WE will procure the required construction materials
including earth and use for the work after approval of the Engineer-in-Charge.
The responsibility for arranging and obtaining the land for borrowing or
exploitation in any other way shall rest with me/us for the materials for
construction, I/WE shall ensure smooth and uninterrupted supply of materials.
b) I/WE declare that the responsibility for arranging and obtaining the land for
disposal of spoil/soil not useful for construction purposes shall rest with me/us.
c) I/WE declare that I/WE shall not claim any compensation or any payment for
the land so arranged for disposal of soil and the land for borrow area. My/our
quoted bid prices are inclusive of the land so arranged and I/We will hand over
the land so arranged for disposal of soil to the department after completion of
work.
d) I/WE declare that I/WE will not claim any extra amount towards any material
used for the work other than the quoted works for respective Schedule „A‟ items.
10. I/WE declare that I/WE will execute the work as per the Milestone Programme, and
if I/WE fail to complete the work as per the Milestone Programme, I/we abide by the
condition for recovery of liquidated damages as per the Bid conditions.

219 of 223
11. I/WE declare that I/WE will abide for settlement of disputes as per the Bid
conditions.
12. I/WE have not been black listed in any department in Andhra Pradesh due to any
reasons.
13. I/WE have not been demoted to the next lower category for not filing the Bids after
buying the Bid schedules in a whole year and my/our registration has not been
cancelled for a similar default in two consecutive years.
14. I/WE agree to disqualify me/us for any wrong declaration in respect of the above
and to summarily reject my/our Bid.
15. I / We acknowledge that the Volume I, Volume II, Volume III and Volume – IV form
part of the Bid documents and we had gone through these documents and
understood fully the implications and accordingly the bid is filed.
16. I / We undertake, if our Bid is accepted, to commence the Works as soon as is
reasonably possible after the receipt of the Engineer-in-Charge‟s notice to
commence, and to complete the whole of the Works comprised in the contract within
--- months as stipulated in the Bid.
17. I / We agree to abide by this Bid for the period of 120 days from the date fixed for
receiving the same and it shall remain binding upon us and may be accepted at any
time before the expiration of that period. If the Bid is withdrawn by me/us for any
reasons whatsoever, the earnest money paid by me/us will be forfeited to
Government.

1. We understand that you are not bound to accept the lowest or any Bid you may
receive.

Dated this ……………………day of .................. 20--

Signature ……………………………in the capacity of ……………………………


Duly authorized to sign Bids for and on behalf of …………………………
Address of the Bidder: ….…………………………………………………………………………
Occupation. …………………………………………..
Phone No.: Fax No.:

Note: If the Bid is made by an individual, it shall be signed with his full name and his
address shall be given. If it is made by a firm, it shall be signed with the co-
partnership name by a member of the firm, who shall also sign in its own name, and
the name and address of each member of the firm shall be given, if the Bid is made
by a corporation it shall be signed by a duly authorized officer who shall produce
with its Bid satisfactory evidence of its authorization. Such Bidding corporation may
be required, before the contract is executed, to furnish evidence of its corporate
existence. Bids signed on behalf of G.P.A. holder will be rejected.

220 of 223
PRICE BID
SCHEDULE A

Name of the Work:

Investigation, Survey, Design, Supply, Construction, Installation, Testing and


Commissioning of thirteen (13) Sewage Treatment Plants with a total capacity of 11.50MLD
(Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II – 0.50MLD & Kondruprolu Site-III –
0.20MLD at Tadepalligudem ULB, Penukulapadu – 3.00MLD & Pedagaruvu – 0.40MLD at
Palakollu ULB, Madepalli – 0.10MLD, Ponangi road – 2.60MLD & Kotturu road – 0.50MLD
at Eluru ULB, Pedathallapunta – 0.40MLD at Kovvuru ULB, Markandeyapuram – 0.60MLD
at Jangareddygudem ULB, Bala Balaji – 0.30MLD & Indiramma colony – 0.30MLD at
Tanuku ULB & Tirugudem – 0.60MLD at Nidadavolu ULB) based on any appropriate
Technology (Technology Neutral) with Post Completion Operation & Maintenance of entire
Sewage Treatment Plants for 7 (Seven) years including 02 (Two) years Defect Liability Period
under EPC system under PMAY (HFA) (U) Scheme at West Godavari District, Andhra
Pradesh.

