tender docs cw-01

61
THE SINGARENI COLLIERIES COMPANY LIMITED (A GOVERNMENT COMPANY) Srirampur Area ***** TENDER SCHEDULE FOR THE WORK OF Repairs and replacements of doors and windows in A,B,C type qtrs, public buildings and offices in various colonies and other miscellaneous works during the year 2011-12 in Srirampur area, Adilabad Dist. A.P. Tender Notice No: CW/SRP/01/2011-12 Dt. 05-04- 2011 Estimated Cost: Rs. 19,75,000/- ********* CIVIL ENGINEERING DEPARTMENT

Upload: ashu9032805749

Post on 03-Jul-2015

133 views

Category:

Documents


6 download

TRANSCRIPT

THE SINGARENI COLLIERIES COMPANY LIMITED (A GOVERNMENT COMPANY)

Srirampur Area

*****

TENDER SCHEDULE

FOR THE WORK OF

“Repairs and replacements of doors and windows in A,B,C type qtrs, public buildings and offices in various colonies and other miscellaneous works during the year 2011-12 in Srirampur area, Adilabad Dist. A.P. ”

Tender Notice No: CW/SRP/01/2011-12 Dt. 05-04-2011

Estimated Cost: Rs. 19,75,000/-

*********

CIVIL ENGINEERING DEPARTMENT

THE SINGARENI COLLIERIES COMPANY LIMITED(A Government Company)

S R I R A M P U R A R E A

TENDERChief General ManagerThe S.C.Co.Ltd.,Srirampur Area.

Dear Sir,

I/We beg to tender for the following work at Srirampur Area as per the rates quoted in the schedule of specifications which will be firm till completion of work and should the tender be accepted. I/We hereby bind my self /our selves to complete the work within the period stipulated below.

Description of work Place Time of Completion

T.E. No. CW/SRP/01/2011-12 Dt..05-04-2011 “Repairs and replacements of doors and windows in A,B,C Type qtrs, public buildings and offices in various colonies and other miscellaneous works during the year 2011-12 in Srirampur area, Adilabad Dist. A.P. ”

Srirampur Area

Twelvemonths

from the date of mark out

1. I/We note that any delay in acknowledging the receipt of award letter within

15 days of mailing will be a breach of contract and I/we shall be liable for forfeiture of the EMD by SCCL.

2. I/We further agree to sign an agreement bond within two weeks from the date of acceptance of my/our tender failing which I/We shall be liable for forfeiture of the earnest money deposit by SCCL.

3. I/We also agree to start the work within two weeks as may be directed by you from the date of signing the agreement bond and carryout the work in strict accordance with the specifications and conditions of contract failing which I/We shall be liable for the forfeiture of the EMD in full and contract will be considered as cancelled.

4. I/We have not been banned or de-listed by any Government/Quasi Government Organisation.

5. I/We agree to pay the wages to the labour employed by us on work as per the minimum wages act in force from time to time by the Government.

THE SINGARENI COLLIERIES COMPANY LIMITED( A GOVERNMENT COMPANY )

SRIRAMPUR AREA.DETAILED TENDER NOTICE

SIGNATURE OF THE CONTRACTOR

2

Online Tenders are invited through e-procurement by the undersigned from the Registered contractors of Singareni Collieries Company Limited of class-III and above for the following work. The intending tenderers should have been registered as “CLASS-III and above” contractors in The Singareni Collieries Company Limited and should submit the necessary documents mentioned below at the time of submission of tenders. Contractors who have carried out works of similar magnitude only need apply. The Tender has been published through e-procurement and for details, please visit https://tender.eprocurement.gov.in

Tender notice. No. &

Name of the workEstimated Cost Earnest

Money.Period of

completion

T.E. No. CW/SRP/01/2011-12 Dt. 05-04-2011. “Repairs and replacements of doors and windows in A,B,C Type qtrs, public buildings and offices in various colonies and other miscellaneous works during the year 2011-12 in Srirampur area, Adilabad Dist. A.P. ”

Rs.

19,75,000/-Rs.

39,500/-

Twelvemonths from the date of

mark out

I. PRE-QUALIFICATION AND TENDERING PROCEDURE.

1. Only those contractors/firms who have experience in execution of similar Magnitude of works shall be Eligible. Documentary evidence obtained from organizations (clients) clearly indicating financial year-wise turnover for having executed such works with full details shall be produced along with tender.

2.

a) The Tenderers have to show a Minimum Annual Turnover of Rs. -- on all works of similar nature in any one financial year during the preceding five financial years (2005-06 to 2009-10).

b) The experience certificates issued by the Organizations (Clients) for whom the tenderers have executed the works, shall clearly indicate the financial year wise amount of works (yearly turnover) executed by the tenderer.

3. Bio-data of the technical personnel employed by the tenderer shall be furnished along with the tender. The list of the machinery available with the tenderer also shall be furnished along with tender.

4. The technical evaluation report will not be made available to the participants. It is solely the company’s confidential document and the participants shall have no claim what so ever under any circumstances for the same.

II. The tender shall be in two parts namely Technical Bid and Price Bid. Technical Bid shall contain the documents in support of EMD, the details of Technical qualifications, competence of the tenderer supported by certificates, as required vide Clause-I, above.

The Price Bid shall be containing the tender schedule issued by the Company, duly filled in by the tenderer along with commercial terms if any.

Technical Bid will be opened on the due date. The Price Bid of only those tenderers, who are found qualified in Technical Bid, will be opened on the specified date. In case of any extension of the date of opening suitable corrigendum will be published in the e-procurement platform.

III. Not withstanding anything stated above, THE SINGARENI COLLIERIES COMPANY LIMITED reserves the right to assess the capability and capacity of intending tenderers to perform the contract.

IV. The intending tenderers are required to submit the EMD amount along with the tender, in the form of FDR / Demand Draft or BG for the money deposited with THE SINGARENI COLLIERIES COMPANY LIMITED.

V.

1). Tender documents can be down loaded from 4.00 P.M. on 06-04-2011.

SIGNATURE OF THE CONTRACTOR

3

2). Last date for Downloading of tender documents is 20-04-2011 up to 4.00 PM.

3). Last date for Submission of Technical and Price Bids is 20-04-2011 up to 5.00 PM

4). The Technical Bid will be opened at 4.00 PM on 26-04-2011, at the Office of Superintending Engineer (Civil), Srirampur Area.

5). The last date for submission of Original EMD at the O/o S.E.(Civil), Chief General Manager Office, Srirampur offline before 11.00 AM on 26-04-2011 The SCCL is not responsible for any postal delay.

6). The date of opening of Price Bid of Successful Tenderers is at 4.00 PM on 30-04-2011 at the Office of Superintending Engineer (Civil), Srirampur Area.

VI. E.M.D

1). Earnest Money Deposit can be paid in the form of FDR/Crossed Demand Draft (DD)/ BG.

2). If the EMD is paid in the form of Crossed Demand draft, it should be drawn on any Nationalised Bank/Scheduled Bank and payable at Mancherial or Srirampur only. D.D.s payable on outstation banks will not be accepted.

3). The BG submitted (as per the format enclosed at the end of the tender document) should be valid for a minimum period of FOUR MONTHS from the date of opening of the tender as indicated at relevant Screens. On the request of SCCL, the tenderers may have to extend the validity of BGs beyond four months till the tenders are finalized / contract awarded. The validity of BGs shall be extended by the successful tenderer for the duration of the contract, till earnest money is refunded.

4). Request for adjustment of pending bills towards Earnest Money will not be entertained.

5). The EMD will be refunded to the unsuccessful tenderer on application with in 15 days of opening of price bid and identifying the L 1 contractor.

VII. The Tenderer has to keep his tender valid for FOUR MONTHS from the date of opening of tender.

VIII.

a. The tenderer should invariably quote CST/GST Registration number under Sales Tax Act. Otherwise the Company has right to reject the application/tender summarily.

b. The contractors should submit the proof of registration with SCCL in the “Class-III or above”.

c. The contractor/ Bidder should have an independent PF Code Number allotted by Asst. /Regional PF Commissioner.

d. In respect of all works costing more than Rs.5.00 Lakhs, the successful tenderer shall submit the copy of his VAT registration certificate,after award of the work. A copy of such registration shall be annexed to the agreement.

e. The successful tenderer shall submit self attested copy of PAN card after award pf the work.

f. The successful tenderer shall submit self attested copy of Service Tax Registration certificate, if the aggregate value of taxable services provided during the financial year exceeds Rs. 10.00 lakhs. Otherwise he is required to submit a self declaration if he opts exemption in case he does not across the above threshold limit.

IX. e-procurement Transaction Fee :-

The Tenderer should pay e-procurement Transaction Fee @ 0.03% on the estimated contract value plus service tax & educational cess as e-procurement transaction fee in favour of M/s APTS, Hyderabad through online payment gateway and the contractors shall make payment through any MASTER/VISA CREDIT CARD issued by any bank or through Net Banking facility available with ICICI or HDFC Bank. There is no exemption towards the payment of e-procurement Transaction fee. Further, incase the tender is awarded an equivalent amount of 0.04% on estimated contract value has to be paid by the successful tenderer to Govt. of A.P.

X. Submission of EMD and e-procurement Transaction fee :-

SIGNATURE OF THE CONTRACTOR

4

The Tenderer should note that though the bids (Technical, and Price) are to be submitted on line, the EMD should be sent offline. E-procurement transaction fee should be through ON LINE PAYMENT GATEWAY. Hence, all bidders should send EMD & attested copies of all uploaded documents in a closed cover addressed to S.E.(Civil), O/o Chief General Manager, The SCCL, Srirampur area, Srirampur colony post, Adilabad district, Andhra Pradesh, Pin-504303, so as to reach before the opening date of technical bid and time as mentioned in NIT.

(Note: Though it is mentioned at para no.3 of procedure for bid submission to submit the original DD / FDR / BG towards EMD to the tender inviting authority before opening of the price bid and other uploaded documents at the time of concluding agreement, the same is not applicable for SCCL and bidders shall invariably submit originals of DD / FDR / BG towards EMD and other uploaded documents to the tender inviting authority before opening of the technical bid).

SCCL is not responsible for any postal Delay. The Enquiry Number and date of opening of the bid should be written on the cover for easy identification. Please mention on the cover as “EMD”.

XI. All the documents required to be submitted with the Tender should be uploaded in the e-Procurement Platform along with the Tender failing which the Tenders will be rejected.

XII. The attested copies of all the uploaded documents of technical bid should be submitted offline to the S.E.(Civil), The SCCL, Srirampur area, Srirampur colony post, Adilabad district, Andhra Pradesh, Pin-504 303, so as to reach before the opening date and time of technical bid as mentioned in NIT.

XIII. The undersigned reserves the right to accept any tender in full or in part or to reject any or all tenders without assigning reasons.

XIV. Conditional tenders will not be accepted.

XV. In case of L1 contractor who will be awarded with the work have to register under revised registration procedure within 15 days from the date of award and before entering in to agreement.

XVI. The technical bids of the tenderers who fail to submit EMD’s offline within the stipulated time will be disqualified. Apart from this the defaulter will be debarred from participation of tenders in SCCL for a period of one year.

CHIEF GENERAL MANAGER

DATE: 05-04-2011. SRIRAMPUR AREA,

Copy toChief G.M/G.M:BPA Hq:GLT/MM/RGI/RGII/RGIII/BHPL/KGM area(RDP)/YLD/MNG With a request to display the G.M.(Civil):KGM tender notice on notice boardsAddl.G.M.(Civil):RG&BPA regions Hq:SRP/KGM area(RDP) for wide publicity. Project Officer(Civil works):STPP/Jaipur Hq:SRP DY.G.M.(Civil):RG III S.E.(Civil):BPA Hq:GLT/MM/RGI/RGII/BHPL/KGM(Corp.)/YLD/MNG

THE SINGARENI COLLIERIES COMPANY LIMITED.(A Government Company)

Srirampur Area****

SPECIFICATIONS WITH SCHEDULE OF APPROXIMATE QUANTITIES FOR

“Repairs and replacements of doors and windows in A,B,C-Type qtrs, public buildings and offices in various colonies and other miscellaneous works during the year 2011-12, in Srirampur area.”

NOTE:1) Tenderers are expected to have previous experience of similar works executed and

before quoting their rates they shall enquire and inspect the site of the proposed work,

SIGNATURE OF THE CONTRACTOR

5

study the physical conditions prevailing at the site, sufficiency and means of transporting all materials, labour, plant, power, water and any other matters or things required in connection with the work. They should examine the quarries and satisfy them selves about the availability of hard quality materials either from quarries acquired by the Company or otherwise. After acceptance of tender, no claims will be entertained for leads or for any other reasons, what-so-ever.

2)a) The schedule of quantities contains the Company’s estimated rates for all the items

based on 2008-09 S.R. of SCCL, which includes Royalties, materials lead charges, taxes etc. for all items. The tenderer shall quote overall uniform percentage for entire work over the Company's estimated rates which shall be firm till completion of the work. No alterations (additions or deletions) shall be made to the tender schedule, conditions of contract, specifications, schedule of approximate quantities etc. The tenderer shall submit the offer only in the prescribed screen of the web site in case of e-procurement tenders.

b) Contractors must quote their percentage both in WORDS and FIGURES in case of any discrepancy between the words & figures, the words shall prevail. No further correspondence in this regard will be entertained.

c) The Price Variation Clause (PVC) shall be applicable to all capital works (Except M&R nature works) irrespective of cost and duration, as per the formulae given. (This will not be applicable on the cost of materials such as cement, steel etc., which are issued departmentally at free of cost)

PRICE VARIATION CLAUSEI. Adjustment clause for Cement component:

Vc

= 0.85 X Pc/100 X R X (Ci – Co) / Co

Where,Vc = Increase or decrease in the cost of the work done during the period under

consideration due to changes in the rates for cement.Co

= The All India Average Wholesale Price Index for Cement on the day 28 days prior to the closing date of submission of bids as published by the Ministry of Industrial Development, Government of India, New Delhi.

Ci = The All India Average Wholesale Price Index for Cement on the day 28 days prior to the last date of the measurement recorded to which a particular bill payment is related as published by the Ministry of Industrial Development, Government of India, New Delhi.

Pc = Percentage of Cement component of the work (to be worked out for each work and provided for in the bid document).

R = The value of work excluding seigniorage charges, VAT and all over head charges.

II. Adjustment clause for Steel component:

Vs

= 0.85 X Ps/100 X R X (Si – So) / So

Where,Vs = Increase or decrease in the cost of the work done during the period under

consideration due to changes in the rates for steel.So = The All India Average Wholesale Price Index for Steel on the day 28 days prior

to the closing date of submission of bids as published by the Ministry of Industrial Development, Government of India, New Delhi.

