Anda di halaman 1dari 77

INDEX

I Bid Document
1. Introduction
2. Contract Arrangements
3. Proposals
4. Submission of proposals
II PRICE BID
1. Submission of proposals (online & offline)
2. Proposals evolution
3.Price bid opening
4. Acceptance of Technical proposals
5. Bid Validity
6. Terms of payment
7. Facilities to be provided by the client
8. Facilities to be provided by the consultants
9. Implantation and Enforcement arrangements
10. Duration of work
11. Comments by the consultant
III Appendix A Terms of Reference
IV Appendix B Formation for Technical proposal
B1 Technical proposal for submission
B2 Firm reference
B3 Comments and suggestions of consultant
B4 Description of Mythology of work plan
B5 Equipment available with consulted in charge
NDT
B6 Team composition and task assigns
B7 Format of CV. of staff to be employee
B8 Time schedule for professional persons
B9 Activity (work) schedules
V Appendix C : Financial proposal
C1 Final proposal submission form
C2 Summary costs
C3 Break down of price activity
C4 Break down of remuneration per activity
C5 Reimbursable cost
C6 Miscellaneous Expenses
VI Standard forms of contracts
I. Form of contract

Sd/- -1- Sd/-


Contractor Executive Engineer
VII GENERAL CONDITIONS OF CONTRACT
1. General Provisions
1.1 Definitions
1.2 Law Governing the Contract
1.3 Language
1.4 Notices
1.5 Location
1.6 Authorised Representatives
1.7 Taxes and Duties

2. Commencement, Completion, Modification,


and Termination of Contact
2.1 Effectiveness of Contract
2.2 Commencement of Services
2.3 Expiration of Contract
2.4 Modification
2.5 Force Majeure
2.5.1 Definition
2.5.2 No Breach of Contract
2.5.3 Extension of Time
2.5.4 Payments
2.6 Termination
2.6.1 By the Client
2.6.2 By the Consultants
2.6.3 Payment upon Termination
3. Obligations of the Consultants
3.1 General
3.2 Conflict of Interest
3.2.1 Consultants Not to Benefit from
Commissions, Discount
3.2.2 Consultants and Affiliates Not to Be
Otherwise
Interested in Project
3.2.3 Prohibition of Conflicting Activities
3.3 Confidentiality
3.4 Insurance to be taken by the
Consultants
3.5 Consultants Actions Requiring
Clients Prior Approval
3.6 Reporting Obligations
3.7 Documents Prepared by the
Consultants to be the property
of the client.
4. Consultants Personnel
4.1 Description of Personnel
4.2 Removal and/or Replacement of
Personnel
5. Obligations of the Client
5.1 Change in the Applicable Law
5.2 Services and Facilities
6. Payments to the Consultants

Sd/- -2- Sd/-


Contractor Executive Engineer
6.1 Lump Sum Remuneration
6.2 Contract Price
6.3 Payment for Additional Services
6.4 Terms and Conditions of Payment
6.5 Interest on Delayed Payments
6.6 Penalties

7. Settlement of Disputes

VIII SPECIAL CONDITIONS OF CONTRACT


Annexure
Annexure B – Reporting Requirements
Annexure C – Key Personnel and Sub
consultants
Annexure D – Breakup of Contract Price in
Indian Rupees
Annexure E- Services and facilities provided
by clients
Annexure F – Form of Bank Guarantee for
Advance Payment
Annexure G - Testing facilities required in
Laboratories
Tests & Frequencies
Tests required to be conducted.

Sd/- -3- Sd/-


Contractor Executive Engineer
Karnataka Neeravari Nigam Limited
(A Government of Karnataka Enterprise)

TENDER FACE SHEET

(TO BE FILLED AT THE TIME OF ISSUE OF TENDER DOCUMENT)

1. NAME OF WORK Third party inspection for Modernisation of


Tunga Anicut canal network system from km
34.00 to km 101.60km and Distributories from
Dy No 26 to 62 including Structures of TLBC
and from ch 26.00km to km 53.80 and
distributories from Dy no 22 to 38A including
structures of TRBC package-2

2. Tender schedule sold to


3. Whether the contractor has
registered in KPWD/enrolled in KNNL.: Yes

4. Category of contractor : Category I

5. Last date for issue of blank tender


document to the contractor

6. Last date for receipt of completed :


tender document

7. Date of opening of tender :

Accounts Superintendent Executive Engineer


KNNL, QC Division, UTP KNNL, QC Division, UTP
Shimoga Shimoga

Sd/- -4- Sd/-


Contractor Executive Engineer
TO BE FILLED AT THE TIME OF OPENING OF THE TENDERS

1. Whether the contractor has : D.D/Banker’s Cheque/Bank


Guarantee
remitted the required E.M.D.
or not, and how?

2. No. and date and amount of DD/


Banker’s Cheque/Bank Guarantee
:

3. Name of Bank :

4. Validity Period :
5. Whether the contractor fulfills all
the conditions of EMD.
:
6. Whether the tenderer fulfills all the
conditions of Tender Notice and
conditions of contract etc.
:
7. Whether counter conditions if any
are put by the contractor
:
8. Recommendations of the Executive
Engineer for processing of the tender
:
Opened by me on this day