PRICE SCHEDULE

Total Price
Sr. No Name of Works
(In Rupees)
Quoted figure shall be either percentage increase or
percentage decrease corresponding to the IBM
(Internal Bench Mark) value indicated in the NIT
towards:

Investigation, Survey, Design, Supply,


Construction, Installation, Testing and
Commissioning of thirteen (13) Sewage Treatment
Plants with a total capacity of 11.50MLD
(Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-II
– 0.50MLD & Kondruprolu Site-III – 0.20MLD at
Tadepalligudem ULB, Penukulapadu – 3.00MLD &
Pedagaruvu – 0.40MLD at Palakollu ULB, Madepalli ............... (In Figures)
1 – 0.10MLD, Ponangi road – 2.60MLD & Kotturu
road – 0.50MLD at Eluru ULB, Pedathallapunta – ............... (In Words)
0.40MLD at Kovvuru ULB, Markandeyapuram –
0.60MLD at Jangareddygudem ULB, Bala Balaji –
0.30MLD & Indiramma colony – 0.30MLD at
Tanuku ULB & Tirugudem – 0.60MLD at
Nidadavolu ULB) based on any appropriate
Technology (Technology Neutral) with Post
Completion Operation & Maintenance of entire
Sewage Treatment Plants for 7 (Seven) years
including 02 (Two) years Defect Liability Period
under EPC system under PMAY (HFA) (U) Scheme
at West Godavari District, Andhra Pradesh.

Signature of the Bidder


Note:

1. The bidder shall quote a lump sum amount for the captioned work irrespective of
percentage of components of work.

2. In case of any discrepancy between the overall contract prices quoted in words and
figures, the price quoted in words shall prevail.

221 of 223
ANNEXURE – N

METHODOLOGY FOR PRICE BID EVALUATION

The Price bid shall be evaluated based on the capitalisation cost of Capex &
Opex and cost towards Energy Consumption charges:

The capitalisation cost shall be calculated considering:


i) Price towards CAPEX & OPEX:

a) CAPEX – Capital Expenditure for Design, Supply, Installation, Testing &


Commissioning including three months trial run within 15 (fifteen) months
period
AND
b) OPEX - Expenditure for Operation & Maintenance of STP for 10 (ten) years
including manpower and consumables but excluding the cost towards energy
consumption
ii) Discounted Cash Flow towards expenditure for Energy Consumption
Charges for 15 (fifteen) years of Operation & Maintenance
iii) Discounting Factor shall be considered as 8%

222 of 223
ANNEXURE – P

SCHEDULE OF PAYMENTS

1.0 SCHEDULE OF PAYMENTS

i) The contractor after approval of his detailed designs and drawings shall furnish to
the Employer's Representative an initial bill of quantities of all items. This bill of
quantities will be used for assessment of percentage progress of any component at
any stage.

ii) Measurements jointly taken by the Employer's Representative and the Contractor
will be entered in the measurement books and signed jointly by both the parties
that shall form the basis for such interim payments.

iii) Percentages indicated against each component of the items is based on the
Employer's best appreciation of the value of the component as related to the total
costs of the concerned item as a whole.