Si = The All India Average Wholesale Price Index for Steel on the day 28 days prior to the last date of the measurement recorded to which a particular bill payment is related as published by the Ministry of Industrial Development, Government of India, New Delhi.

Ps = Percentage of Steel component of the work (to be worked out for each work and provided for in the bid document).

R = The value of work excluding seigniorage charges, VAT and all over head

SIGNATURE OF THE CONTRACTOR

6

charges.

III. Adjustment clause for Bitumen component:

Vb

= 0.85 X Pb/ 100 x R X (Bi – Bo)/ Bo

Where,Vb

= Increase or decrease in the cost of the work done during the period under consideration due to changes in the rates for Bitumen.

Bo = The Average Wholesale Price of Bitumen at the Refinery on the day 28 days prior to the date of submission of bids. The nearest Refinery provided in the sanctioned estimate shall be considered.

Bi = The Average Wholesale Price of Bitumen at the Refinery on the day 28 days prior to the last date of the measurement recorded to which a particular bill payment is related.

Pb = Percentage of Bitumen component of the work (to be worked out for each work and provided for in the bid document).

R = The value of work excluding seigniorage charges, VAT and all over head charges.

Note: The contractors are supposed to know the actual market rate of bitumen at the refinery on the day 28 days before submission of their bids and quote their tender percentage accordingly. Hence for working out the price variation on a particular date, the initial price (Bo) shall be the actual price of bitumen at the refinery on the day of 28 days prior to the submission of the bids and not the rate given in the tender schedule which is only for estimation purpose and payment of basic rate.

IV. Adjustment clause for POL component:

Vf = 0.85 X Pf /100 X R X (Fi – Fo)/ Fo WhereVf = Increase or decrease in the cost of the work done during the month under

consideration due to changes in the rates for POL.Fo = The Average Wholesale Price of High Speed Diesel (HSD) at the existing

consumer pumps of BPC at Hyderabad on the day 28 days prior to the date of submission of bids.

Fi = The Average Wholesale Price of High Speed Diesel (HSD) at the existing consumer pumps of BPC at Hyderabad on the day 28 days prior to the last date of the measurement recorded to which a particular bill payment is related.

Pf = Percentage of POL component of the work shall be 15%.R = The value of work excluding seigniorage charges, VAT and all over head

charges.

V. Adjustment clause for all other materials (other than Cement, Steel, Bitumen and POL) component:

Vc = 0.85 X Pm/100 X R X (Mi – Mo)/ Mo WhereVc = Increase or decrease of the cost of the work done during the period under

consideration due to changes in the rates for all other materials (other than cement, Steel, Bitumen and POL etc., for which separate price adjustment clauses are available in this agreement)

Pm

= Percentage of all other material component of the work to be worked out for each work provided in the bid document.

Mi = The Average Wholesale Price Index for all other materials on the day 28 days prior to the last date of the measurement recorded to which a particular bill payment is related.

Mo

= The Average Wholesale Price Index for all other materials on the day 28 days prior to the closing date of submission of bids.

R = The value of work excluding seigniorage charges, VAT and all over head charges, cost of Cement, Steel, Bitumen and POL.

SIGNATURE OF THE CONTRACTOR

7

However, these Clauses are not applicable for the variation of prices beyond agreement time period. The cut off date for considering the indices shall be the original due date of completion only. 3)

a. The Contractor should clearly quote his percentage on the Company's estimated rates.

b. DISCOUNT TENDERS :In the event of discount tenders, the tenderer should pay an additional further security deposit, as follows at the time of concluding the agreement.

i) Tenders up to 15% less than the estimate will be accepted without any additional further security deposit.

ii) Tenders which are less by more than 15% of the estimate, a bank guarantee or demand draft for the difference between the tendered amount and 85% of the estimate value should be paid as additional further security deposit.

4)a. The contractor shall quote their percentage on the company’s estimated rates for

all parts of the tender schedule failing which the tender will be treated as incomplete. No further correspondance in this regard will be entertained by the company.

b. If the contractor quoted his percentage in FIGURES and not in WORDS the tender will be treated as incomplete.

5) Incomplete tenders will be rejected out-right and no further representation in this regard will be entertained. However, the EMD of incomplete tenderer will be released along with unsuccessful tenderers.

6) Time is essence of this contract. 7) CONDITIONAL TENDERS WILL NOT BE ACCEPTED.8) If a bidder offers rebate unilaterally after the closing date and time of the bid it will not be

taken into account for evaluating purpose by the tender committee, but, if the bidder emerges as the lowest evaluated, the rebate offer will be taken into the account by the head of the department coordinating the contract, while forwarding the tender committee’s recommendations to the accepting authority while awarding the contract.

9) The tenderer has to keep his tender valid for FOUR MONTHS from the date of the opening the tenders so that the tender shall be valid for acceptance for a period of FOUR MONTHS from the date of opening tenders.

10) The quantities given in the tender schedule are approximate and no claims will be entertained at a later date for any variations in the quantities of different items of work.

11) If the tenderer has any doubts as to the meaning of any portion of the General conditions of contract or the specifications or drawings, he shall submit particulars to the company in writing in order that the doubts may be clarified before submitting this tender within the stipulated time.

12) Andhra Pradesh detailed standard specifications (A.P.D.S.S.) and Company's schedule of rates together with the specifications attached there to will be applicable, in respect of technical specifications.

13) In addition to the condition specified herein, all other conditions will be as per General Conditions of contract of the Singareni Collieries Company Limited in force, and the same forms part of the contract.

14) SCCL do not have any quarry lease for Stone/Metal/Sand etc., It is the contractor's responsibility to get necessary permits direct from the Government and procure the materials of Good quality as approved by the Department. The contractor shall be responsible to produce documentary evidence for having paid the Seigniorage Fee and Cess to the Government as otherwise the Seigniorage Fee and Cess will be recovered from the bills and paid to the Government as per the charges and Cess prescribed by the Government from time to time.

The contractor shall also be responsible for compliance with the provisions of G.O.Ms.No.243, Industries and Commerce Department (M.IV) dt.8.5.86. Failure to do so, resultant inconvenience, delay in execution of works and loss caused to the SCCL shall be at the risk and expense of the Contractor.

15) The quoted offer must include all leads for water, which has to be arranged by the contractor at his own cost. If water is supplied by the company cost will be recovered as per the Company's tariff prevailing from time to time.

SIGNATURE OF THE CONTRACTOR

8

16) Force Majeure: The force-majeure conditions are such as civil commotion, natural calamities, war etc., acts of god, strike or lockout in the factory of the contractor and their major suppliers. The force-majeure conditions also include delays arising out of short supplies of power, delay in handing over the land which are beyond the control of the contractors and they shall submit documentary evidence in support of the above.

17) TAXES [DIRECT & INDIRECT], DUTIES AND ROYALTY / SEIGNIORAGE CHARGES :a. The quoted offer must include all types of state and central taxes and duties etc.,

including APGST/APVAT on works contract and Seigniorage/Royalty charges. b. The Seigniorage/Royalty charges on minerals applicable as on date is given in

Annexure. Subject to clause (E), any increase in Seigniorage/Royalty charges during the execution of the contract shall be reimbursed by SCCL.

c. Subject to clause (E), any increase in the APGST/APVAT on works contract during the execution of contract shall be reimbursed by SCCL. As on date, APGST on works contract is 8% under section 5F and 4% under section 5G of APGST Act.

d. APGST/APVAT on works contract will be recovered at source as per the direction of the Government from time to time from the bills of the contractor. At present, under section 5H of APGST Act 2.8% on all civil works (other than Road works) and 1.40% for Road works is to be deducted from the contractor's bills at source.

e. Any increase in Seigniorage/Royalty charges and APGST/APVAT on works contract after expiry of the original due date of completion as per contract {i.e. during the extended period of contract} shall be to the contractor's account.

f. Any advantage accrued to the contractor due to reduction in Seigniorage/Royalty charges and APGST/APVAT during the subsistence of contract shall be passed on to SCCL.

g. As per Sec.12.2(b) of Sales Tax Act every contractor who is doing works contract shall register him self as a dealer under the act or otherwise he is liable for penalty.

h. The Tenderer should invariably quote CST/GST registration number under Sales Tax Act, otherwise the Company has right to reject the tender summarily.

i. In respect of all works costing more than Rs.5.00 Lakhs, the tenderer shall submit the copy of his VAT, registration certificate incorporating Tax Identification Number (TIN). A copy of such registration shall be annexed to the agreement.

j. All the civil works are falling under the service tax net either under “construction service” or under “works contract service”. Since our SR rates are exclusive of service tax, service tax shall be reimbursable to the contractors against submission of documentary evidence, for having paid service tax.

k. Any new tax which may come into force during the currency period of contract will be reimbursed by SCCL. Any increase / decrease in the rate of applicable taxes over the rate applicable as on date of submission of tender shall be to SCCLs account.

Note : The APGST on works contract is now replaced with APVAT Act 2005RATES OF SEIGNIORAGE FEE.

ANNEXURE[Reference clause-15(B)]Sl.No Name of the Minor Mineral Rate of Seigniorage Fee

1. Building stone Rs. 45/- (Rupees Forty five) per Cubic Metre.2. Rough Stone/Boulders Rs. 45/- (Rupees Forty five) per Cubic Metre.3. Road metal, Ballast Rs.45/- (Rupees Forty five) per Cubic Metre.4. Lime Kankar/Lime stone As per Schedule of Mines & Minerals (Development & Regulations) Act, 1957.5. Lime shell Rs. 80/- (Rupees Eighty) per Metric tonne.6. Marble Rs.150/- (Rupees One hundred fifty) per Cubic Metre.7. Mosaic Chips Rs. 40/- (Rupees Forty) per Metric tonne.8. Murram/Gravel/Ordinary earth Rs. 20/- (Rupees Twenty) per Cubic Metre.9. Ordinary sand useful for Civil Construction Rs. 36/- (Rupees thirty six) per Cubic Metre.

10 Shingle Rs. 15/- (Rupees fifteen) per Cubic Metre.11. Chalcedony pebbles Rs. 30/- (Rupees Thirty) per Metric tonne.12. Fuller's earth/bentonite Rs. 100/- (Rupees hundred) per Metric tonne & Rs.40/(Rupees forty) per Metric tonne

off white.13. Shale/Slate Rs.100/- (Rupees hundred) per Metric tonne.14. Rehmatti Rs. 15/- (Rupees fifteen) per Cubic Metre.

SIGNATURE OF THE CONTRACTOR

9

15. Lime Stone Slabsi)Colours

Rs.6/-(Rupees Six)/Square Metre or Rs.80/- (Rupees Eighty)/Metric Tonne which is higher. (All other colours other than black)

ii)White Rs.4/-(Rupees Four)/Square Metre or Rs.50/- (Rupees Fifty)/Metric Tonne which ever is higher.

iii)Black Rs.3/-(Rupees Three)/Square Metre or Rs.40/- (Rupees Forty)/Metric Tonne which ever is higher.

16 Ordinary clay silt and Brick earth used in the manufacture of bricks including Mangalore tiles

Rs. 3500/- (Rupees Three thousand and five hundred) per Kiln per annum for Bricks & Tiles.

17. GRANITE SIZE More than 270 CM x 150 CM Below 270 CMx 150 CM

Below 75 CM SIZE

a) Black granite (Galaxy variety) Rs.3,000/- (Rupees Three Thousand) per Cubic Metre

Rs.2250/- (Rupees two Thousand two hundred and fifty) per Cubic Metre

Rs.1000/- (Rupees thousand) per Cubic Metre

b) Black granite other than galaxy variety

Rs.2,250/- (Rupees two Thousand two hundred and fifty) per Cubic Metre

Rs.1750/- (Rupees one thousand Seven hundred and fifty) per Cubic Metre

Rs.750/- (Rupees seven hundred and fifty) per Cubic Metre

c) Colour granite Srikakulam Blue, Indian Aurora of Nizambad Dist. Leptinites of coastal Dists. Black pearl of Prakasham & Guntur Dists.

Rs.2250/- (Rupees Two Thousand two hundred fifty) per Cubic Metre

Rs.1750/- (Rupees one thousand seven hundred and fifty) per Cubic Metre

Rs.750/- (Rupees seven hundred and fifty) per Cubic Metre

d) Colour Granite of other varieties RS.1750/ (Rupees one thousand seven hundred and fifty) per CUM

Rs.1500/ (Rupees One thousand and five hundred) per cubic metre

Rs.750/- (Rupees seven hundred and fifty) per Cubic Metre

Note: In respect of Black Galaxy Granite, Incentive of Rs.250.00 per cubic metre is allowed for the Blocks above 75 cms provided they are processed in the granite industry within state/country.

18) On request, Electrical power may be supplied by the company on chargeable basis at one point at site. The contractor has to arrange the Meter. The contractor has to pay for the cost of power used as per Company's prevailing rates. The company is not responsible for any failure in its supply and contractor cannot claim any damages on account of the same.

19) For any other items to be executed, rates for which are not available in the tender schedule, the rate of relevant item from company's 2008-09 Schedule of Rates plus or minus the overall uniform percentage/AT PAR (as quoted by the tenderer for the work) shall be paid.

20) For any items, not covered in the company's schedule of rates, actual working data as approved by the Chief General Manager (Civil) will be paid.

21) CEMENT, STEEL AND OTHER MATERIALS :I. CEMENT AND STEEL: a. Cement and steel (reinforcement steel/structural steel) will be issued

departmentally at free of cost on Capital/Revenue Indents to the contractors at Area stores.

b. The contractors have to transport the same from Area stores to the work spot at their cost only, and no payment will be made to the contractors on this account.

c. Surplus materials/unused materials if any are available at site after completion of the work; the contractor has to return the same to the departmental stores in good condition, at his cost only.

II. OTHER MATERIAL :All the other materials such as A.C. sheet etc., required for the subject work to

be purchased by the contractor only in confirmation to relevant IS codes & and as given on Para 49.

For Bitumen, G.I. Pipes, HDPE Pipes etc., 80% of the tender rate or actual procurement rate whichever is less will be paid on receipt of material at site and the balance 20% will be paid/released after utilization of the material as per connected items of work based on actual consumption.

22) Part Payments for Materials At Site:a) Sanitary materials, water supply

materials, polished Shahabad stone, 60% of the approved tender rates for the item for completed work.

SIGNATURE OF THE CONTRACTOR

10

glazed tiles, doors and windowsb) Steel doors/Windows 75% of approved rate for completed

work.