Total No. of corrections in the tender

Place: EXECUTIVE ENGINEER


Date: KNNL, QC Division, UTP
Shimoga

Sd/- -5- Sd/-


Contractor Executive Engineer
PÀ£ÁðlPÀ ¤ÃgÁªÀj ¤UÀªÀÄ ¤AiÀÄ«ÄvÀ
(PÀ£ÁðlPÀ ¸ÀPÁðgÀzÀ GzÀåªÀÄ)
PÁAiÀÄð¥Á®PÀ EAf¤AiÀÄgïgÀªÀgÀ PÀZÉÃj
PÀ¤Ã¤¤, UÀÄt ¤AiÀÄ0vÀæt «¨sÁUÀ,
vÀÄ.ªÉÄÃ.AiÉÆÃ, ²ªÀªÉÆUÀÎ
¢£ÁAPÀ:................
¸ÀAQë¥ÀÛ mÉAqÀgï ¥ÀæPÀluÉ
ªÀåªÀ¸ÁÜ¥ÀPÀ ¤zÉÃð±ÀPÀgÀÄ, PÀ£ÁðlPÀ ¤ÃgÁªÀj ¤UÀªÀÄ
¤AiÀÄ«ÄvÀ EªÀgÀ ¥ÀgÀªÁV F PɼÀUÉ £ÀªÀÄÆ¢¹zÀ PÉ®¸ÀUÀ½UÉ
PÀ£ÁðlPÀ ¸ÀPÁðgÀzÀ ¯ÉÆÃPÉÆÃ¥ÀAiÉÆÃV E¯ÁSÉAiÀÄ°è
£ÉÆÃAzÁ¬Ä¸À®àlÖ/ PÀ£ÁðlPÀ ¤ÃgÁªÀj ¤UÀªÀÄ ¤AiÀÄ«ÄvÀzÀ
DAiÉÄÌ¥ÀnÖAiÀÄ°è ¸ÉÃjgÀĪÀ UÀÄwÛUÉzÁgÀjAzÀ ªÉƺÀgÁzÀ
±ÉÃPÀqÁ ªÁgÀÄ mÉAqÀgïUÀ¼À£ÀÄß ¤UÀ¢ü¥Àr¹gÀĪÀ ¥Àæ¥ÀvÀæzÀ°è
¢é¥ÀæwUÀ¼À°è PÀgÉAiÀįÁVzÉ.
mÉAqÀgï ¥ÀĸÀÛPÀUÀ½UÉ Cfð ¹éÃPÀj¸ÀĪÀ ºÁUÀÆ SÁ° mÉAqÀgï
¥ÀĸÀÛPÀUÀ¼À£ÀÄß PÉÆqÀĪÀ ªÀÄvÀÄÛ ¥ÀÆwðUÉƽ¹zÀ
mÉAqÀgïUÀ¼À£ÀÄß ¹éÃPÀj¸ÀĪÀ PÀZÉÃj F PɼÀV£ÀAvÉ
EgÀÄvÀÛzÉ.
1. PÁAiÀÄð¤ªÁºÀPÀ EAf¤AiÀÄgï, UÀÄt ¤AiÀÄ0vÀæt «¨sÁUÀ
vÀÄ.ªÉÄÃ.AiÉÆÃ, ²ªÀªÉÆUÀÎ
2. ªÀÄÄRå EAf¤AiÀÄgï vÀÄ.ªÉÄÃ.AiÉÆÃ, ªÀ®AiÀÄ ²ªÀªÉÆUÀÎ
3. PÉÃAzÀæ PÀZÉÃj, PÀ.¤Ã.¤.¤. ªÁ°ä PÀlÖqÀ, ¨ÉîÆgÀÄ- ¨É¼ÀUÁA
gÀ¸ÉÛ, zsÁgÀªÁqÀ -580 007.
4. £ÉÆÃAzÁ¬ÄvÀ PÀZÉÃj. PÀ.¤Ã.¤.¤. 4£Éà ªÀĺÀr, PÁ¦üèÉÆÃqïð
©°ÝAUï, qÁ:: CA¨ÉÃqÀÌgï «Ã¢.
¨ÉAUÀ¼ÀÆgÀÄ – 560 001.
PÉ®¸ÀzÀ «ªÀgÀ ªÀÄvÀÄÛ zÀeÉð
P PÉ®¸ÀzÀ ºÉ¸ÀgÀÄ CAzÁd E.JA.r PÀ.¤Ã.¤.¤ DAiÉÄÌ PÉ®¸À
À Ä gÀÆ. ¥ÀnÖAiÀÄ°è ªÀÄÄV¸À
æ. ªÉÆvÀ UÀ¼ UÀÄwÛUÉzÁgÀg ®Ä
¸À Û À°è À ¥ÀAUÀqÀ PÁ®«Äw
A ®PÀë ªÀļÉUÁ
gÀÆ.U ® ¸ÉÃj
À¼À°è

Sd/- -6- Sd/-


Contractor Executive Engineer
1 Third party inspection for 15
Modernisation of Tunga 1£Éà zÀeÉð wAUÀ¼À
Anicut canal network system
ªÀÄvÀÄÛ Ä CxÀªÁ
from ch 34.00 km to 101.60
km and Distributories from ªÉÄîàlÄÖ ¹«¯ï
Dy No 26 to 62 including PÁªÀÄUÁj
Structures of TLBC and ¥ÀÇtðUÉÆ
from ch 26.00 km to km53.80 ¼ÀÄîªÀ
and distributories from dy no ªÀgÉUÉ
22 to 38A including structures
of TRBC package-2
¸ÀÆZÀ£É:
mÉAqÀgï ¥Àæ¥ÀvÀæUÀ¼À£ÉÆß¼ÀUÉÆAqÀ, mÉAqÀgï
¥ÀĸÀÛPÀUÀ¼À ¨É¯ÉAiÀÄÄ ¥Àæw PÉ®¸ÀPÉÌ PɼÀPÀAqÀAvÉ
EgÀÄvÀÛzÉ.
1. mÉAqÀgï ¥ÀĸÀÛPÀUÀ¼À ¨É¯É gÀÆ F-
¥ÉÇæPÀÆågïªÉÄAmï £ÀAvÉ
2. PÀ£ÁðlPÀ ªÀiÁgÁl vÉjUÉ gÀÆ.......................
3. ¸ÀgïZÁeïð gÀÆ.....................
MlÄÖ ¨É¯É gÀÆ .