Sl. Description of Item Percentage


No. of IBM
Value
Investigation, Digital Leveling/ Electronic Total Station (ETS) Survey,
1 Hydraulic designs & drawings. Structural designs & drawings detailed 0.10%
estimates/BOQs.
Designing and Construction of Inlet works, Screen Chamber, Grit
Chamber, Wet Well (Primary treatment including wet well) including lead
channel with gates, screens (mechanical + manual), with overflow weir
(with one working & one standby). All mechanical and manual screens
2 0.50%
shall be of SS304 material. All RCC items shall be M30 grade of
concrete. Windows, MS shutters and lighting arrangements shall be
provided as per specification including all mechanical, instrumentation
etc., complete.
Designing, constructing, hydraulic testing, commissioning and giving
satisfactorily trials of thirteen (13) Sewage Treatment Plants with a total
capacity of 11.50MLD (Kondruprolu Site-I – 2.00MLD, Kondruprolu Site-
II – 0.50MLD & Kondruprolu Site-III – 0.20MLD at Tadepalligudem ULB,
Penukulapadu – 3.00MLD & Pedagaruvu – 0.40MLD at Palakollu ULB,
Madepalli – 0.10MLD, Ponangi road – 2.60MLD & Kotturu road –
0.50MLD at Eluru ULB, Pedathallapunta – 0.40MLD at Kovvuru ULB,
Markandeyapuram – 0.60MLD at Jangareddygudem ULB, Bala Balaji –
0.30MLD & Indiramma colony – 0.30MLD at Tanuku ULB & Tirugudem
– 0.60MLD at Nidadavolu ULB) STPs of appropriate Technology
(Technology Neutral) which can be accommodated in limited identified
3 land space consisting of Primary, Secondary and Tertiary Treatment 42.00%
Units as per the requirement of designed CPHEEO norms relevant IS
codes etc. necessary piping work with required valves, gates, drains,
Tools and plants, Treated effluent arrangements complete as turnkey job
with all involved Civil, electrical, Instrumentation and mechanical works
Inclusive of following Items, units as per detailed specifications for civil,
electrical, Instrumentation and mechanical components complete to
achieve the effluent discharge standards: pH 6.5 - 8.5, BOD <
10mg/lit, COD < 50mg/lit, TSS < 10mg/lit, TN < 10mg/lit, TP < 2mg/lit,
NH4N < 5mg/lit, FC < 100 MPN / 100 ml, DO > 4 mg/lit to get recyclable
quality of water for Industrial/ agricultural purposes. The Coagulant
Dosing System shall be provided as an optional/ backup. All units shall

223 of 223
Sl. Description of Item Percentage
No. of IBM
Value
be interconnected with administration building with RCC overhead
walkways as per the scope and confirming norms as mentioned above
and Charges payable to Hiring of Vehicles one vehicle for construction
period and O & M period.
Collection, Supply and filling of sand with local available sand proper
4 compaction for average depth of 1meter as per site requirement- 5.00%
(including site leveling and greenery development.
Providing path Ways, Administration Block cum Laboratory, Laboratory
5 Equipments, Internal Roads, Pathways, Compound Wall, including yard 17.00%
lighting with LED system.
Completion reports, As-Built Drawings, O&M Manuals etc., complete as
6 0.40%
per directions of departmental authorities
O&M charges for 7 Years including defect liability period of 2 years and
7
including power charges and hiring one vehicle for maintenance period..
A Payment for O&M 1st year 3.90%
B Payment for O&M 2nd year 4.21%
C Payment for O&M 3rd year 4.54%
D Payment for O&M 4th year 4.90%
E Payment for O&M 5th year 5.29%
F Payment for O&M 6th year 5.70%
G Payment for O&M 7th year 6.46%
Sub-total of payment for 7 years O&M 35.00%

Note:
1) The EPC Agency shall furnish the detailed estimates, BoQs based on approved
drawings as per provisions of the Deliverables. The above payment schedule can be
sub-divided into various sub-components with appropriate percentage break up as
per the estimate & BoQs approved by the Department authorities but within the
overall percentage break up of each component as stipulated above.

2) The above payment schedule shall be revised as per the actual estimates and
BOQs prepared by the agency as per their investigation and survey and approved
by the department.
3) The agency should install CCTVs in 360 degrees and should link live to the
APTIDCO Head Officer, Regional Officer, District Officer, Secretariat and Mobiles of
Officers including software and equipment charges.

224 of 223

You might also like