23) Part payments for Wooden Door & Window:When combined rate is given for frame and shutter

When separate rates are given for frames and shutters

1 Door frame fixed at site 30% 75%

2 Door shutter kept at site 30% 60%3 Door shutters fixed with all

fittings in position90% 90%

4 To be paid along with final bill.

100% 100%

As specified above, part payment will be made for the above mentioned categories of materials only, subject to the conditions that the contractor shall give written assurance that he is responsible for the safety of the materials brought to site and for which part payment is made. The contractor will be responsible for safe custody of all materials for which payment is made.

24) GUIDELINES AND PENAL RECOVERIES WITH RESPECT TO ALLOWABLE WASTAGES ON CEMENT AND STEEL:

The Quantity of cement & reinforcement steel shall include the allowable wastage as per specification.

A Cement Rates of Recovery

i) Normal consumption without Considering any wastage or loss as per drawings & specifications.

Free

ii) Excess consumption up to 3% on (i) above for bonafide use (All surplus cement including sweep cement is to be returned by the Contractor to SCCL).

Cost of cement as per prevailing market rate at the time of issue including VAT.

iii) Excess consumption beyond (ii) above. 2 Times the rate indicated at (ii) above.

B Reinforcement/Structural Steel Rate of Recoveryi) Normal consumption without considering

any wastage, scrap or loss as per drawings and specifications.

Free

ii) Wastage /Scrap limited to 3% of the aforesaid normal consumption (Scrap to be returned to SCCL).

Free

iii) Excess consumption beyond (ii) above, but limited to 5% of the normal consumption without considering wastage/Scrap or loss.

Cost of steel as per prevailing market rate per MT at the time of preparation of estimate inclusive of VAT + 25%.

iv) Excess consumption beyond (iii) above. 2 Times the rate indicated at (iii) above.

a) All accountable wastage/scrap or unused surplus materials shall be returned to the department as directed free of cost by the contractor.

SIGNATURE OF THE CONTRACTOR

11

b) The waste materials including scrap, usable and un-usable surplus material shall be promptly returned by the contractor to the department at the location as directed.

c) The cement shall be stored by the contractor in suitable covered stores well protected from atmospheric effects. The cement will be issued only after ensuring that the contractor has adequate covered storage facility with in the site.

d) Each time material is issued for consumption, the transaction shall be jointly signed by the representative of Engineers in-charge and the contractor in the register for the purpose. The department reserves the right to inspect the contractors cement stores at any time.

25) The contractors have to make their own arrangements for manufacture of bricks. If the bricks are manufactured in Company’s area with prior approval, contractor will have to level up the ground as directed by the Engineer-in-charge.

26) The contractor should arrange his own road making machinery such as 8 to 10 tonnes power roller, Mixers etc., including driver, cleaner, watchman and all the running cost of the machinery.

27) The required Diesel/Electric operated machinery should be arranged by the Contractor himself.

28) The contractors shall have their own concrete vibrator, power driven mortar mixer and all other required plants, tools and implements.

29)a. The concrete for all CC/RCC works should be machine mixed and vibrated with

mechanical vibrators, wherever necessary as directed by the Engineer-in-charge.b. “For cement concrete M-20 Design mix items, the Contractor has to get

the mix designed from any recognized Institution based on the metal and sand available at the Site of work and produce the same to the Engineer-in-Charge for his approval.

However, the minimum quantity of cement to be used on cement concrete M-20 Design mix is 350Kg/cu.m. even if the Design mix submitted from the recognized Institution, indicates lesser than 350Kg/Cu.m”.

30) For all RCC/CC works, the metal used shall be of crushed granite metal only.31) Tenderers must obtain the test results of materials to be used on the work and also get

test results of specimen of concrete selected by the Site Engineer, as and when directed, at contractor's cost and expense.

32) The platforms, curing ponds and enabling works like sheds etc., required for the work are to be done by the contractor himself and removed and/leveled the site after the work is over/failing which, final bill will not be released.

33) PROGRAMME TO BE SUBMITTED AT THE TIME OF AGREEMENT : On receipt of the awarding letters the tenderer should submit a clear programme at

the time of Agreement for completing the various items of work given in the schedule of quantities and the tenderer should abide to the same. If the tenderer fails to show substantial progress as per the programme given by him, the SCCL is at liberty to initiate action as per Clause (6) of General conditions of the Contract.

34) FOR HOUSES : The houses are to be completed and handed over in batches as follows:

First 1/3 houses to handed over in ½ of the time limit. Second 1/3 houses to handed over in ¾ of the time limit. Remaining 1/3 of houses to be handed over by the end of stipulated period.

35) FOR ROADS :The road work is to be completed in installments and handed over as follows:First 1/3 length of road is to be handed over in 1/3 time limit. Second 1/3 length of road is to be handed over in 2/3 time limit.Remaining 1/3 length of road is to be handed over by the end of stipulated period.

36) LIQUIDATED DAMAGES FOR LATE COMPLETION : "If the contractor fails to complete the work within the stipulated period, he is liable to

pay liquidated damages, for such delay, not as penalty @ 1% per week on the value of contract left incomplete subject to maximum 10% of the total contract value. Such liquidated damages will be deducted from the bills payable to the contractor. The

SIGNATURE OF THE CONTRACTOR

12

management has right to extend the time to complete the work in appropriate cases with or without imposing liquidated damages".

Liquidated damages will be imposed on the total value of the contract unless 75% of the value of the contract is completed within the agreement period. Where 75% of the contract value has been completed within the agreement period liquidated damages will be imposed on the value of the work left incomplete on the due date. However, wherein judgment of the company, the partly done work does not full fill the operating need, liquidated damages will be imposed on full value of the contract.

37) In case, where contractors do not submit any tender in a period of two consecutive years even after buying tender schedules, they will be debarred from tendering.

38) Information on the following is to be furnished along with the tender.a) Whether the tenderer is a limited company, Public/Partnership firm with names of the

partners thereofb) Banker’s names and addresses andc) Income tax permanent account number.

39) The contractor should remove all the temporary sheds i.e. office, store sheds, fabricating sheds etc., constructed by him for execution of work as soon as the work is completed. The site should be leveled and restored to original condition at his cost otherwise the final bill will not be released.

40) It shall be the responsibility of the tenderer to make his own arrangements for housing his staff and labour. The tenderer shall also comply with the contract labour (Regulation & Abolition) Act in force from time to time.

41) All safety measures should be observed at the time of the work including insurance to workers deployed by the contractor, working at site.

42) FOR ROADS,BANK HEADS & MINE CUTS :a. For embankment, earth has to be brought either from borrow pits or cutting spoils

as directed.b. The height of the banks, depths of the cutting and the quantities given in the

schedules are approximate and are only for the guidance for the tenderers. The payment will be made as per cross sectional measurements.

43) Where door and window frames are supplied departmentally, actual area of shutter only will be paid for.

44) A.C. Pipes wherever mentioned for sanitary works should be of medium grade.45) G.I. Pipes wherever mentioned should be class-B (Medium Class) confirming to ISI:1239

(Part. I) 1973 revised from time to time.46) Paints required for the work should be brought by contractor in adequate quantities at

one Time and shown to the Engineer-in-charge at site before starting the painting work.

47) Safety Requirement :

Contractor shall strictly follow I.S.7205 (Safety code for erection of structural steel work).The following Indian Standards of latest issue are to be followed in the execution of the work.

i. Fixing and glazing of metal doorsWindows and ventilators (Steel & Aluminium) IS-1081

ii. Hot rolled sections for Doors andWindows and ventilators IS-7452

iii. Steel doors, windows and ventilators IS-1038iv. Plain and reinforced concrete, code of practice IS-456/2000v. Structural steel IS-2062vi. Welding for dynamic loads IS-1024vii. Welding for normal loads IS-816viii. Code of practices for General construction in steel IS-800ix. Safety code for erection of structural steel works IS-7205

x. Reinforcement steel IS-1786/FE41548) REVISED SYSTEM OF REGISTRATIONS :a) The existing registered contractors are required to get their registrations re-validated with

the revised system.b) The revised system of registrations with immediate effect is as detailed below.

Sl. No

Class of Registration

Bid Participation

Annual Turnover/ Experience

Solvency Rs. in Lakhs in forms of FDR/ Bank

Registration Fee in Rupees

SIGNATURE OF THE CONTRACTOR

13

Rs. In Lakhs

Rs. In Lakhs Guarantee

1 SPECIAL CLASS

Above 100Lakhs

80.00 5.00 4000/-

2 Class – I 40.00 to 100.00

30.00 2.00 3000/-

3 Class – II 20.00 to 40.00

15.00 1.00 2000/-

4 Class – III 5.00 to 20.00

5.00 0.50 1000/-

5 Class – IV 0 to 5.00 Nil 0.25 500/-c) The solvency certificate shall be in the form of FDR/ Bank Guarantee and shall be valid for

a period of 5 years for all Classes as stated in the above table. The previous system of submitting solvency from Nationalised Banks/ M.R.O is no more valid.

d) The contractor shall furnish annual turnover as specified in the above table in any one Financial Year during last 3 Financial Years to become eligible for registration in respective classes.

e) For Class-IV Registration site Supervisory Experience Certificate from Registered contractors/firms is to be obtained and the same is to be certified by competent Engineer.

f) All contractors for registration in S.C.C.L. have to submit Partnership deed and certificate of acknowledge of registration of firm from registrar of firms in case of firms at the time of registration, renewal, up-gradation of registration.

g) The registration fee shall be paid at the time of Fresh Registration/ Renewal of registration/ up - gradation. However the existing registered contractors are required to pay difference in registration fee under new system.

h) List of plant and machinery like Road Rolling Machinery, Concrete Mixers, Vibrators, Vehicles etc., possessed by the contractor are to be furnished.

i) All contractors who register under revised procedure shall submit 3 passport size photographs for issue of Contractors Registration Certificate cum Identity Card. Registration of Contractors under revised system will be done at O/o. Chief General Manager (Civil), Kothagudem.

49) LIST OF IS CODES : Works shall be carried out in accordance with the relevant IS codes (Latest Revisions), some of which are mentioned below.

CEMENT

1. 43 Grade ordinary Portland cement 8112-1989

2. Methods of physical tests for Hydraulic cement 4031

(Part 1-15)-1988

AGGREGATES

1. Aggregates (Coarse and Fine) from natural source for concrete

383-1970

2. Specifications for sand for masonry 2116-1980

3. Method for test for aggregates for concrete 2386

(Part I-IV)-1963

CONCRETE

1. Measurement of building and civil engineering works method of concrete works

1200

(Part –ii)-1974

2. Concrete works – Code of practice for plain and 456-2000

SIGNATURE OF THE CONTRACTOR

14

Reinforced concrete

3. Precast concrete coping blocks 5751-1984

4. Method of testing for strength of concrete 516-1959

5. Specification for admixture for concrete 9103-1979

6. Method of sampling and analysis of concrete 1199-1976

7. Concrete mixture – Batch type 1791-1968

8. Concrete vibrators – Immersible type 2505-1980

MASONRY

1. Code of practice for construction of stone masonry 1597

(Part-1) – 1992

2. Measurement of building and civil engineering works (Plastering and pointing)

1200

(Part XII)-1979

STEEL:

1. Code of practice for bending and fixing of bars for Concrete reinforcement.

2502-1963

2. Specifications for High Strength Deformed steel bars and wires for concrete reinforcement

1786-1985

3. Recommendation for detailing of reinforcement in Reinforced cement concrete works.

5525-1969

4. Mild steel and medium tensile steel bars for concrete Reinforcement

432

(Part-1) – 1982

5. Measurement of building and civil engineering works (Steel work and Iron work)

1200

(Part-VIII) –1993

EARTH WORK

1. Measurement of building and civil engineering works

method for earth work.

1200

(Part –I) – 1993

2. Safety code for filling and other deep foundations 5121-1969

3. Safety code for excavation works 37011966

OTHER SUBJECTS

1. Safety code for scaffolds 3698

(Part – I) – 1966

2. Recommendation of stacking and Storage of construction materials at site

4082-1977

PIPES/SPECIALS

1. HDPE pipes for water supply 4984-1995

2. Laying of HDPE pipes 7634 (Part-II) –

SIGNATURE OF THE CONTRACTOR

15

1975

3. Cast Iron Sluice Valve 14846-2000

4. Cast Iron Non-Return Valve 5312 (Part-I) – 1984

50) PHOTOGRAPHS OF WORKS:The Contractor shall submit three sets of the prints with negatives of the

photographs size 5”x7” to SCCL on the following stages of work:-

1. Foundation work before plinth.2. Shuttering and reinforcement details before laying concrete.3. Masonry work before plastering.4. Before painting work.5. Completion before handling.

One or more photographs can be taken with completed view of the work.

51) SPECIAL CONDITIONS OF CONTRACT:

ELECTRICITY AND WATER: The sole responsibility of arranging Electricity and Water for construction works and drinking water for employees and workmen deployed on the job rests primarily with the Contractor awarded with the work. However, if available, SCCL will identify and show the source of Power supply and water, as per availability. The contractor has to make his own arrangements for drawal of the water through a water meter for construction and other purposes. For power supply the contractor has to make arrangements for power meter on chargeable basis as per the Company’s tariff from time to time. The contractor shall have to make provision of supply of water to other nominated contractors or their sub-contractors from his network on chargeable basis. The contractors quoted rates shall include the cost of electricity and water supply etc., and no extension of time or claim, on account of delay in arranging water supply/electricity shall be entertained.

CLEARING OF SITE:

Clearing the site, taking mark-out, marking center lines, construction of masonry pillars, for bench mark and mark-out etc., shall be done by the contractor at his own cost.

Final clearance of the site, road ways shall be done by the contractors at his own cost. Even during the construction the site shall be kept reasonably clean and orderly and accessible for inspection. Proper approaches and ladders shall be provided by the Contractor for the inspection by the Engineers of SCCL and others nominated by them.INSPECTION:

In addition to the normal inspection by the regular staff in-charge of the work, the work will also be inspected by any person authorised by SCCL. In case of sub-standard work or excess payment are noticed with reference to the measurement books during the inspection, the recoveries will be ordered based on their observations and these will be effected by the Engineer- in-charge of the work.

INJURIES DUE TO ACCIDENTS:

The Contractor shall at all times indemnify the SCCL against all claims which may be under the workmen compensation Act or any statutory modification thereof for the rules of the compensation payable in consequence of any accident or any injury sustained by any workmen and engaged in the performance of business relating to this contract.