1) F ºÀtªÀ£ÀÄß ‘PÀ£ÁðlPÀ ¤ÃgÁªÀj ¤UÀªÀÄ ¤AiÀÄ«ÄvÀ’ zÀ ºÉ¸Àj£À°è


s ²ªÀªÉÆUÀÎ ¥ÁªÀwAiÀiÁUÀĪÀAvÉ, gÁ¦ÖçÃPÀÈvÀ/ ±ÉqÀÆå¯ïØ
¨ÁåAPïUÀ½AzÀ ¥ÀqÉzÀ rªÀiÁåAqï qÁæ¥ïÖ CxÀªÁ ¨ÁåAPÀgïì ZÉPï
ªÀÄÆ®PÀ ¸ÀAzÁAiÀÄ ªÀiÁqÀ¨ÉÃPÀÄ. (mÉAqÀgï ¥sÁgÀAUÁV ªÀÄ£À«
¹éÃPÀj¹zÀ £ÀAvÀgÀ ºÀtªÀ£ÀÄß ªÀÄgÀ½ PÉÆqÀ¯ÁUÀĪÀÅ¢®è).
2) SÁ° mÉAqÀgï ¥sÁgÀAUÀ½UÁV ªÀÄ£À« ¹éÃPÀj¸ÀĪÀ ¢£ÁAPÀ/
PÉÆ£ÉAiÀÄ ¢£ÁAPÀ: 05.12.2011 ¸ÁAiÀÄAPÁ®
5:00 pm gÀªÀgÉUÉ.
3) SÁ° mÉAqÀgï ¥sÁgÀAUÀ¼À£ÀÄß ¥ÀqÉAiÀÄĪÀ ¢£ÁAPÀ 05.12.2011
gÀªÀgÉUÉ
4) ¥ÀÆwðUÉƽ¹zÀ mÉAqÀgïUÀ¼À£ÀÄß ¸À°è¸ÀÄªï ¢£ÁAPÀ: 05.12.2011
gÀAzÀÄ ¸ÁAiÀÄAPÁ® 4:00 pm gÀªÀgÀUÉ
5) mÉAqÀgïUÀ¼À£ÀÄß UÀÄt¤AiÀÄAvÀæ£À «¨sÁUÀ PÀZÉÃj. PÀ.¤Ã.¤.¤.
vÀÄA.ªÉÄÃ.AiÉÆÃ, ²ªÀªÉÆUÀÎ. gÀ°è ¢£ÁAPÀ: 07.12.2011 gÀAzÀÄ
¨É½UÉÎ 11:00 UÀAmÉUÉ vÉgÉAiÀįÁUÀĪÀÅzÀÄ.
6) n¥ÀàtÂAiÀÄ°è w½¹gÀĪÀ ¢£ÁAPÀUÀ¼ÀÄ ¸ÁªÀðd¤PÀ gÀeÁ
¢£ÀªÁzÀ°è CxÀªÁ ºÁUÉ WÉÆö¹zÀ°è D
¢£ÀUÀ½UÉ §zÀ¯ÁV ªÀÄÄA¢£À PÉ®¸ÀzÀ ¢£ÀªÀÅ
C£ÀéAiÀĪÁUÀĪÀÅzÉAzÀÄ w½AiÀĨÉÃPÀÄ.
7) UÀÄwÛUÉzÁgÀjUÉ ºÉaÑ£À ªÀiÁ»w ¨ÉÃPÁzÀ°è PɼÀUÉ ¸À»
ªÀiÁrgÀĪÀ PÁAiÀÄð¤ªÁºÀPÀ EAf¤AiÀÄgïgÀªÀgÀ

Sd/- -7- Sd/-


Contractor Executive Engineer
PÀZÉÃjAiÀÄ°è, PÀbÉÃj ªÉüÉAiÀÄ°è ¥ÀqÉAiÀħºÀÄzÀÄ.
8) E.JA.r ªÉÆvÀÛªÀ£ÀÄß F-¥ÉêÉÄAmï gÀÆ¥ÀzÀ°è GzÁ: PÉærmï PÁqïð,
£ÉÃgÀ ¥ÁªÀw, J£ï.E.J¥sï.n, M.n.¹, ‘PÀ£ÁðlPÀ ¤ÃgÁªÀj ¤UÀªÀÄ
¤AiÀÄ«ÄvÀ’ zÀ ºÉ¸Àj£À°è ²ªÀªÉÆUÀÎzÀ°è ¥ÁªÀwAiÀiÁUÀĪÀAvÉ
¥ÀqÉzÀÄ ®UÀwÛ¹gÀ¨ÉÃPÀÄ. ªÀÄvÀÄÛ E.JA.r AiÀÄ ¹AzsÀÄvÀéªÀÅ
(ªÁå°rn) mÉAqÀgï vÉgÉAiÀÄĪÀ ¢£ÁAPÀ¢AzÀ 180 ¢£ÀUÀ¼ÀªÀgÉUÉ
ZÁ°ÛAiÀÄ°ègÀ¨ÉÃPÀÄ. E.JA.r ®UÀwÛ¸ÀzÉà ºÁQgÀĪÀ
mÉAqÀgïUÀ¼À£ÀÄß wgÀ¸ÀÌj¸À¯ÁUÀĪÀÅzÀÄ.

9) PÉ®¸ÀPÉÌ ¨ÉÃPÁUÀĪÀ d«ÄãÀÄ J¯Éè°è ¤UÀªÀÄ¢AzÀ (¨sÁUÀ±À:


CxÀªÁ ¥ÀÆtðªÁV)
¸Áé¢üãÀ¥Àr¹PÉÆAr®èªÉÇà CAvÀºÀ d«ÄäUÀ¼À ¨sÀÆ
ªÀiÁ°ÃPÀjAzÀ ¤UÀªÀÄPÉÌ MA¢µÀÆÖ ºÉaÑUÉ DyðPÀ
ºÉÆgÉAiÀiÁUÀzÀAvÉ M¦àUÉ ¥ÀvÀæUÀ¼À£ÀÄß, PÉ®¸ÀUÀ¼À£ÀÄß
¥ÁægÀA©ü¸ÀĪÀÅzÀQÌAvÀ ªÀÄÄAZÉ ¥ÀqÉzÀÄ, PÁªÀÄUÁj
PÉÊUÉƼÀÄîªÀÅzÀÄ. UÀÄwÛUÉzÁgÀgÀ dªÁ¨ÁÝjAiÀiÁVgÀÄvÀÛzÉ
ªÀÄvÀÄÛ PÁAiÀÄð¤ªÁºÀuÉUÉ d«ÄãÀÄ ¹UÀzÉà EgÀĪÀ §UÉÎ
AiÀiÁªÀÅzÉà vÉgÉ£ÁzÀ PÉèöʪÀÄÄUÀ¼À£ÀÄß
¥ÀjUÀt¸À¯ÁUÀĪÀÅ¢®è ºÁUÀÆ ¥ÁªÀwAiÀÄ£ÀÄß CxÀªÁ
¥ÀjºÁgÀªÀ£ÀÄß ¥ÀqÉAiÀÄ®Ä UÀÄwÛUÉzÁgÀjUÉ ºÀPÀÄÌ
EgÀĪÀÅ¢®è.
10) PÀ£ÁðlPÀ ¤ÃgÁªÀj ¤UÀªÀÄ ¤AiÀÄ«ÄvÀzÀ°è ¨sÁj PÁªÀÄUÁjUÀ¼ÁzÀ
CuÉPÀlÄÖ, ¨ÁågÉÃeï KvÀ ¤ÃgÁªÀj
PÁªÀÄUÁj, UÉÃmïUÀ¼ÀÄ EvÁå¢UÀ¼À ªÉÆvÀÛªÀ£ÀÄß
ºÉÆgÀvÀÄ¥Àr¹ M§â UÀÄwÛUÉzÁgÀ£À PÉÊAiÀÄ°ègÀĪÀ MlÄÖ
PÁªÀÄUÁjAiÀÄ ªÉÆvÀÛ gÀÆ. 20 PÉÆÃnUÀ¼À£ÀÄß
«ÄÃgÀ¨ÁgÀzÀÄ.