In all cases of personal injury to workmen employed by contractor on this work, the contractor is liable to pay compensation under workmen’s compensation Act.MATERIALS:

The Tenderers attention is directed to the requirements of material under clause “materials and workmanship” in the preliminary specifications of APDSS. Materials should confirm to the latest relevant amended B.I.S. specifications and other approved codes and based on that the Tenderer shall quote his rates accordingly.

SIGNATURE OF THE CONTRACTOR

16

It shall be the responsibility of the contractor to arrange for testing of all the materials procured for the works under each consignment or at regular intervals as per provisions of APDSS or as directed by Engineer- in-charge at his cost and only after the Engineer is satisfied fully with the test results, the materials shall be allowed to be utilised in the work. The contractor shall maintain a record of test results for inspection of the Engineer –in-charge.TESTING:

All the laboratory tests (as per BIS codes of practice) like concrete cube tests, material tests, concrete design mixes etc., should be done at Contractor’s own cost. The sampling and testing will be approved by the SCCL and a record in this regard is to be maintained at the project site and one copy of the same is to be submitted to the Engineer-in-charge. The cost of under taking all the required tests is deemed to be included in the rates quoted by the Contractor.

CONTRACTOR’S REPRESENTATIVE: The contractor shall be represented at all times while the work is in progress by responsible and qualified Engineers. The contractor shall at places indicated elsewhere, furnish details of number of Engineers proposed to be deputed for the project with their names, education qualifications, number of years of experience in the field etc. The above Engineers shall be constantly in attendance during the currency of the contract.

Weekly progress reports in proper format approved by the Engineer- in-charge shall be furnished by the Contractor as directed. He shall keep on a site order book to be available to the SCCL Engineer always for all necessary instructions to be carried out.SAFETY AT PROJECT SITES:

It is clearly the contractors’ responsibility to see that the safety appliances, such as safety belt, life lines, helmets etc., depending on the jobs, are provided by them to the workmen/inspecting or supervising personnel and the contractor’s Supervisors shall ensure that they are used. Any lapse in the above matters of safety and resulting accidents will be at their risk and cost. All the equipments used for carrying out the work

shall be rendered safe. Should any accident occur, the Contractor is entirely responsible for it including compensation that may arise of the incident.

SUB - CONTRACTING:

The Contractor shall not sub-contract the whole of the work or part thereof, without the prior consent of the SCCL. Any such consent however, shall not relieve the contractor from any liability or obligation under the contract and he shall be responsible for the acts, defaults and neglects of any sub-contractor, his agents, servants or workmen fully as if they were the acts, defaults or neglects of the contractor, his agents, servants or workmen.

QUALITY OF WORKS:

The contractor should ensure for the provision of all requirements as per the Indian Standard Codal provisions for good workmanship, engagement of skilled labour, artisans etc., and provide good Civil Engineering practices to ensure the quality of work as per the provisions of APDSS and other relevant standards. All the quarried materials for concrete and other works should be as specified and approved by Engineer–in-charge and also building materials procured by the Contractor should be as specified with respect to their source of supply and as per relevant BIS.It is the responsibility of the contractor for arranging approval of samples before procurement in bulk for the construction work, with regards to joinery, flooring items, sanitary, water supply, etc., much in advance before adoption in the works.The quality control manual of SCCL which is in force is also applicable for this project works.Besides SCCL quality control checking Engineers, third party quality check as nominated by SCCL is also applicable as decided by the SCCL.

CASH FLOW ESTIMATE TO BE SUBMITTED:

The contractor shall, within 15 days after the date of letter of acceptance, provide to the Engineer-in-charge for his information a detailed cash flow estimate, in quarterly periods, of all the payments to which the contractor will be entitled under the contract and the

SIGNATURE OF THE CONTRACTOR

17

Contractor shall subsequently supply revised cash flow estimates at quarterly intervals, if required to do so by the Engineer-in-charge.

52) Additional specifications for Road work and supply of Quarry materials.NOTE

a) Temporary diversion of traffic to be arranged at contractors cost till completion of the work and opening to traffic.

b) For all supply items/quarry materials the work should be in accordance with the approved samples deposited with the Engineer-in-charge.

c) The rolling should be done with required type/capacity of road rollers for the respective soling/metalling item as per standard specifications.

d) Surface finishing of the platform should be done to correct camber or template as directed by the Engineer-in-Charge.

e) Rates indicated include Royalties/Seigniorage fee and taxes.

f) The quoted percentage should be inclusive of clearance of light jungle and removal of its stumps and roots.

g) All the materials such as metal, stone, gravel, sand etc., shall be neatly stacked at the places shown by the Engineer-in-Charge and the stacks shall be as per APDSS standard sizes.

h) The following deductions towards voids will be made from the stack measurement of the different materials supplied :-

Sand : 1/8th

Earth, gravel, coal ash and lime powder : 1/6th

Metal : 1/13th

Boulders & UCRS : 2/5th (40%)

C.R. Stone : 15%

j) The rate given for supply of quarry materials is for Net quantity only.

53) ADDITIONAL SPECIFICATIONS FOR FABRICATION & ERECTION OF STEEL STRUCTURES

A) FABRICATION: The Contractor should submit 4 copies of detailed fabrication shop drawings at his own cost on the basis of company’s design drawings for approval before starting the fabrication works.

i) All weld connections are to be provided for the full capacity of the members.ii) Welding to be done for the entire contact surface area between the gusset

plate and members.

All welding should confirm to IS- 816 for structures not subjected to dynamic loads. Welding should confirm to IS-1024 for all fabrication works subject to dynamic loads. Welding work shall be executed under constant supervision of competent person in a properly organized manner with approved welding materials. Details of welding procedure shall be agreed up on with the Engineer-in- charge before fabrication is commenced.

The Engineer-in-charge shall have free access to the work being carried out by the Contractor at all times. Facility shall be provided by the Contractor to enable him to

SIGNATURE OF THE CONTRACTOR

18

inspect any layer of weld metal. He shall be at liberty to reject any work not confirming to specifications. Defective work shall be cut-off and re-welded.

B) BOLT HOLES ARE TO BE FORMED BY DRILLING AND NOT BY GAS WELDING PROCESS: Shearing, cropping and gas cutting shall be clean, reasonably square and free from distortion. The edges shall be ground afterwards, if they are not clean and square. The component parts may be assembled in such a manner that they are neither twisted nor damaged. Where gussets, plates and other members are fixed together, the inaccessible areas shall be painted with a coat of red-oxide paint before welding or bolting.C) ERECTION: The Contractor should submit before hand the erection procedure with details of erection equipment he is going to deploy for approval of the Engineer-in charge. The Contractor should check himself the centre lines, levels, foundation blocks, provision of bolts etc., and any discrepancies observed should be made good before starting the erection work. Erection includes proper setting out of alignment, leveling, bolting, welding, fixing in position as per drawings and as directed by the Engineer-in-charge. This also includes supply of required consumables, erection materials including bolts, nuts, temporary supports as required by the incidental works to complete the erection including the transportation of the fabricated structure to the site of erection.

Contractor should provide adequate facilities like ladders etc., for the inspection by the Engineer-in-charge after erection. The Engineer-in-charge shall reject defective workmanship which shall be removed and redone.

54) PLAN OF PAYMENT:

a. Based on progress of the work the Contractor has to produce a record bill in a measurement book as per the mutually agreed proforma and as per the item-wise rates and submit for payment to the department.

b. The payment of bills will be made after due scrutiny by the departmental Engineers considering work programmed and purchase bills submitted.

c. One bill will be admitted per month and payment made with in 15 days as far as possible from the date of receipt of the bill by the chief General Manager (Civil) or his authorized representative.

d. The Contractor should arrange for legible, neat and systematic recording of the bill as per the items of the work/ Specifications listed in the item-wise schedule.

55) SPECIAL CONDITIONS

i. All materials procured will be paid as per actual reconciliation/ usage on work.

ii. No wastage will be allowed.

iii. The unused materials will have to be taken away by the contractor.

iv. The payment for steel items will be restricted to the actual used on the work and as per standard weights conforming to IS codes.

v. Samples should be got approved by the Engineer-in-charge before use on work.

vi. The quantities given in the schedules are tentative & the contractors are required to procure material as per the requirement of the work, and as directed by the Engineer-in-charge.

56) SPECIAL SPECIFICATIONS 1. Crushed hard blasted granite metal shall only be used as coarse aggregate for

carrying out various items of works contained in the BOQ and no other variety of metal will be allowed to be used on the work.

SIGNATURE OF THE CONTRACTOR

19

2. Samples of the materials to be used on the work shall be produced to the Chief General manager(Civil) or his authorised representative and after approval only the materials are to be collected and used on the work.

3. Material testing labs shall be set up both at site and at the hot mix plant to carry out field tests at regular intervals as and when desired by SCCL in confirmation with tests as per table 900 – 4 of MORT & H

4. Each asphalt consignment shall be got verified by the Chief General Manager (Civil) or his authorised representative and shall be supported by required test certificates containing values regarding softening point, penetration, ductility and all other parameters as required by relevant IS codes to ascertain characteristics of asphalt. The test certificates and invoices of the consignments shall invariably be produced while submitting the running bills.

5. The work shall be carried out strictly in accordance with the provisions of QC manual of SCCL.

6. The design mix for 50 mm DBM and 25 mm thick SDBC are to be got designed by the successful contractor from any of the reputed engineering colleges / Government oraganisations at their cost which are to be certified by concerned engineer - in-charge.

THE SINGARENI COLLIERIES COMPANY LIMITED.(A Government Company)

SRPTENDER SCHEDULE

Tender Notice No.:CW/SRP/01/2011-12 Name of the Work : REPAIRS AND REPLACEMENTS OF DOORS AND WINDOWS IN A,B,C

TYPE QUARTERS, PUBLIC BUILDINGS AND OFFICES IN VARIOUS COLONIES AND OTHER MISCELLANEOUS WORKS DURING THE YEAR

2011-12, IN SRIRAMPUR AREA. Work Id :34062091322 Work Code No.:SRP/06/R09/1322 ======================================================================Sl| Description | App. | Rate | Unit | Amount | No| | Qty. | Rs. Ps. | | Rs. Ps. | ----------------------------------------------------------------------1 |4.9.A.I Cement Con|5.000 |2940.72 |Cum |14703.60 | |crete 1:2:4 with 20m| | | | | |m size crushed grani| | | | | |te metal of approved| | | | | |hard quality inclus | | | | | |ive of shuttering / | | | | | |centering charges fo| | | | | |r bed blocks, skew b| | | | | |lock or arches, enca| | | | | |sing joists or rails| | | | | |etc. Complete (Bu | | | | | |t Excluding Cost of | | | | | |Cement) | | | | |----------------------------------------------------------------------2 |7.1 Brick maso|5.000 |3107.18 |Cum |15535.90 | |nry with flyash bric| | | | | |ks of size 225x100x6| | | | | |0mm with 50kg/cm2 cr| | | | | |ushing strength in C| | | | | |.M.1:6 for superstru| | | | | |cture including scaf| | | | | |folding etc.,(But Ex| | | | | |cluding Cost of Ceme| | | | |

SIGNATURE OF THE CONTRACTOR

20

|nt ) complete. | | | | |----------------------------------------------------------------------3 |12.3.B Supply and|50.000 |383.45 |Sqm |19172.50 | |Fixing inter lockin | | | | | |g aluminium Thermoco| | | | | |le false ceiling sys| | | | | |tem with all standar| | | | | |d accessories such a| | | | | |s anodised aluminium| | | | | |L angles of size 24 | | | | | |x24x1mm for perimete| | | | | |r cross T of size 24| | | | | |x38x1mm, wall angles| | | | | |, splice plates, hol| | | | | |ding down clips etc.| | | | | |to suit the grid pa | | | | | |ttern of 2'x 2' (609| | | | | |.6x609.6mm) size wit| | | | | |h Thermocole sheets | | | | | |with all necessary f| | | | | |ittings including cu| | | | | |tting of sheets wher| | | | | |ever required depend| | | | | |ing on sizes of pane| | | | | |ls and rooms (Each p| | | | | |anel shall be of one| | | | | |sheet only) suspend | | | | | |ed from roof by hang| | | | | |er rods by providing| | | | | |necessary hooks in | | | | | |slab by chiselling t| | | | | |he bottom of RCC roo| | | | | |f slab and making go| | | | | |od after the hooks a| | | | | |re fixed with cement| | | | | |mortar etc., OR sus | | | | | |pended by hanger rod| | | | | |s from roof trusses | | | | | |and purlins in case | | | | | |of AC Sheet roofing,| | | | | |including cost and | | | | | |conveyance of all ma| | | | | |terials to site etc.| | | | | |, for finished item | | | | | |of work as directed | | | | | |- 19mm thick | | | | |----------------------------------------------------------------------4 |14.2.A Flooring 4|100.000 |112.44 |Sqm |11244.00 | |0mm thick with CC1:2| | | | | |:4 using 20mm size c| | | | | |rushed granite metal| | | | | |of approved hard qu | | | | | |ality on existing c| | | | | |oncrete base includi| | | | | |ng fine rendering wi| | | | | |th neat cement. ( Bu| | | | | |t Excluding Cost of | | | | | |Cement ) | | | | |----------------------------------------------------------------------5 |16.3 Supply and|200.000 |16.70 |Each |3340.00 | |fixing M.S. Z type | | | | | |hold fasts made out | | | | | |of 50 x 3 x 300mm l | | | | | |ong M.S. flat includ| | | | | |ing necessary screws| | | | |