PÁAiÀÄð¥Á®PÀ EAf¤AiÀÄgï,
PÀ¤Ã¤¤, UÀÄt
¤AiÀÄ0vÀæt «¨sÁUÀ,
vÀÄ.ªÉÄÃ.AiÉÆÃ,
²ªÀªÉÆUÀÎ

KARNATAKA NEERAVARI NIGAM LTD.,

BID DOCUMENTS

FOR Consultancy to Provide Third Party Inspection

Sd/- -8- Sd/-


Contractor Executive Engineer
And Quality Assurance on Tunga Modernisation Projects

1. Introduction

The Government of Karnataka proposed to complete all important


ongoing projects as well as some of contemplated new projects in next two to
five years to create additional irrigation potential. Modernization of Tunga
projects has been undertaken during December 2015. In order to attain the
best and sustainable quality of construction in these projects, the Govt.,
intends to appoint third party Quality Assurance teams to work in
coordination with the Project Engineering Team.

Bid proposals are invited from firms on e-procurement platform (Both


Technical proposal and Financial Proposal) for providing third party
inspection and quality assurance on work relating to these projects. Proposal
in response could form the basis for final discussions and ultimately contract
between the firm & Managing Director, K.N.N.L. Bangalore.

2. Contract Arrangements

Managing Director, K.N.N.L. Bangalore of Karnataka proposes to split


these works into certain number of packages. Each package will consist of a
part of a project or combination of surrounding projects. Please note that, The
Managing Director, KNNL, Bangalore, reserves the right to appoint one firm
or two, for all projects and also to vary the number of packages in each
contract. It is expected that the successful firms will each open an office
and Laboratory in a centrally located place in each project area.

3. Proposals
To enable you to submit a proposal, please find enclosed the terms of
reference (TOR) for this work at Appendix A. This includes the purpose and
scope of the work, the envisaged tasks, the expertise and inputs, the reporting and
timings and the payment schedule. You are requested to submit.

 One technical proposal; and


 One financial proposal
These shall be submitted on e-procurement platform only, well within the
stipulated time. These procedures and formats must be strictly adhered to. Any other
formats may render your bid invalid.

Sd/- -9- Sd/-


Contractor Executive Engineer
Technical proposal – Technical bid shall be opened first and evaluated. The
intending bidder shall furnish the documents as indicated in cover-I under
Notification There after cover-II i.e Financial bid of only those bidders whose
technical bids are accepted as eligible & subject to condition that the Electronic
EMD payment is confirmed in the E-tender portal.

Financial Proposal – The Financial Bid shall indicate the amount offered by
the bidder for completion of the work on percentage basis based on scope of work,
specifications, Schedule-B of the contract form and shall inclusive of all taxes and any
other duties as per prevailing government orders.
The bidder shall ensure credit of tender processing fee and EMD into the
respective receiving Bank Accounts of e-procurement on or before the last date of bid
submission.

Submission of Proposals:
Proposals should be submitted on e-procurement platform only. Intending bidders
can contact the respective unit i.e., tender calling officer for any clarification /
information on any working day during the working hours.
The bidder should quote their contract price at the prescribed places only.
The bidder shall sign on all documents uploaded by him owning responsibility for
their correctness / authenticity. Incomplete Tenders are liable for Rejection

PRICE BID
Works
Tender No. : Tender Type:

Sd/- - 10 - Sd/-
Contractor Executive Engineer
Name of work: Third party inspection for Modernisation of Tunga Anicut canal
network system from km 34.00 to km 101.60km and Distributories from Dy No 26 to
62 including Structures of TLBC and from ch 26.00km to km 53.80 and distributories
from Dy no 22 to 38A including structures of TRBC package-2

To,
Dear Sir,

We, the under signed, examined the Conditions of Contract, Specification,


Special conditions of Contract, Basic parameters of the proposed Scheme and
subsequent Addendums for the above mentioned works. We have examined,
understood and checked these documents and have ascertained that there is no
ambiguity in the Employer’s requirements. We accordingly offer to for the lump
sum price as given here under. We agree to take up the work as per the
Employer’s requirements at a lump sum price of Rs.

Lump sum price of Rs..................................... (In figures) inclusive of all Taxes.


We agree to abide by this Tender until and it shall remain binding upon us and
may be accepted at any time before the date. If this offer is accepted we will
provide the specified performance security, commence the work within 15 days
from the date of issue of letter of acceptance and complete the work in
accordance with the above named documents with in the period stipulated for
completion. We guarantee that the works will then confirm with the
performance security included in the tender. We understand that you are not
bound to accept the lowest or any tender you may receive.

Name of the authorized:-

Signatory:-

1. Submission of proposals
Your completed technical and financial proposal must be submitted on e-

Sd/- - 11 - Sd/-
Contractor Executive Engineer
procurement platform only on or before ………. PM on ……………….. to be
valid for opening of the technical bid .
No reasons what so ever will be entertained for any delay in submission of financial
and technical proposals, be it due to jamming of web site or any others.
If the proposal is submitted in any other arrangement, the bid will be rejected.
Technical and financial proposals will be written in English.

The client reserves the right to extend the deadline for the submission of proposals.

2 Proposal Evaluation
Technical Bid (cover-I) will be opened first. The evaluation of Pre
qualification will be done based on the information provided by the bidder as per
the documents uploaded through E-portal.The correctness of the uploaded
documents will be verified if necessary.

3. Price Bid Opening:

3.1 At the specified date and time, after approval of technical bid the price bids cover-
I of all the bidders will be opened online by the Executive Engineer KNNL, Quality
Control Shimoga at Circle office, Shimoga only for those bidders who qualifies the
technical bid

3.2 Only the Price Bids of qualified Tenderers satisfying the eligibility criteria shall
be opened in the presence of the qualified Tenderers or their authorized
representatives present on the date and time fixed. The bid offers are read out and
minutes recorded and the signatures of the Tenderers present are taken in the minutes.