SIGNATURE OF THE CONTRACTOR

21

|etc., complete (Ste | | | | | |el will not be issue| | | | | |d by the department)| | | | | | Note:- This is a bo| | | | | |ught out Item. Steel| | | | | |will not be issued | | | | | |by the department. T| | | | | |he Contractor has to| | | | | |make his own arrang | | | | | |ements for the same | | | | |----------------------------------------------------------------------6 |16.9.A Supply, ma|10.000 |1687.20 |Sqm |16872.00 | |king and fixing CT W| | | | | |ood frame with 125 X| | | | | |62 mm section witho | | | | | |ut threshold with 2| | | | | |nd class CT Wood inc| | | | | |luding supply and fi| | | | | |xing 6 Nos MS Z type| | | | | |hold fasts made ou | | | | | |t of 50mmX3mm MS Fla| | | | | |t, of 300 mm long an| | | | | |d fixing the same in| | | | | |C C 1:2:4 bed block | | | | | |s of size 230X230X15| | | | | |0mm with 20mm size h| | | | | |ard metal etc. compl| | | | | |ete for finished ite| | | | | |m of work as directe| | | | | |d. ( Excluding cost | | | | | |of Cement for Bed Bl| | | | | |ocks) Steel will not| | | | | |be issued by the d | | | | | |epartment for MS hol| | | | | |d fasts | | | | |----------------------------------------------------------------------7 |16.9.B Supply, ma|10.000 |1844.50 |Sqm |18445.00 | |king and fixing CT W| | | | | |ood frame with 100 X| | | | | |75 mm section with | | | | | |threshold with 2nd | | | | | |class CT Wood includ| | | | | |ing supply and fixin| | | | | |g 6 Nos MS Z type h| | | | | |old fasts made out o| | | | | |f 50mmX3mm MS Flat, | | | | | |of 300 mm long and f| | | | | |ixing the same in C | | | | | |C 1:2:4 bed blocks o| | | | | |f size 230X230X150mm| | | | | |with 20mm size hard | | | | | |metal etc. complete | | | | | |for finished item o | | | | | |f work as directed. | | | | | |( Excluding cost of | | | | | |Cement for Bed Block| | | | | |s) Steel will not be| | | | | |issued by the depa | | | | | |rtment for MS hold f| | | | | |asts. | | | | |----------------------------------------------------------------------8 |16.13 Supply and|30.000 |1751.80 |Sqm |52554.00 | |fixing 30mm thick S | | | | | |olid bond wood block| | | | | |board flush type sh | | | | |

SIGNATURE OF THE CONTRACTOR

22

|utters with teak ply| | | | | |on both faces with | | | | | |cross bands face ven| | | | | |eers bonded with BWP| | | | | |grade phenol formal | | | | | |dehydered synthetic | | | | | |resion hot pressed d| | | | | |uly ISI marked (IS 2| | | | | |002 - 1983 part-I), | | | | | |including supply and| | | | | |fixing with the fo | | | | | |llowing M.S. Powder| | | | | |Coated fittings con | | | | | |forming to relavent | | | | | |IS standards of appr| | | | | |oved make for door | | | | | |a) 4 nos. 100 mm lo| | | | | |ng butt hinges. b) | | | | | |2 nos. 200 mm to 250| | | | | |mm long tower bolt | | | | | |with 12mm dia shoot.| | | | | | c)1 no.of 300mm lon| | | | | |g aldrop with 16mm d| | | | | |ia shoot. d) 1 no. 1| | | | | |00 mm to 150 mm long| | | | | |grip handle. e) 1 | | | | | |no. foot door stoppe| | | | | |r with brass clip. | | | | |----------------------------------------------------------------------9 |16.15 Supply and|375.000 |720.95 |Sqm |270356.25 | |fixing door frames | | | | | |made of Cold Rolled | | | | | |formed CRCA steel of| | | | | |18 guage 1.25 mm th | | | | | |ick conforming to IS| | | | | |1573-1970 of sectio | | | | | |n 105 x 60 mm (IS 43| | | | | |51-1976) with 32mm t| | | | | |hick single rebate, | | | | | |top members of frame| | | | | |welded at 45 degree | | | | | |s with side members | | | | | |including one coat | | | | | |of anti carrosive pa| | | | | |int etc., with the f| | | | | |ollowing M.S. powder| | | | | |coated fittings of | | | | | |approved make . (Exc| | | | | |luding Cost of Cemen| | | | | |t for bed Blocks an| | | | | |d Cement Mortar fil| | | | | |ling) (a) 4nos. M.S.| | | | | |"Z" type hold fasts | | | | | |made out of 50x3mm | | | | | |flat of 300mm long (| | | | | |2 nos.on Each side) | | | | | |Steel will not be is| | | | | |sued by the departm| | | | | |ent for MS hold fast| | | | | |s. (b)100mm long but| | | | | |t hinges, medium dut| | | | | |y 3nos. on Each side| | | | | |to be welded to the | | | | | |frame for fixing th | | | | | |e shutter.(3nos. for| | | | |

SIGNATURE OF THE CONTRACTOR

23

|single leaf or 6nos | | | | | |.for double leaf) (c| | | | | |) 16 mm dia tie rod | | | | | |at the bottom with n| | | | | |ecessary nuts at the| | | | | |ends of Each side. | | | | | |(d) 1no.stopper hing| | | | | |e per leaf 75mm medi| | | | | |um duty. (e) Filling| | | | | |hollow portion of C | | | | | |R frame with cement | | | | | |mortar 1:6. (f) C.C1| | | | | |:2:4 with 20mm hard | | | | | |metal for bed blocks| | | | | |of size 230x230x150 | | | | | |mm,4nos. for fixing | | | | | |hold fasts. Note:-Th| | | | | |e CR steel frame is | | | | | |to be supplied with | | | | | |extra length of 40 | | | | | |mm which will go int| | | | | |o flooring. The cos| | | | | |t element for the sa| | | | | |me is already covere| | | | | |d in the rate. | | | | |----------------------------------------------------------------------10 |16.24 Supply and|30.000 |2074.50 |Sqm |62235.00 | |fixing Sintex or eq | | | | | |uivalent PVC doors a| | | | | |re made out of PVC s| | | | | |ection and panels. | | | | | |The overall dimensio| | | | | |n of the same is 33m| | | | | |mx47mm with usual pr| | | | | |ocess variation and | | | | | |having a wall thickn| | | | | |ess of 1.5mm with a | | | | | |variation of + 0.3mm| | | | | |. The infill is sea| | | | | |mless hallow multich| | | | | |ambered PVC single p| | | | | |anel having an effec| | | | | |tive dimension of 76| | | | | |2mmx20mm having a wa| | | | | |ll thickness of 1mm+| | | | | |0.3mm including all | | | | | |taxes complete, for | | | | | |finished item of wo | | | | | |rk. | | | | |----------------------------------------------------------------------11 |16.25 Supply and|200.000 |194.30 |Rm |38860.00 | |fixing PVC door fra | | | | | |mes made from extrud| | | | | |ed sections in overa| | | | | |ll dimensions of 40x| | | | | |48mm having a wall t| | | | | |hickness of 1.5mm wi| | | | | |th usual process var| | | | | |iation of + 0.3mm, i| | | | | |ncluding all taxes c| | | | | |omplete, for finishe| | | | | |d item of work. | | | | |----------------------------------------------------------------------12 |16.27.A Supplying |25.000 |257.00 |Kg |6425.00 | |alluminium Door fram| | | | |

SIGNATURE OF THE CONTRACTOR

24

|es with rectangular | | | | | |box hollw section (i| | | | | |ncluding annodisatio| | | | | |n cost) | | | | |----------------------------------------------------------------------13 |16.27.B Supplying |25.000 |257.00 |Kg |6425.00 | |alluminium annodised| | | | | |openable sliding wi | | | | | |ndow, Ventilator (in| | | | | |cluding annodisation| | | | | |cost) | | | | |----------------------------------------------------------------------14 |16.35 Supplying |50.000 |630.75 |Sqm |31537.50 | |and fixing planking | | | | | |with 16 mm thick Bis| | | | | |on pannels or equiva| | | | | |lent plain cement bo| | | | | |nded particle boards| | | | | |truly exterior grad | | | | | |e confirming to IS 1| | | | | |4276 on 50 x 37 mm s| | | | | |al wood supports for| | | | | |wall Cup boards / A | | | | | |lmyrahs. | | | | |----------------------------------------------------------------------15 |16.36 Supplying |50.000 |504.15 |Sqm |25207.50 | |and fixing plain flo| | | | | |at glass panes of sa| | | | | |int gobian/modi guar| | | | | |d or equivalent wit| | | | | |h 4 mm thick plain f| | | | | |loat glass including| | | | | |putty. | | | | |----------------------------------------------------------------------16 |16.41 Supply and|200.000 |60.45 |Kg |12090.00 | |fixing of angle Iro | | | | | |n window frame of si| | | | | |ze 25x25x5mm alround| | | | | |and central tee of | | | | | |size 25x25x5mm along| | | | | |with the following | | | | | |fittings including c| | | | | |ost and conveyance o| | | | | |f all materials to w| | | | | |ork site, all labour| | | | | |charges welding and | | | | | |other incidental ch | | | | | |arges etc., complete| | | | | |for finished Item o | | | | | |f work as directed. | | | | | |Fittings:- a) MS | | | | | |"Z" type hold fasts | | | | | |4 Nos. of size 25 x | | | | | |25x 3mm angle of 230| | | | | |mm long. b) Welding| | | | | |of 4No.s 'T' hinges | | | | | |of size 100mm to 15 | | | | | |0mm long c) Providi| | | | | |ng 1omm square rods | | | | | |@ 100mmc/cfor safty | | | | | |bars etc., complete | | | | | |as per the design of| | | | | |Engineer-in-Charge. | | | | | | (Note:- The Steel w| | | | | |ill not be issued by| | | | |

SIGNATURE OF THE CONTRACTOR

25

|the department and | | | | | |Contractor has to pr| | | | | |ocure the same) | | | | |----------------------------------------------------------------------17 |16.42 Supplying |200.000 |1334.50 |Sqm |266900.00 | |and fixing plain Cem| | | | | |ent bonded particle | | | | | |board (bison panel o| | | | | |r equivalent)conform| | | | | |ing to IS 14276 true| | | | | |ly exterior grade wi| | | | | |ndow shutters 12mm t| | | | | |hick; with alround U| | | | | |section of size 12x | | | | | |18mm made from 0.60m| | | | | |m thick galvanised c| | | | | |olour coated cold ro| | | | | |lled steel profiles,| | | | | |12mm thick panel wi | | | | | |th necessary srews f| | | | | |ixed at every 1'-0 (| | | | | |304.8mm) intervals ,| | | | | |fixing to the existi| | | | | |ng angle iron frame | | | | | |with necessary screw| | | | | |s along with the fol| | | | | |lowing MS Powder coa| | | | | |ted fittings of appr| | | | | |oved make and applyi| | | | | |ng 1coat of primer, | | | | | |one coat of luppam a| | | | | |nd 2 coats of syntha| | | | | |tic enamel paints as| | | | | |per approved design | | | | | |including cost and | | | | | |conveyance of all ma| | | | | |terials to site, all| | | | | |labour charges etc. | | | | | |,complete for finish| | | | | |ed Item of work as d| | | | | |irected. a) 150mm to| | | | | |wer bolts - 2No.s pe| | | | | |r leaf b) 125mm long| | | | | |grip handles - 2No. | | | | | |s c) 250mm long wind| | | | | |ow casements-2No.s d| | | | | |) 300mm long T- hing| | | | | |es 2nos per leaf | | | | |----------------------------------------------------------------------18 |16.53 SPECIFICAT|15.000 |752.50 |Each |11287.50 | |ION OF HARDWYN OR EQ| | | | | |UIVALENT DOOR CLOSER| | | | | |ISI MARKED Providin | | | | | |g and fixing IS: 356| | | | | |4 marked Aluminium e| | | | | |xtruded sections wit| | | | | |h double speed adjus| | | | | |tment, tubular type | | | | | |universal hydraulic | | | | | |door closer, with ne| | | | | |cessary accessories | | | | | |and screws etc., com| | | | | |plete. | | | | |----------------------------------------------------------------------19 |16.54 Supply and|30.000 |294.10 |Rm |8823.00 |

SIGNATURE OF THE CONTRACTOR

26

|fixing PELMET BOXES | | | | | |to doors and wind | | | | | |ows with 15mm thick | | | | | |prelaminated particl| | | | | |e boards(OSL) of app| | | | | |roved brand and shad| | | | | |e 150mm wide includi| | | | | |ng providing Alumini| | | | | |um Anodised curtain| | | | | |rod of 20mm and wit | | | | | |h brackets, Aluminiu| | | | | |m screws, with nessa| | | | | |ry nails etc.,includ| | | | | |ing cost and conveya| | | | | |nce of all materials| | | | | |, all labour charges| | | | | |, all operational an| | | | | |d incidental charges| | | | | |etc., complete for | | | | | |finished item of wor| | | | | |k, as dircted:- | | | | |----------------------------------------------------------------------20 |16.56.H Labour Cha|50.000 |46.90 |Sqm |2345.00 | |rges for fixing door| | | | | |s and windows includ| | | | | |ing frames, hinges, | | | | | |fastenings, etc., | | | | |----------------------------------------------------------------------21 |16.61.A Supply and|200.000 |35.85 |Each |7170.00 | |fixing M S powder c | | | | | |oated Tower bolts ( | | | | | |As per IS ?204) 150 | | | | | |mm long including ne| | | | | |cessary screws/bolts| | | | | |and nuts etc. compl | | | | | |ete for finished ite| | | | | |m of work as directe| | | | | |d. | | | | |----------------------------------------------------------------------22 |16.61.B Supply and|0.000 |53.85 |Each |0.00 | |fixing M S powder c | | | | | |oated Tower bolts ( | | | | | |As per IS ?204) 200 | | | | | |mm to 250mm long inc| | | | | |luding necessary scr| | | | | |ews/bolts and nuts e| | | | | |tc. complete for fin| | | | | |ished item of work a| | | | | |s directed. | | | | |----------------------------------------------------------------------23 |16.61.C Supply and|150.000 |72.85 |Each |10927.50 | |fixing M S powder c | | | | | |oated Tower bolts ( | | | | | |As per IS ?204) 300 | | | | | |mm long including n| | | | | |ecessary screws/bolt| | | | | |s and nuts etc. co| | | | | |mplete for finished | | | | | |item of work as dire| | | | | |cted. | | | | |----------------------------------------------------------------------24 |16.62.A Supply and|200.000 |39.85 |Each |7970.00 | |fixing M S powder c | | | | | |oated Grip handles (| | | | | |As per IS ?208) 150 | | | | |