3.3 The Price Bid of the Unqualified Tenderers will not be opened.

3.4 Tenders shall be scrutinized in accordance with the conditions stipulated in the
Tender document. In case of any discrepancy of non-adherence Conditions the
Tender accepting authority shall communicate the same which will be binding both
on the tender Opening authority and the Tenderer. In case of any ambiguity, the
decision taken by the Tender Accepting Authority on tenders shall be final.
3.5 Award of Contract :-
The tender evaluation committee will award the work after examination of the technical

Sd/- - 12 - Sd/-
Contractor Executive Engineer
and price bid.
4. Acceptance of technical personnel
Discussion shall commence with analysis of your technical proposal, the
proposed methodology (work plan), staffing pattern and any suggestions you may
have made to improve the TOR. Agreement shall then be reached on the final
activities, staff, and periods in the field and in the home office, logistics and
reporting. Special attention shall be paid for optimising the required outputs from
the consultants within the available budget and to defining clearly the inputs
required from the client to ensure satisfactory implementation of the assignment.
KNNL is mobilizing funds by public borrowings and is expected to exercise
prudence in their expenditure. The client is therefore concerned with the
reasonableness of a firm’s financial proposal and during discussion expects to be
able to review data supporting the firm’s rates.
The Contractor/Consultant whose Tender is accepted shall execute the
agreement within 7days from the written intimation of acceptance of
Tender.Additional 30 days may be allowed with a penalty of 0.5% of Contract
value.

5 Bid Validity
You are requested to hold your proposal valid for 180 days from the date of
submission, during which time you will maintain, without change the personnel
proposed for the assignment. The client is not bound to accept any change of the
proposals submitted.No interest will be paid by the KNNL on the EMD

6 Terms of Payment
This is contained in section 8 of Appendix A and clause 6.4 of General
Conditions of Contract. Payment shall be recommended within 30 days of receipt
of the invoice and the relevant documents specified above and within 45 days in the
case of the final payment.

Sd/- - 13 - Sd/-
Contractor Executive Engineer
7 Facilities To Be Provided By The Client
The client shall make the following available to the consultant for the
duration of the consultancy assignment:
Access to all data, including documents, reports, and maps, and permissions to
enter works and offices, location of work sites, ensuring the presence of field
engineers and contractor/ his representatives during the field visits and training as
appropriate and necessary to undertake the work at project levels. The consultants
shall discuss these requirements with the client or his designate and the concerned
Project Engineer/Executive Engineer.

8. Facilities to Be Provided By the Consultant


The consultant shall include in the financial proposal all items necessary to complete
the work and outputs, as defined in Appendix A, in a manner satisfactory to the client.

9. Implementation and Enforcement Arrangements

The KNNL, will select a senior engineer who will be responsible for day-to-day liaison
with the consultants. The consultant is expected to work closely with the staff in the
projects, particularly the field engineers.
The client will have overall authority in selecting and appointing consultants
monitoring, and approving the work. The consultant shall report to the Executive
Engineer Q.C Division Shimoga and liase closely with appointed counterpart officers
as appropriate.

The consultant shall keep the client fully informed at all times, and should liase
closely at all times with all other relevant state and government agencies involved in
the project, keeping them fully informed as work proceeds.

The client reserves the right to demand change of personnel if the performance
of any personnel is found not satisfactory.
10 Duration of Work

The construction period of the projects is around. 15 months. The contract


period for this QA work will initially be for 15 months. Pending satisfactory
performance this may be extended at the client’s discretion subject to the original
terms and conditions and terms of payments.

Sd/- - 14 - Sd/-
Contractor Executive Engineer
Appendix A: TERMS OF REFERENCE
Third party inspection and quality assurance of works on Tunga Modernisation
Projects
1 Scope of work:
1.0 Preamble: Karnataka Neeravari Nigam Limited has taken up Modernisation of
Tunga Projects.
1.1 Agreements have been entered into with various contractors and preliminary
works are under progress.

1.2 With a view to ensure good quality construction, KNNL has proposed to
introduce an independent agency having expertise in conducting third party
inspection to ensure quality control and quality assurance.

1.3 The scope of work is broadly described as under:


(i) The agency shall be responsible to evolve an overall quality assurance plan
particularly in respect of civil, works related to Modernisation of Tunga
Projects.

(ii) The agency shall engage experienced qualified & approved man power required
to oversee the quality assurance programme for above mentioned Modernisation
of Tunga Projects against requisitions received from Executive Engineer KNNL
Quality Control Division Shimoga/ in charge of above Modernisation of Tunga
Projects.and the CV’s of the persons, Field Engineer Graduates shall be
approved and got cleared by the Executive Engineer, Quality Control Division
Shimoga before agreement.

(iii) The agency is responsible to maintain field laboratories and engage quality
control staff and maintain records of various tests conducted. Further, the
agency shall review the testing facilities available with the contractor and
suggest any additional facilities required.

(iv) The agency shall be responsible to generate quality control documents and
furnish the same to concerned Executive Engineers Tunga Projects and
intimation to E.E KNNL, Quality Control Division Shimoga
(v) The agency shall be responsible to conduct quality audit fortnightly to highlight
the deficiencies noticed and compliance to the same to the knowledge of
Executive Engineer Tunga Projects and intimation to E.E KNNL, Quality
Control Division Shimoga
(vi) The agency shall address all correspondence to Executive Engineer, Quality
Control, Shimoga who in turn informs the contractor in all matters regarding
quality of works.
(vii) The agency shall study the copies of contract agreements entered into with
various contractors to understand the scope of works & general technical
specifications.