SIGNATURE OF THE CONTRACTOR

27

|mmincluding necessa | | | | | |ry screws etc. compl| | | | | |ete for finished ite| | | | | |m of work as directe| | | | | |d. | | | | |----------------------------------------------------------------------25 |16.62.B Supply and|200.000 |28.55 |Each |5710.00 | |fixing M S powder c | | | | | |oated Grip handles (| | | | | |As per IS ?208) 125 | | | | | |mm longincluding ne | | | | | |cessary screws etc. | | | | | |complete for finishe| | | | | |d item of work as di| | | | | |rected. | | | | |----------------------------------------------------------------------26 |16.63.A Supply and|200.000 |13.15 |Each |2630.00 | |fixing M S powder c | | | | | |oated butt hinges (| | | | | |As per IS ?205) 75 | | | | | |mm longincluding nec| | | | | |essary screws etc. c| | | | | |omplete for finished| | | | | |item of work as dir | | | | | |ected. | | | | |----------------------------------------------------------------------27 |16.63.B Supply and|200.000 |21.35 |Each |4270.00 | |fixing M S powder c | | | | | |oated butt hinges (| | | | | |As per IS ?205) 100 | | | | | |mm longincluding ne | | | | | |cessary screws etc. | | | | | |complete for finishe| | | | | |d item of work as di| | | | | |rected. | | | | |----------------------------------------------------------------------28 |16.63.C Supply and|200.000 |36.75 |Each |7350.00 | |fixing M S powder c | | | | | |oated butt hinges (| | | | | |As per IS ?205) 150 | | | | | |mm longincluding ne | | | | | |cessary screws etc. | | | | | |complete for finishe| | | | | |d item of work as di| | | | | |rected. | | | | |----------------------------------------------------------------------29 |16.64.A Supply and|100.000 |115.00 |Each |11500.00 | |fixing M S powder c | | | | | |oated Aldrops ( As | | | | | |per IS ?2681) 250 mm| | | | | |longincluding neces | | | | | |sary bolts and nuts | | | | | |etc. complete for f | | | | | |inished item of work| | | | | |as directed. | | | | |----------------------------------------------------------------------30 |16.64.B Supply and|50.000 |135.60 |Each |6780.00 | |fixing M S powder c | | | | | |oated Aldrops ( As | | | | | |per IS ?2681) 300 mm| | | | | |longincluding neces | | | | | |sary bolts and nuts | | | | | |etc. complete for f | | | | | |inished item of work| | | | | |as directed. | | | | |

SIGNATURE OF THE CONTRACTOR

28

----------------------------------------------------------------------31 |17.3 Painting t|300.000 |43.55 |Sqm |13065.00 | |o wood work with syn| | | | | |thetic enamel paints| | | | | |of approved brand, | | | | | |shade with grade II | | | | | |paints , Two coats | | | | | |to old works includi| | | | | |ng cost and conveyan| | | | | |ce of all materials | | | | | |to work site, scrapi| | | | | |ng, sand papering an| | | | | |d all operational, i| | | | | |ncidental , labour c| | | | | |harges etc., comple| | | | | |te for finished item| | | | | |of work. | | | | |----------------------------------------------------------------------32 |17.6 Painting |300.000 |41.20 |Sqm |12360.00 | |with enamel paints o| | | | | |f grade II paints | | | | | |to new Iron work ,tw| | | | | |o coats including co| | | | | |st and conveyance of| | | | | |all materials to wo | | | | | |rk site, scraping, s| | | | | |and papering and all| | | | | |operational, incide | | | | | |ntal , labour charge| | | | | |s etc., complete fo| | | | | |r finished item of w| | | | | |ork. | | | | |----------------------------------------------------------------------33 |17.7 Painting w|300.000 |38.45 |Sqm |11535.00 | |ith enamel paints of| | | | | |grade - II paints t | | | | | |o old Iron work, two| | | | | |coats including cos | | | | | |t and conveyance of | | | | | |all materials to wor| | | | | |k site, scraping, sa| | | | | |nd papering and all | | | | | |operational, inciden| | | | | |tal , labour charges| | | | | |etc., complete for | | | | | |finished item of wo | | | | | |rk. | | | | |----------------------------------------------------------------------34 |17.10 Varnishing|50.000 |72.75 |Sqm |3637.50 | |/French Polishing to| | | | | |wood work, 2coats i | | | | | |ncluding cost and co| | | | | |nveyance of material| | | | | |s to site of work, a| | | | | |ll labour charges, s| | | | | |craping, sand paperi| | | | | |ng etc, complete for| | | | | |finished item of wo | | | | | |rk | | | | |----------------------------------------------------------------------35 |18.4 White wash|300.000 |6.85 |Sqm |2055.00 | |ing with best screen| | | | | |ed lime, Two coats t| | | | | |o OLD WALLS includin| | | | | |g cost and conveyanc| | | | |

SIGNATURE OF THE CONTRACTOR

29

|e of all materials t| | | | | |o work site, scrapin| | | | | |g, sand papering and| | | | | |all operational, in | | | | | |cidental , labour ch| | | | | |arges etc., complet| | | | | |e for finished item | | | | | |of work. | | | | |----------------------------------------------------------------------36 |20.14 Distemperi|100.000 |24.70 |Sqm |2470.00 | |ng to walls with Oil| | | | | |bound distemper (Ac | | | | | |rylic Based) of app| | | | | |roved brand and sha| | | | | |de two coats to old | | | | | |walls including cos| | | | | |t and conveyance of | | | | | |all materials to sit| | | | | |e, all labour charge| | | | | |s, operational and i| | | | | |ncidental charges et| | | | | |c., complete for fin| | | | | |ished Item of work, | | | | | |as directed | | | | |----------------------------------------------------------------------37 |25.4.A Labour Cha|300.000 |12.35 |Kg |3705.00 | |rges for Fabrication| | | | | |of steel works like | | | | | |window grills, comp | | | | | |ound wall grills, Ir| | | | | |on Doors, windows in| | | | | |cluding cost of weld| | | | | |ing rods, power char| | | | | |ges etc., ( Excludin| | | | | |g cost of fixing in | | | | | |position) | | | | |----------------------------------------------------------------------38 |25.4.B Labour Cha|300.000 |3.08 |Kg |924.00 | |rges for Fixing of I| | | | | |ron Doors, windows a| | | | | |nd window grills in | | | | | |position etc., compl| | | | | |ete. | | | | |----------------------------------------------------------------------39 |25.6 Supplying |30.000 |1799.00 |Sqm |53970.00 | |and fixing superior | | | | | |quality top hung col| | | | | |lapsible steel shutt| | | | | |ers (single or doubl| | | | | |e leaves) with verti| | | | | |cle double channels | | | | | |20x10x2mm of 100mm c| | | | | |entre (having lattic| | | | | |e bars of flat iron)| | | | | |braces with flat ir | | | | | |on 40x40x6mm with 38| | | | | |mm dia steel pully t| | | | | |hrough out the lengt| | | | | |h and height of the | | | | | |shutter, the top, bo| | | | | |ttom and side vertic| | | | | |le frames of Collaps| | | | | |able gate with 65x65| | | | | |x8mm, MS angle and m| | | | | |iddle guide rail at | | | | |

SIGNATURE OF THE CONTRACTOR

30

|side height with 65x| | | | | |8mm, MS flat for pul| | | | | |leys to guide and fi| | | | | |xed with necessary h| | | | | |old fasts, bolts, nu| | | | | |ts, rivets, locking | | | | | |arrangements, stoppe| | | | | |rs, handles, all acc| | | | | |essaries, all fixure| | | | | |s (locking device fr| | | | | |om inside and outsid| | | | | |e folding stoppers t| | | | | |o prevent door movin| | | | | |g when folded) and p| | | | | |ainted with 1coat of| | | | | |approved steel prim | | | | | |er etc., complete fi| | | | | |nished item of work | | | | | |as per spl. specific| | | | | |ations 1105 and as d| | | | | |irected. (This is bo| | | | | |ught out Item. Steel| | | | | |etc., will not be i | | | | | |ssued by the departm| | | | | |ent.) | | | | |----------------------------------------------------------------------40 |25.7 Supply and|50.000 |2056.00 |Sqm |102800.00 | |fixing of Rolling s | | | | | |hutter made of 80x1.| | | | | |25mm machine rolled | | | | | |CRCA laths, interloc| | | | | |ked together through| | | | | |their entire length | | | | | |and jointed togethe | | | | | |r at the ends by end| | | | | |-locks, mounted on s| | | | | |pecially designed pi| | | | | |pe shaft of 50mm dia| | | | | |nominal bore MS B c | | | | | |lass pipe with brack| | | | | |ets, plates, guide c| | | | | |hannels, stoppers, b| | | | | |ottom locking plates| | | | | |and arrangements fo | | | | | |r inside and outside| | | | | |locking with push-p | | | | | |ull operations inclu| | | | | |ding cost of hood co| | | | | |ver and springs comp| | | | | |lete,painted with on| | | | | |e coat of approved s| | | | | |teel primer, locks, | | | | | |ball bearings, all a| | | | | |ccessories etc compl| | | | | |ete for finished ite| | | | | |m of work as per spe| | | | | |cial spn:1108 Note:-| | | | | |(i) This is bought | | | | | |out Item. (ii) All | | | | | |the required materia| | | | | |ls have to be procur| | | | | |ed by the contractor| | | | | |only (iii)The rolli | | | | | |ng shutters shall be| | | | | |supplied complete w | | | | |

SIGNATURE OF THE CONTRACTOR

31

|ith the following i| | | | | |) Side guides,built| | | | | |up or pressed botto | | | | | |m rail, flat iron at| | | | | |top,brackets,door s | | | | | |uspension shaft, top| | | | | |rolling springs (ou | | | | | |t of best spring ste| | | | | |el wire grade-II), l| | | | | |ocking arrangements | | | | | |inside and outside, | | | | | |pulling hooks and ha| | | | | |ndles for pull and p| | | | | |ush operations, top | | | | | |hood cover) bracket | | | | | |plates (side covers)| | | | | |, sliding bolts etc | | | | | |complete. The shutte| | | | | |rs shall be delivere| | | | | |d with one coat of p| | | | | |aint. The rate for s| | | | | |upply covers these | | | | | |items. ii) The rate| | | | | |for the erection of | | | | | |rolling shutters co | | | | | |vers the cost of mak| | | | | |ing holes in masonar| | | | | |y / concrete as nece| | | | | |ssary, fixing the sh| | | | | |utters in position a| | | | | |nd making good the m| | | | | |asonary / concrete surface after completion of the work. iii) The shaft pipe should be M.S. pipe of heavy duty and 40mm dia NB for span up to 3.5m. iv) The guide channel should be of 3.15mm thick and 75mm depth for span upto 8.0m v) The bracket plates should be as follows: For height of shutter upto 3.5m height 375 X 375 X 3.15mm 3.5 m to 4.5m height 400 X 400 X 6 mm 4.5 m to 5.5 m height 450 X 450 X 6 mm 5.5 m to 6.0 m height 500 X 500 X 10mm.----------------------------------------------------------------------41 |30.1 Dismantlin|5.000 |157.90 |Cum |789.50 | |g stone masonry in l| | | | | |ime mortar OR brick | | | | | |masonry in cement mo| | | | | |rtar upto 3 m height| | | | | |. | | | | |----------------------------------------------------------------------42 |30.7 Dismantlin|5.000 |230.70 |Cum |1153.50 | |g Surki or cement co| | | | | |ncrete. | | | | |----------------------------------------------------------------------43 |30.10 Dismantlin|500.000 |46.90 |Sqm |23450.00 | |g Doors and Windows | | | | | |including removal of| | | | | |frame, hinges and f | | | | | |astenings. | | | | |----------------------------------------------------------------------44 |30.18 Dismantlin|3.000 |180.10 |Quintal |540.30 | |g steel work | | | | |----------------------------------------------------------------------45 |16.20 Supply and|375.000 |1390.90 |Sqm |521587.50 | |fixing of cement bo | | | | | |nded partcile board | | | | | |shutter ( SINGLE SH| | | | | |UTTER WITH CEMENT BO| | | | | |NDED PARTICLE BOARD | | | | |

SIGNATURE OF THE CONTRACTOR

32

|(BISON PANEL OR EQU | | | | | |IVALENT)) with alrou| | | | | |nd "U" section of si| | | | | |ze 12mmx18mmx12mm ma| | | | | |de from 0.6mm thick | | | | | |galvanised, colour c| | | | | |oated cold rolled st| | | | | |eel profiles 16mm th| | | | | |ick panel with neces| | | | | |sary screws fixed at| | | | | |every 304.8mm inter | | | | | |vals. The cost incl| | | | | |usive of MS Powder C| | | | | |oated Aldrops of siz| | | | | |e 255mm long 2 Nos.,| | | | | |200mm long tower bo | | | | | |lt 1No., 125mm handl| | | | | |es 2 nos., cost and| | | | | |conveyance of all m | | | | | |aterials at site and| | | | | |applying 1 coat pri | | | | | |mer, 1 coat of luppu| | | | | |m and 2 coats of syn| | | | | |thetic enamel paint | | | | | |as per approved desi| | | | | |gn for finished item| | | | | |of work. | | | | |----------------------------------------------------------------------46 |16.50 Aluminum P|50.000 |2453.90 |Sqm |122695.00 | |artition with Pre La| | | | | |minated Cement Bonde| | | | | |d Particle Board (Bi| | | | | |son lam or Equivale| | | | | |nt) Supply and fixin| | | | | |g in position alumin| | | | | |um glazed partitions| | | | | |using 5.50mm thick | | | | | |plain glass to full | | | | | |height using with pr| | | | | |e laminated cement b| | | | | |onded particle board| | | | | |(Bison pre lam or E | | | | | |quivalent) of 10mm t| | | | | |hick to a height of | | | | | |0.91metre at bottom | | | | | |panel and remaining | | | | | |height with glass an| | | | | |d aluminum sections | | | | | |anodized to 12 to 15| | | | | |microns and of sect | | | | | |ions of size 37x62mm| | | | | |and 1.5mm thickness | | | | | |with one metre cent | | | | | |re to centre duly fi| | | | | |xed with clip beadin| | | | | |g on both sides incl| | | | | |uding fixing the fra| | | | | |me to pillars by M.S| | | | | |. flats, bolts and n| | | | | |uts including cost a| | | | | |nd conveyance of all| | | | | |materials etc., com | | | | | |plete as directed du| | | | | |ring execution. | | | | |----------------------------------------------------------------------

SIGNATURE OF THE CONTRACTOR

33

47 |16.28 Supply and|8.000 |4066.50 |Sqm |32532.00 | |fixing of aluminium | | | | | |door shutters made | | | | | |of 50x 40mm aluminiu| | | | | |m rectangular hollow| | | | | |sections alround an | | | | | |d middle railing and| | | | | |with 5.5mm thick pl | | | | | |ain glass insertions| | | | | |with necessary rubb | | | | | |er beading along wit| | | | | |h the following fitt| | | | | |ings as per approved| | | | | |drawings etc. for f | | | | | |inished item of work| | | | | |as directed. a) 1 N | | | | | |o. Godrej or equiva| | | | | |lent make mortice lo| | | | | |ck 8 levers. b) 2 No| | | | | |s. Aluminium tower b| | | | | |olts 250mm long 10mm| | | | | |dia. c) 3 Nos. 150m | | | | | |m long heavy duty al| | | | | |uminium hinges per l| | | | | |eaf. d) 1 No. 150mm | | | | | |long aluminium grip | | | | | |handle per leaf. e) | | | | | |1 No. rubber floor s| | | | | |topper per leaf. | | | | |----------------------------------------------------------------------

48 |2.15.C Mild Steel|0.800 |45026.40 |Metric T|36021.12 | |, Structural Steel, | | | | | |I.e., Angles, Channe| | | | | |ls and I sections.NO| | | | | |TE:- The Basic rates| | | | | |are inclusive of s | | | | | |ales tax. | | | | |----------------------------------------------------------------------49 |2.15.F Mild steel|0.200 |48727.20 |Metric T|9745.44 | |Plates NOTE:- The B | | | | | |asic rates are incl| | | | | |usive of sales tax. | | | | |---------------------------------------------------------------------- Grand Total :1913702.11 Contingencies (3.20311%):61297.89 Total Cost :1975000.00 . I/We agree to carryout the work at the estimated rates mentioned against the above items, at an overall uniform percentage 1. Of(+) _______ % (In Words ............................ percentage only ) ABOVE. OR 2. Of(-) _______ % (In Words ............................ percentage only ) BELOW. OR 3. _____ AT PAR i.e. with the estimated rates only. (If the contractor intends to quote 'ON PAR' with the estimated rates,he should mark '/' in the blank provided). Which will be firm till completion of the work.

SIGNATURE OF THE CONTRACTOR

34

SIGNATURE OF THE CONTRACTOR

THE SINGARENI COLLIERIES COMPANY LIMITED(A GOVERNMENT COMPANY)

Specifications with schedule of approximate quantities for

Tender enquiry no. CW/SRP/01/2011-12, Dt. 05-04-2011.

“Repairs and replacements of doors and windows in A,B,C type qtrs, public buildings and offices in various colonies and other miscellaneous works during the year 2011-12 in Srirampur area, Adilabad Dist.A.P.”

Note :

1) Curing to be done for all items where cement is used for period as specified in IS code.

2) The rate given is including cost, seignorage charges, taxes, conveyance of all materials and water, etc., from approved sources to work site and operational, incidental, labour charges such as mixing, curing, etc. complete where as applicable.

3) Sand required for this work should be from river Godavari only.

4) All paints, varnishes, etc. should be of ISI specifications.

5) The water absorption of fly ash bricks shall not be more than 12% to 18%. The crushing strength of bricks shall not be less than 50 kg. / sq.cm.

6) Rods below and up to 12mm dia are to be tied/fixed with 18 gauge binding wire and above 12mm dia to be tied with 14 to 16 gauge binding wire. Tying should be done with double binding wire diagonally.

7) The shuttering used should be steel shuttering with standard material.

8) The required stores materials like cement and steel shall be arranged by the company and contractor has to make his own arrangements for transporting the material.

SIGNATURE OF THE CONTRACTOR

35

9) Before starting the work, the contractor should get the samples approved by the department.

10) 1/8 th will be deducted for voids on stack measurements of sand,1/13th for metal and 1/6 for gravel.

Signature of contractor

THE SINGARENI COLLIERIES COMPANY LIMITED(A GOVERNMENT COMPANY)

G E N E R A L C O N D I T I O N S O F C O N T R A C T

1. PROVISION OF LABOUR AND PLANT :

a) This contract is to include all labour, material, scaffolding tackle, centering, moulds, tools, implements and every other things necessary for carrying on and completing the works in conformity with the plans and specifications (herewith attached) and with such additional drawings, descriptions and instructions as may from time to time be furnished while the work is in progress.

b) DETAIL DRAWINGS AND INSTRUCTIONS :

The Chief General Manager (Civil) or his authorised representative shall furnish with, reasonable promptness additional instructions by means of drawings or otherwise, necessary for the proper execution of the work. The work shall be executed in conformity therewith and the contractor shall do no work without proper drawings or instructions in writing.

c) DRAWINGS AND SPECIFICATION OF WORK :

The contractor shall keep each one copy of all drawings and specifications on the work in good order available at site. The A.P.D.S Specifications will be applicable in general in addition to the Schedule of Specifications attached to the tender form.

2. THIS CONTRACT COMPREHENDS THE FOLLOWING WORK :

“Repairs and replacements of doors and windows in A,B,C type qtrs, public buildings and offices in various colonies and other miscellaneous works during the year 2011-12 in Srirampur area, Adilabad Dist. A.P.”

3. CONTROL OF WORK: Materials, Appliances, Employees:

a) The works are to be conducted under the sole control and direction of Chief General Manager (Civil) or his authorised representative. The whole of materials are to be of the best description of their respective kinds and both workmanship and materials shall be of good quality. The Contractor shall when required furnish satisfactory evidence of the quality of materials he is using.

SIGNATURE OF THE CONTRACTOR

36

Everything necessary including materials, labour, water, tools, equipment, light, power and transportation is to be provided and paid for, by the contractor, so that the work may be left completed and perfect at its conclusion, to the entire satisfaction of the Chief General Manager (Civil) or his authorised representative, who shall have power to reject any materials or labour during the progress of work which he may deem improper or to dismiss any person in the Contractor's employment, of whom he may disapprove, and the contractor is to supply such other as shall meet the approbation of the Chief General Manager (Civil) or his authorised representative

b) The Contractor shall furnish for approval all samples as directed. The work shall be in accordance with approved samples.

c) ROYALTIES, RENTS, TAXES, PERMITS AND LICENCES :

The contractor shall pay all royalties, rents, taxes, and license and permit fees etc. Permits and licenses of a temporary nature necessary for the execution of the work shall be secured by the Contractor

4. POWERS OF THE CHIEF GENERAL MANAGER (CIVIL):

In the event of the non-compliance on the part of the Contractor with these conditions or of delay in conforming with them beyond three days after receiving a written order from the Chief General Manager (Civil) or his authorised representative the later will be at liberty to provide both materials and labour and get the work executed and appoint supervisors or other persons and if considered necessary to stop the contractor from the work to complete the same in any manner he may think fit. The amount of costs which the Chief General Manager (Civil) may decide as incurred thereby is to be deducted from the amounts payable to the contractor and any deficit in amount is to be made good by the Contractor.

5. PROTECTION OF WORK AND PROPERTY - RESPONSIBILITY OF THE CONTRACTOR :

The Contractor shall continuously maintain adequate protection of all his work from damage and shall protect the owner's property from injury or loss arising in connection with the contract. He shall make good such damages, injury or loss except such as may be directly due to errors in the contract documents or caused by agents, or employees of the owner. He shall adequately protect adjacent property as provided by law or the contract documents. He shall provide and maintain all facilities for protection, as required by local conditions.

The contractor shall be responsible for any accident occurring to his workmen or any other person during the progress of work and until the work is taken over by the owner.

The owner shall not be responsible for any losses or damages incurred by the contractor by acts of God. No claims from the contractor for compensation on this account shall be entertained by the owner.

6. TIME WITHIN WHICH CONTRACT IS TO BE COMPLETED :

The contractor shall satisfactorily execute and complete the work in strict accordance with the plans, specifications enclosed herewith and instructions issued by Chief General Manager (Civil) or his authorised representative from time to time and execute the work within the periods as per the programme submitted by the contractor at the time of Agreement for completing various items of work given in schedule of quantities. If the contractor fails to execute the work within the stipulated time, fails to show substantial progress as per the programme submitted by contractor at the time of Agreement on various items of work given in schedule of quantities, the SCCL is at liberty to order the contractor to discontinue the work forthwith and to get the balance work executed at reasonable rates through any other agency but at the contractor's cost and also to recover from the contractor's bills as liquidated damages 5% of the value of the work left incomplete on due dates.

7. DELAY OF WORK BY CONTRACTOR AND EXTENSION OF TIME :

a) If the contract be delayed at any time in progress of the work by any act or cause beyond the contractor's control or by delay authorised by the Chief General Manager (Civil) or his authorised representative, then the time of completion shall be extended for such reasonable time as the Chief General Manager (Civil) or his authorised representative may decide.

In order to determine the above, a hindrance register will be maintained which will be jointly signed by both the parties (Company and Contractor). The delays will be determined solely on the basis of this register and

SIGNATURE OF THE CONTRACTOR

37

that any refusal on the part of the contractor to sign the register would mean that the delay, if it occurs, will be solely attributable to him.

b) OWNER'S RIGHT TO DO WORK : If the contractor should neglect to execute the work properly or fail to perform any provision of this contract the Chief General Manager (Civil) or his authorised representative after three days written notice to the contractor may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then and there, after due to the Contractor (provided that the Chief General Manager (Civil) or his authorised representative shall approve both such action and the amount charged to the contractor).

c) OWNER'S RIGHT TO TERMINATE CONTRACT: If the contractor fails to abide by the conditions of contract, if he should persistently disregard the instructions of the Chief General Manager (Civil) or his authorised representative or if he should be adjudged bankrupt or if he should make a general assignment for the benefit of his creditor, then the Chief General Manager (Civil) without prejudice to any other right of remedy and after giving the contractor Seven days written notice, terminate the contract and take possession of the premises and of all materials etc., and finish the work by whatever method he may deem fit. The Contractor will be responsible for all losses and damages incurred by the Singareni Collieries Company Limited in this respect.

If the contractor fails to complete the work on any reasons and the work is terminated, the amount due to him on account of work executed by him, if payable shall be paid to him, only after due recoveries as per the provisions in the agreement and that too after alternate arrangements to complete the work has been made.

The Chief General Manager (Civil) also reserves the right to terminate the contract at any stage or suspend the work without assigning reasons if in his opinion, it is considered necessary to do so. On receipt of such notice the Contractor shall submit within 24 hours of receipt of the notice at site a complete list of his commitments for settling the same by the company within a period of one month. The Chief General Manager (Civil) may allow up to a maximum of 7 days after issue of the notice for continuing the work to enable using up by the Contractor as far as possible the materials at site or in transit.

8. REPAIRING DAMAGE BY CONTRACTOR:a) The contractor shall promptly remove from the premises all materials condemned by the Chief General

Manager (Civil) or his authorised representative as failing to conform to the contract, whether incorporated in the work or not, and the contractor shall promptly replace and re-execute his work in accordance with the contract and without expense to the company. If the contractor does not remove such condemned work and materials within three days of serving written notice to him, the owner may remove and the expenses of such removal within 10 days time thereafter will be debited to contractor's Account. The owner may upon ten days written notice sell such materials at auction or private sale and shall account for the net proceeds thereof, after deducting all the costs and expenses that should have been borne by the contractor.

b) CORRECTION OF WORK AFTER FINAL PAYMENT :Neither the final certificate nor the payment or any provision in the contract documents shall relieve the contractor of responsibility for faulty materials or workmanship and he shall remedy any defects due there to and pay for any damage to other work resulting where from which shall appear within a period of one year from the date of substantial completion. The Chief General Manager (Civil) or his authorised representative shall give notice of observed defects with reasonable promptness. All questions arising under this article shall be decided by the Chief General Manager (Civil) of the company whose decision will be final and binding on the contractor.

The Earnest Money deposited by the contractor at the time of submitting the tender may be withheld by the Chief General Manager (Civil) for the purpose of this article, which is liable to be forfeited in the event of the contractor not abiding by the decision of the Chief General Manager (Civil) of the Singareni Collieries Company Limited.

9. SUB-CONTRACTS :

No work is to be sub-letted by the Contractor without the express permission in writing of the Chief General Manager (Civil) or his authorised representative, but the Contractor is at liberty to extract task work from his workman.

SIGNATURE OF THE CONTRACTOR

38

9A. CHANGE IN THE CONSTITUTION OF THE CONTRACTING AGENCY

Prior approval in writing of the P.S.V. shall be obtained before any change is made in the constitution of the contracting agency otherwise contract shall be deemed to have been allotted in contravention of clause entitled “ Sub-letting of works” and the same action may be taken and the same consequence shall ensure as provided in the clause of sub-letting of works.

9B. SUB CONTRACOR/ SUB VENDOR:

The contractor should obtain approval well in advance in writing to engage sub-contractor / sub vendor for the purpose of major items of supply or services for the contract work. Such approval will not relieve the contractor from any of his obligations, duties and responsibilities under the contract.

9C. SUB CONTRACTING:

If a contractor submit his bid qualified and does not get the contract because of his being not the lowest, he will be prohibited from working as a sub contractor for the contractor who is executing the contract.

10. ALTERATIONS AND ADDITIONS TO WORK

The Chief General Manager (Civil) or his authorised representative with out invalidating the contract, may order extra work or make changes by altering, adding to or deducting from the work, the payment on this account being adjusted accordingly. All such works will be executed under the conditions of the original contract except that any claim for extension of time caused there by shall be adjusted at the time of ordering such a change. Claim for such an extra work or change shall however be supported by a written order, from the Chief General Manager (Civil) or his authorised representative. The value of such extra work or change by way of addition or deduction shall be determined on the basis of tendered rates of the contractor applicable to actual measurements as certified by the authorised representative of the Chief General Manager (Civil). In items where tendered rates are not applicable the value of work shall be determined on the basis of actual working cost as determined and approved by the Chief General Manager (Civil) before starting the work.

11. CLAIM FOR EXTRA WORK :If the contractor claims that any instructions by drawings or otherwise involve extra cost beyond this

contract, over his tendered rates he shall give a written notice to the 'Company' within a reasonable time and in any event before proceeding to execute the work. No such claim shall be accepted unless so made.

12. DEDUCTIONS FOR UNCORRECTED WORK If the Chief General Manager (Civil) or his authorised representative deem it expedient to correct

work injured or done not in accordance with contract, as equitable deduction base on the method of computing the value of the work in Article 10 above , shall be made from the Contractor's bills.

13. MEASUREMENTS, PAYMENTS, ADVANCE AND DEPOSITS :

a) The contractor shall submit the Running Account/Final Bills for all works costing more than Rs.10.00 Lakhs. For the works which were awarded based on Unit Rate System and also tendered works cost of which is below Rs.10.00 Lakhs, the bills will be recorded by departmental Supervisory staff and will be processed.

Payment will be made within 15 days as far as possible, from the date of the receipt of the bill by the Chief General Manager (Civil)/Area General Manager or his authorized representative.