Sd/- - 15 - Sd/-
Contractor Executive Engineer
2. Ensuring good quality construction is essential to the objectives of the KNNL,
Companies or private firms are required by the KNNL., to provide third party
inspection and quality assurance for 100% of all works taken up on priority and
contemplated in next 15 months. Hence the KNNL have decided to call in for
bids from the empanelled firms for the same.
3. PURPOSE OF TASK

The prime aim of this task is to improve quality of works through third party
quality assurance of materials and labour and end product for the works. A secondary
aim is to document all the quality assurance activities and reports, test reports of
materials used in construction, test reports of items of on going works, nonconformity
reports, corrective action reports and reports on preventive action taken to reduce
nonconformities. The consultant should suggest alternative steps to improve the
Quality Management Plan of the contractor to bring in the requirements of total
quality management in to construction.
4. SCOPE OF TASK
Quality Assurance consists of all planned and systematic actions necessary to
provide adequate confidence that the project construction work will satisfy specified
requirements for quality. Quality Assurance should serve to provide confidence in the
requirements, which include materials handling and construction procedures,
calibration and maintenance of equipment, construction process control and sampling,
testing and inspection to be performed for these purposes.
The main tasks are:
1. Carry out QA checks on On-Going Works;
2. Carry out QA checks on completed Works.
4.1 Initial study of specifications
i) Quality assurance is the process by which the Govt., assures the quality of
completed work or project. The process starts well before commencement of
construction and includes review of plans and specifications for construct ability
and operability.
ii) Along with cost control, the most important decisions regarding quality of

Sd/- - 16 - Sd/-
Contractor Executive Engineer
completed Project/work are made during the design and planning stages, rather
than during construction. It is during these preliminary stages that component
configurations, material specifications, item wise specifications and functional
performance are decided. Quality assurance during construction consists largely
of ensuring conformance to these original designs and planning decisions.
iii) Quality requirements should be clear and verifiable so that all parties in the
project can understand the requirements for conformance.
iv) The consultant has to participate in design review conference, involving
project engineers and contractors representative and suggest recommend
suitable designs and specifications. The consultant may also have to conduct
site plan-in- hand reviews with field engineers and contractors
representatives.
4.2 Review of Contractors Quality Management Plan(QMP)and suggest
Improvement
The consultant after study of designs, specifications and site plan-in-hand
review, is required to evaluate and establish the contractors QMP requirement,
and see whether the QC organization possess the following standards. It shall
broadly cover the following aspects:
(i) Evaluation of testing and inspection efficiency from the standpoint of
such matters as:
 Effectiveness of procedures;
 Operation efficiency of plant and equipment;
 Adequacy of personnel; and
 Program of records.
(ii) Evaluation of internal assessment from the standpoint of how well QC/QA
system provides for:
 information that is adequate and accurate;
 effectiveness of communication and feedback of quality control decisions to the
operational level; and
 control over all phases of operation.

Sd/- - 17 - Sd/-
Contractor Executive Engineer
a. evaluation of overall performance of various project laboratories from the
standpoint of:
 Procedures being followed;
 Performance of individual laboratories;
 Inter-laboratory testing (it would indicate, whether statistically significant
variations in the test results of cement and concrete samples exist or not)
He should review the contractors QMP and assure whether it satisfies the following
criteria.
i. The plan has to adequately cover control of all features of the contract.
ii. The contractors QMP organizational lines of authority and responsibility are to be
clear
iii. The QMP staff is to be adequately sized to maintain quality and accomplish tests
required.
iv. The persons responsible for each definable feature of work, all tests, submittal,
control and review are to be identified.
v. The QMP staff manager is to be delegated with responsibility and authority. He
should be reporting directly to the highest-ranking contractor’s representative on site
who is responsible for overall management of work/project including quality of work.
vi. The qualifications of contractors QMP staff are to be adequate for the control
and test requirements.
vii. The individual quality control and test duties are to be clearly assigned.
viii. The proposed quality control and test report forms have to include all the
required features and reporting items. These forms have to comply with the specific
requirements established by the contract.
ix. The definable features of work are to be identified for assigning duties to
contractor’s QMP staff. A definable feature of a work is a task which is separate and
distinct from other tasks and has separate control requirements. For example, definable
features for concrete would be form work, reinforcement, placement of concrete
including mix design, finishing and curing etc.
Recommend to the project engineer for acceptance of contractor’s QMP subject to
satisfying all the requirements. However the project engineer will reserve the right to

Sd/- - 18 - Sd/-
Contractor Executive Engineer
ask for revisions to correct unsatisfactory performance of QMP. If revisions to QMP
are made by the contractor after acceptance, the same may have to be reviewed by the
consultant and recommend for acceptance subject to satisfying the requirements.
4.3. Compliance: Procedures and controls are of no significance unless those are
meticulously followed in practice Quality consultant shall endeavour to ascertain
whether or not the planned program is actually being carried out in practice. The
technique of ascertaining this shall be through:

** Inspection and visual observation of works to audit the quality of output i.e.,
concrete lining in place; structural concrete in place etc. and supplementing it
by appropriate tests including coring and testing of cores
** Examination of O.K.Cards.
** Examination of test records and reports of various inputs;
** Perusal of control charts for cement and concrete. These provided
very convenient device to monitor the strength test results of cement
and concrete as also the trend in overall quality of construction

4.3.1. Verification: The Quality consultant shall make a broad review of the facilities
of each laboratory and the associated QC group in order to determine whether
the functions and responsibilities assigned to them are being performed in a
satisfactory manner, specifically to determine:
 Whether the testing and inspection personnel have adequate under standing of
the testing procedures;
 Whether the testing and inspection carried out are adequate as to timeliness and
as to quality;
 Whether adequate corrective actions are being taken to prevent the recurrent use
of defective materials or workmanship;
 Whether the records and reports of testing and inspection maintained are
accurate and complete; and
 Whether these records are checked by the senior officers at regular intervals.
The principal objective of the laboratory system should be to provide reliable

Sd/- - 19 - Sd/-
Contractor Executive Engineer
and accurate testing support and competent inspection to aid the QC/QA
program. Its first task, therefore, is to attain and maintain reliability in the testing
that is carried out. In material testing, accuracy and reliability of results depend
upon:
 Competency of the testing personnel;
 Accuracy of the apparatus and equipment;
 Maintaining special environmental conditions, in which the tests are under
taken, as per those specified in the relevant standards.
 Proper maintenance and periodic calibration of testing machines and equipment.