But all such intermediate payments shall be regarded as payments by way of advance against the final payment only and not as payment for work actually done and completed., and shall not preclude the requiring of bad, unsound and imperfect or unskillful work to be removed and taken away and reconstructed, or be considered as on admission of the due performance of the contract or any part thereof, nor shall it in any way vary or affect this contract or the powers of the Chief General Manager (Civil) or his authorised representative.

b) From these payments 71/2% will be deducted as further security to be held under deposits and refunded to the contractor along with final bill after the Chief General Manager (Civil) or his authorised

SIGNATURE OF THE CONTRACTOR

39

representative has certified the whole work to be completed to his satisfaction. The limit of the above deduction shall be Rupees Fifty thousand for value of works upto Rs.50.00 Lakhs and Rs.1.00 Lakh for value of work above Rs.50.00 Lakhs and after this amount is deducted, no more deductions shall be made towards further security.

a) The contractor will deposit along with the tender a sum amounting to 2% of the value of the contract as Earnest Money. The Earnest Money so deposited shall be refunded 12 months after the Chief General Manager (Civil) or his authorised representative has certified the whole work to be completed to his satisfaction provided that no derangement of the works or failure must be made good at the contractor's expenses to the satisfaction of the Chief General Manager (Civil) before the Earnest Money Deposit is refunded.

b) The contractor shall not be entitled to interest upon any payment, in arrears or upon any balance which may on the final settlement of his account be found due to him.

c) During execution, if any item / items of work is found not as per the specifications given in the tender schedule, a reduced rate will be paid based on the inspection report of the quality control cell and the decision taken by the Chief General Manager (Civil) shall be final and binding on all parties in respect of deciding the above reduced rate without reference or appeal to any other person whatever.

d) For the works costing more than Rs.3.00 Crores the EMD shall be Rs.7.00 Lakhs in the form of DD in addition to a Bank Guarantee for 5% of the amount exceeding over Rs.3.00 Crores (Ex. For the work costing Rs.4.00 Crores the EMD will be Rs.7.00 Lakhs + B.G. for Rs.5.00 Lakhs). There will not be any further recovery in running account bills towards FSD for the works costing more than Rs.3.00 Crores.

SCCL shall release 50% of the above BG amount along with the final bill and the balance 50% of the BG and Rs.7.00 Lakhs (DD) shall be released after defective liability period.

14. EMPLOYMENT OF TECHNICAL STAFF : The contractor shall employ the following minimum technical staff during execution of work.

i) In case of works costing more than Rs.3.00 Crores 3 Graduate Engineers and 3 Diploma Holders are to be employed by the contractor in consultation with Chief General Manager (Civil).

ii) One graduate Engineer and Two Diploma Holders for works costing more than Rs.100.00 lakhsiii) One Graduate Engineer for works costing between Rs.50.00 lakhs to Rs. 100.00 lakhs.iv) One Diploma Holder for works costing between Rs.10.00 lakhs to Rs.50.00 lakhs.

Failure to employ the required technical staff by the contractor would entitle the following amounts of recovery from the contractor.Rs. 3,500/- per men sum for works costing Rs. 100 Lakhs and aboveRs. 2,000/- per men sum for works costing Rs. 50 Lakhs and up to Rs. 100 Lakhs Rs. 1,500/- per men sum for works costing Rs. 10 Lakhs and up to Rs. 50 Lakhs

NOTE:1. The Technical staff should be on full time and available at site whenever required by Chief General

Manager (Civil) or his authorised representative to take instructions.2. The names of the Technical staff to be employed by the contractor should be furnished to the Chief

General Manager (Civil) or his authorised representative.3. In case the contractor is already having more than one work on hand and if he is himself qualified

Engineer and has undertaken to Execute more than one work at the same time, he should employ separate Technical persons on each work.

15. TEMPORARY ROADS ACCOMMODATION FOR LABOUR :

The contractor at his own cost make form and maintain whatever temporary arrangements, such as roads etc., he may require for bringing any material or plant to the work, or arrange for hutment or camping of his labour and staff including sanitation of the Locality and no extra charge will be allowed or paid by the S.C.Co.Ltd., on account of any such arrangements.

16. ASSISTANCE REQUIRED BY THE CHIEF GENERAL MANAGER (CIVIL) OR HIS AUTHORISED REPRESENTATIVE:

The contractor shall provide all assistance required by the Chief General Manager (Civil) or any person deputed by him, in making out or measuring the work, all stacks, pegs, lines and all other apparatus that may be required and the contractor is to execute the above at his own cost and charges.The contractor shall provide all such assistance required by the quality control Engineers and their staff on their inspection to the site at his own cost and charges.

SIGNATURE OF THE CONTRACTOR

40

17. HANDING OVER THE WORK BY THE CONTRACTOR TO THE CHIEF GENERAL MANAGER (CIVIL) FINAL CERTIFICATE:

On completion of the work the Contractor shall be furnished with a certificate by the Chief General Manager (Civil) or his authorised representative of such completion, but no such certificate shall be given, nor shall the work be considered to be completed until the contractor shall have removed from the premises, all scaffolding materials and rubbish.

18. SUPPLY OF LABOUR :

If the contractor is required to supply daily labour for any work not provided in the estimates, he should do so on an order from the Chief General Manager (Civil) or his authorised representative in writing and must see that muster rolls maintained by him are duly verified at once by an agent appointed by the Chief General Manager (Civil) otherwise claims subsequently preferred by the contractor in absence of this verification will not be admitted. Payment for all such supply of labour on muster basis will be made at schedule rates.All labour employed on muster basis or employed on contract basis shall be deemed as Contractor’s staff and no benefit granted to colliery labour shall apply.

19. INSPECTION OF WORKS :The Chief General Manager (Civil) and his authorised representative shall at all times have access to the work whether it is in preparation or progress and the contractor shall provide proper facilities for such, access and for inspection. Inspections required by the specifications shall be promptly made by the Chief General Manager (Civil) or his authorised representative and where practicable at the source of supply.Re-examination of questioned work may be ordered by the Chief General Manager (Civil) or his authorised representative and if so ordered the work must be uncovered by the Contractor. If such work be found in accordance with the contract documents the owner shall pay the cost of re-examination and replacement. If such work be found not in accordance with contract documents the contractor shall pay such cost.

20. SETTLEMENT OF DISPUTES :Any dispute or difference of opinion arising between the Chief General Manager (Civil) or his authorised representative and the contractor in respect of the drawings specifications , measurements, manner of executing or anything connected with the work, not specially provided for herein under the specifications or in respect of the meaning of any clause of these General conditions shall be adjudicated by the arbitrator nominated by C&MD., of SCCL for the disputes costing up to Rs.50,000/- and shall be binding on all parties without any reference or appeal to any other person whatever.

However, the claims above Rs.50,000/- in value shall be decided by 'CIVIL COURT' of competent jurisdiction and not by arbitration.

The parties raising the dispute shall request the C&MD of the Company to nominate an Arbitrator. If C&MD of the company does not nominate an arbitrator within one month of receipt of notice, the arbitration agreement automatically lapses. The parties have to approach 'CIVIL COURT' of competent jurisdiction for deciding the claims.

21. CORRELATION WITH OTHER AGENCY OR CONTRACTOR :

During the period of contract, if any special jobs are required to be done through any other agency or through the department, the Contractor will have to co-ordinate his activities with those of the other agency or department.

22. BRIBES ETC .The Contractor or any one on his behalf shall not canvas, pay, give or offer reward of gratuity to any employees of S.C.Co.Ltd., or else the Chief General Manager (Civil) will be at liberty to cancel the contract and forfeit the two percent cash security lodged with his tender.

23. ACTION WHERE NO SPECIFICATION :In the case of any class of work for which there is no mention in the A.P. Detailed standard specifications, the work shall be carried out in all respects in accordance with the instructions and requirements of the Chief General Manager (Civil) or his authorised representative.

SIGNATURE OF THE CONTRACTOR

41

24. APPLICATION OF WORKMEN'S COMPENSATION ACT AND OTHER LABOUR LEGISLATIONS:

In every case in which by virtue of provisions of section 12; Sub-Section (1) of the Workmen's Compensation Act, 1923, the Company is obliged to pay compensation to a workmen employed by the Contractor in execution of the works, the company will recover from the Contractor the amount of the compensation so paid and without prejudice to the rights of the company under section, 12, sub-section (2) of the said Act; the Company shall be at liberty to recover such amount of any part thereof by deducting it from the Security Deposit or from any sum due by the Company to the Contractor whether under this contract or otherwise.

The company shall not be bound to contest any claim made against it under Section-12, Sub-section (1) of the said Act, except on the written request of the Contractor or upon his giving to the company full security for all costs for which the company might become liable, in consequence of contesting such claim.The contractor shall conform to the provisions of any Government Acts which relate to works and to the regulations and by-laws of any local authorities. The contractor shall give all notices required by the said acts or bye-laws etc., and pay all fees payable to such authorities.

It shall be the responsibility of the Contractor to strictly adhere to all the requirements under the labour laws and other enactments as may be applicable to labour from time to time.It is mandatory for the contractor to comply with the provisions of the Coal Mines Provident Fund Scheme OR Employees Provident Fund Scheme, as applicable to the contract labour engaged in the subject work and accordingly the contractor shall have applied for registration with the Asst/Regional Provident Fund Commissioner and obtained an independent Provident Fund Code Number allotted by the Asst/Regional Provident Fund Commissioner.

25. The contractor shall possess a license as required under contract Labour (Regulation and abolition) Act, 1970 and Contract labour (Regulation and Abolition) Central Rules 1971 and satisfy all the provisions of the Act.

Responsibility of the Contractor to implement provisions of Minimum Wages Act : The Contractor shall pay minimum wages to his workers as prescribed by the State Government from time to time under the payment of Minimum Wages Act, 1948. It shall be the responsibility of the Contractor to quote his rates to the present work taking the future enhancement of minimum wages by the State Government while submitting his quotation.

The Contractor is not entitled to claim any compensation from the Company due to enhancement of minimum wages during the subsistence of contract and its extended period.

26. On award of the work, if the contractor fails to execute the work within the stipulated time, or fails to show substantial progress as per the programme submitted by contractor at the time of Agreement on various items of work given in schedule of quantities, the SCCL is at liberty to order the contractor to discontinue the work forthwith and the company shall recover liquidated damages, difference in cost of the work left incomplete as per the prevailing rates, confiscate the Earnest Money Deposit & Further Security Deposits paid on the work. Such recoveries will be deducted from the bills payable to the contractor. If the amounts of pending bills are not sufficient to meet the recoveries the SCCL is at liberty to recover from amounts either held by SCCL or due for payment including pending bills of other works of this contractor with the SCCL and also Solvency paid at the time of registration.

27. DEFINITIONS . a) The contract documents consist of the Agreement, the General Conditions of Contract, the Drawings and

specifications including all modifications thereof incorporated in the documents before their execution and the programme of work. These form the contract.

b) The contractor and the Chief General Manager (Civil) or his authorised representatives are those mentioned as such in Agreement; They are treated throughout the contract documents as if each were of the singular member.

c) The term sub-contract as employed herein includes only those having a direct contract with the contractor and it includes one who furnished materials worked to a special design, according to plans on specifications of work, but does not include one who merely furnishes materials not so worked.

Contract Sum means the awarded value of the work including all deviations. All the terms and conditions mentioned in the tender documents are equally applicable to the items carried out as deviations.d) Written notice shall be deemed to have been duly served if delivered in person to the individual or to

member of the Firm or to an officer of the corporation for whom it is intended or if delivered to or sent by registered post to the last business address known to him who gives the notice.

SIGNATURE OF THE CONTRACTOR

42

e) The term "Work" of the contractor or sub- contractor includes labour or material or both.f) All the time limits stated in the Contract Documents are of the essence of the contract.g) The existing laws in the area where the contract work is undertaken will be applicable to the Contractorh) "Company" or S.C.Co.Ltd., means, the Singareni Collieries Company Limited, P.O. Kothagudem Collieries

represented by the Chief General Manager (Civil).

i) Chief General Manager (Civil) means the Engineer Employed by the Singareni Collieries Company Limited, incharge of the Buildings and Civil Engineering Department of the Singareni Collieries Company Limited.

j) "Owner" means the Chief General Manager (Civil) of S.C.Co.Ltd.N.B.: For the works where the Chief General Managers conclude the agreement with the contractor the word Chief General Manager (Civil) on the above pages may be read as Chief General Manager.

BANK GUARANTEE FOR EARNEST MONEY FOR THE PURPOSE OF CONSIDERING THE TENDER

B.G.No:DATE:

In Consideration of the Singareni Collieries Company Limited (Here in after called ‘THE COMPANY’) having agreed to accept from Shri._____________________ ___________________ Contractor _______________________________ (Hereinafter called ‘THE TENDERER’) Earnest Money for Rs.____________ in the form of guarantee for tendering against the work of __________________ ______________________________________ under the terms and conditions for tendering against the work of _____________________________________________

SIGNATURE OF THE CONTRACTOR

43

__________________________________________________ under the terms and conditions of Tender Notice No._______________________________________ Dated: _____________ (hereinafter called ‘THE TENDER’) and for the due observance by the said tenderer of the stipulation to keep the offer open for acceptance for a period of FOUR MONTHS from the date of opening of tenders and deposit the Earnest Money in cash or F.D.R of any BANK OR GOVERNEMENT SECURITIES for the said amount as Security for the due and faithful fulfillment of the Contract on acceptance of the tender.

We, _________________________ Bank, Branch ____________________________ do hereby undertake to pay on demand to the S.C.Co.Ltd., without any reference to the tenderer the sum of Rs. _________________ in the event of the tenderer having incurred forfeiture of earnest money aforesaid for the breach of any of the terms and conditions of the stipulations aforesaid and contained in the said tender, under an order of the authority competent to invite the tender.

We, ________________________ (the Bank) further agree that if the demand is made by the Company for honouring the bank guarantee constituted by those presents, we ___________________________________ (The Bank) have no right to decline the same for any reasons whatsoever and shall pay the amount within a week of the date of such demand.

We, ________________________ (the Bank) further agree that a mere demand by the Company is sufficient for us to pay the amount covered by the Bank Guarantee in the manner and within the time period of FOUR MONTHS form the date of opening of Tenders without reference to the tenderer and no protest by the said tenderer can be valid ground for us to decline or fail or neglect to make payment to the company in the manner within the time aforesaid.

We, _______________________ (The Bank), Branch _____________________ ______________________ further agree that the guarantee herein contained shall remain in full force and effect till the authority Competent to invite the tender discharges the guarantee subject however that the company shall have no right under this Bond after the expiry period of FOUR MONTHS from the date of opening the tender and our liability under the bond shall be discharged if the demand for payment is not made within this period.

We, _____________________________________ (The Bank), Branch ______________ ________________________________________ lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Company in writing.

Dated: ___________________________________________________ Day of ________ ________________________________________ for ___________________________ Bank Limited.

SIGNATURE OF THE CONTRACTOR

44

For _________________________Bank

Branch Manager / Officer

SIGNATURE OF THE CONTRACTOR

45