4.3.2. Carryout Quality Assurance checks on on-going works:


The objective of this task is to ensure the materials, construction works are as per
required specifications and as per IS codes. The emphasis is on continuous
quality standard maintenance, improvement and defect prevention rather than
detection after occurrence. The Quality Assurance system shall provide
continuous control over all activities affecting quality of work. They are expected
to
a) Identify the need for inspections and tests at required stages.
b) Identify during construction inspection points to verify conformance of parts that
may be unverifiable after subsequent operations.
c) Review and update, as necessary, inspection and testing techniques.
d) Identify what rectification works need to be maintained to demonstrate
compliance with specifications and stated requirements and for maintenance of
Quality.
The inspections, testing and verification are to be at these stages.
i) Input materials inspection.
ii) During construction inspection.
iii) Completed component of work inspection.
i) Input materials inspection: This is necessary to ensure that no incoming material
is used until it has been accepted for required specification. This requires trained
personnel and necessary equipment for verification of required specifications and

Sd/- - 20 - Sd/-
Contractor Executive Engineer
to recommend for acceptance.
Clear guide lines may have to be drafted as per specifications and ISI
requirements, indicating inspection requirements, sample plans and acceptable
quality levels. Test results and certificate of conformance are to be furnished to
the engineer-in-charge.
A Corrective Action notice is to be issued by the QA consultant, when material
fails to conform to all requirements of drawing and specification.
The records to be submitted to the engineer-in-charge shall clearly
indicate whether the material has passed or failed, with the stated acceptance
criteria.

ii) During construction Inspections: The following activities are to be performed


during construction.
a) Calibration of testing equipment. The Quality Assurance consultants are
responsible for calibration of all measuring and test equipment within their own
organization. The documentary evidence of equipment calibration status,
frequency of recalibration, etc. is to be submitted to the engineer in charge.
In addition to doing calibration of their own equipment the QA consultants are
expected to verify adequacy and calibration of test equipment, application of
specified test standard and computation of test results.
b) Review contractor’s daily quality control reports to assure that they adequately
document their quality control operations. If reports are not adequate inform the
engineer-in-change the requirement of supplementary reports, the contractor has
to submit reports containing necessary information. The QA consultant will not
alter, sign, initial or approve the contractor’s quality control reports.

c) Spot check contractor’s quality management plan approved submittals.

d) The QA consultant has to conduct QA tests at the job-site to assure acceptability


of the work. In addition to this sufficient number of tests (not less than 5% of the
frequency of the contractor’s Quality Management Plan (QMP)) tests) should be
scheduled to be verified for, QMP test procedures and results. For test procedures,
for which duplicate sampling is appropriate, the contractor shall be required to

Sd/- - 21 - Sd/-
Contractor Executive Engineer
furnish duplicate test specimens of a minimum 10% of the QMP tests. Out of these
duplicate samples a minimum of 25% samples should be tested, and the results
compared to the contractor’s QMP test results, to verify test procedures and results.
The duplicate samples on which QA tests are conducted should not be known in
advance by the contractor, so that the contractor’s QMP staff will not know which
of their QMP test results are subject to verification. The results of QA tests
performed on duplicate samples should be furnished to the engineer-in-charge, who
in turn makes them available to the contractor and discusses with both QA
consultant and contractor in order to reconcile any discrepancies in contractor’s
QMP test results. Testing duplicate samples is part of, not in addition to the
requirement to perform Q.A test. The consultant should organize inter Laboratory
testing of sample with organising laboratories to establish the competence of the
project laboratories with regard to their equipment, test methods and testing
facilities.
He should perform that obligation once in a month so that there is no laxity on the
part of Quality organizations.
e) Monitor contractor’s procedures for testing construction deficiencies to assure
acceptable corrective action and that audit trail is maintained and reported to the
engineer-in-charge.
f) Report to the engineer-in-charge in time to ensure that new work is not placed
on unacceptable work or running payments do not include the value of non-
conforming construction.
g) Construction deficiencies and nonconformities of designs and specifications.
Suspected nonconformities shall be evaluated in terms of potential impact on
performance, reliability, safety and satisfaction of specifications and drawings.
They should be classified as either minor or major.
Where major nonconformities are identified, the work is to be done again. In
case of minor nonconformities, immediate corrective action is to be taken.
Hence all these nonconformities and recommended actions to be taken are to be
reported immediately on daily basis to the engineer-in-charge for taking action.
In addition to initiating corrective actions, the root cause of the deficiency

Sd/- - 22 - Sd/-
Contractor Executive Engineer
and its effect on overall quality of work is to be investigated. Proper
documentation of investigation process of deficiencies is to be maintained.
Preventive Action: Action to prevent recurrence of nonconformities has to be
determined based on the analysis of investigation. The
Preventive action shall include, but not be limited to increase of inspections and
testing during construction as well as revision to contractor’s Quality
Management Plan.
The tests to be conducted on work items like, Embankments, concrete, masonry,
lining, gates, drilling and grouting etc., The testing facilities required in labs and
site and sampling methods to be adopted as per ISI codes etc.. are appeared at
Annexure “G” for guidance and compliance.
4.3.3. Carry out checks on completed works:
The acceptance inspections and tests of finished work items are to be conducted
to ensure that the completed construction works are as per specifications and
drawings.
After acceptance inspection and testing the deficiencies in executed work
performance or quality are to be reported to the engineer-in-charge.
The Linear measurement of the finished works are to be verified whether
they confirm to the Tolerances.
The finished work shall be tested for its performance with Non –
destructive testing.
The completed work, if found deficient shall be removed repaired or re-
constructed in accordance with contract requirements. Repaired or reconstructed
work items shall be fully re-inspected and retested for conformity.
5 Out come and Deliverables:
The main out come expected of the third party Quality Assurance program is
good quality of irrigation project works. Further all the documents of QC reports
tests and QA reports and tests would be available as a permanent record of the
project.
6 Reporting and Timing
The following reports and records are to be submitted to the engineer in charge.

Sd/- - 23 - Sd/-
Contractor Executive Engineer
To Whom
S.No Description of Report Time of submission
to be sent
i) Materials review reports. Engineer in Whenever new stocks
charge of materials arrive on
work site. Before their
use in construction
ii) Inspection reports (The report work.
Daily/Weekly and as
format is enclosed at appendix…) -do-
frequently as required.

Test data: All test reports and results Engineer in


Weekly.
iii) charge & chief
are to be furnished.
Engineer.

Quality audit reports (verification Engineer in Fortnightly.


iv)
reports) of contractor’s QC tests. charge.

v) Quality certificates for authorizing -do-


Before each payment
running payments of work done. of work bill.
vi) Quality certificates for completed
work payments. Before final payment
Other records to be furnished are as Engineer in of work bill.
follows. charge.
a) Specific examples of deficiencies -do- Soon after verification.
found and non - compliance.
b) Evidence of compliance of -do- Soon after compliance.
corrective actions.
c) Suggestions for appropriate Soon after detection
corrective action. -do- of deficiencies.
v Final report with final certificate After work is
about acceptance of work done completed

Sd/- - 24 - Sd/-
Contractor Executive Engineer
7. Inputs:
The organization structure of the third party Quality Assurance consultant shall
comprise of required units comprising as shown below.
KEY PERSONNEL
Minimum Requirements per batch per Shift
i) Field Engineering Graduates 1 Nos

ii) Field Engineer / Diploma 2 Nos

iii) Helpers 1 Nos.

i) Field Engineering graduates:


Minimum Qualification & Experience:
a) Graduate in civil engineering with a minimum of 5 years experience in quality
control testing on civil engineering projects or in quality control laboratories.
Responsibility:
 Calibrate testing equipment
 Perform QC and QA testing
 Perform Acceptance quality testing
 Prepare and submit all test results reports
 Assist Quality Assurance Inspector in preparing nonconformity reports,
corrective action reports, compliance of corrective action reports remarks.

Sd/- - 25 - Sd/-
Contractor Executive Engineer
ii) Field Engineer / Diploma:
Minimum Qualification & Experience: Diploma in civil engineering with a
minimum of 5 years experience in quality control testing in civil engineering
project works or Degree in civil engineering with one year experience.
Knowledge in specifications of sampling is essential.
Responsibility:
 Decide quality assurance sampling place
 Take quality assurance samples
 Take acceptance samples
 Record sampling places
 Assist Laboratory Technician in conducting tests

The engineer-in charge would assist in showing the work site, and with the help
of contractor, would furnish the details of quarries of materials etc. The relevant
construction, contract documents, designs and drawings would be made
available by the engineer in charge.

Sd/- - 26 - Sd/-
Contractor Executive Engineer
Quality Assurance Plan – working process
Contract Award

Preparation of Job
specific QA Programme

Project Engineer approve


QA Programme

PE, QA consultant &


contractor hold QC / QA
mutual understanding meeting

Project Engineer reviews &


approves QA Programme QA Staff performs inspection
& testing throughout project
as per QA plan

Is QA plan working
properly?

Construction work
continues END

NO YES

8. Terms of payment:
i) All tests to be conducted are the responsibility of the consultant and
nothing extra is payable.
ii) Fees for quality assurance inspections and tests should be quantified into
man days. Billing is to be submitted per man day for each level of the QA staff
for organizing the payments.
iii) Invoices to be submitted monthly are to be accompanied by the proofs of
submission of all test reports and QA reports as specified.
iv) Payment will be made to the consultant as per clause 6.4 of General
Conditions of Contract and according to payment mode stated in SC.

Sd/- - 27 - Sd/-
Contractor Executive Engineer
9. Establishing of Laboratories:-

The contractor shall establish laboratory at his cost on the land provided by
the Department and he should get the power required for the Laboratories and
other field-testing equipment at this own cost. For the Nuclear material usage, he
should get necessity certification from competent authority. Cost for all these
items shall be included in his price Bid.

Sd/- - 28 - Sd/-
Contractor Executive Engineer
APPENDIX-B
B1. TECHNICAL PROPOSAL SUBMISSION FORM
[Location, date]

From: (Name of FIRM) To (Name and Address of client)


……………………………
The Executive Engineer, Q.C. Division
KNNL, Upper Tunga Project Division,
Shimoga.

Gentlemen,
i) Subject: Engaging agency for conducting third party inspection to
ensure quality control and assurance on behalf of KNNL for Tunga
Modernisation Works.

We, the undersigned, offer to provide the consulting services for the above
work in accordance with your request for proposal dated
__________________. We are hereby submitting our proposal, which includes this
Technical Proposal, and a Financial Proposal sealed under a separate envelope.
If negotiations are held during the period of validity of the proposal, i.e., before
……………, we undertake to negotiate on the basis of the proposed staff, and man
days of man months work. Our proposal is binding upon us and subject to the
modifications resulting from contract negotiations.
We understand you are not bound to accept any proposal you receive.
We remain, Yours sincerely.

Authorised Signature:
Name and Designation of Signatory:
Name of Firm:
Address:

Sd/- - 29 - Sd/-
Contractor Executive Engineer
B2. FIRM’S REFERENCES.
Relevant services carried out in the last five years that best illustrate Qualifications,
using the format below, provide information on each reference assignment for which
your firm/entity, either individually as a corporate entity or as one of the major
companies within an associative, was legally contracted.
Assignment Name State:
Location within country: Professional Staff provided by your
firm/entity (profiles)
Name of client: No. of staff
Address: No. of staff, months; duration of
assignment.
Start Date (month/year) Approx. Value of services (in Rs)
Completion Date (month/year)
Name of Associated consultants, if any: No. of months of professional, staff
provide by Associated consultants:
Name of senior staff (Team leader, Quality Assurance Manager) involved and
functioned performed.
Narrative Description of Project.
Description of Actual services provided by your staff.

Firm’s Name:-

Sd/- - 30 - Sd/-
Contractor Executive Engineer
B3. COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE TERMS
OF REFERENCE AND ON SERVICES AND FACILITIES TOBE PROVOIDED
BY THE CLIENT
On the Terms of Reference:
1……………………………………..
2…………………………………………….
3………………………………………………..
4………………………………………………..
5……………………………………………………
………………………………………………
On the services and facilities to be provided by the client
1……………………………………………..
2……………………………………………….
3………………………………………………
4……………………………………………….
5………………………………………
………………………………….………..
CONSULTING FIRM’S NAME:

B4. DESCRIPTION OF THE METHODOLOGY AND WORK PALN FOR


PERFORMING THE ASSIGNMENT.

Sd/- - 31 - Sd/-
Contractor Executive Engineer
B5 TESTING EQUIPMENT AVAILABLE WITH CONSULTANT INCLUDING
NDT EQUIPMENT

Sl. No. Name of the Instrument available Year of Manufacture

1
2
3

B6. TEAM COMPOSITION AND TASK ASSIGNMENTS.

1. Technical/Managerial Staff.

S.No Name Qualification Position Task


1
2
3
4
5

2. Support Staff
S.No Name Qualification Position Task

1
2
3

Sd/- - 32 - Sd/-
Contractor Executive Engineer
B7. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED
PROFESSIONAL STAFF

Proposed Position………………………………
Name of Firm/Entity……………………………
Name of Staff…………………………………..
Profession………………………………………
Date of Birth……………………………………
Years with Firm/Entity………………………… Nationality……………………
Membership in professional societies…………………………………………………
Detailed Tasks Assigned…………………..........
Key Qualifications:
(Give an outline of staff member’s experience and training most pertinent to tasks on
assignment. Describe degree of responsibility held by staff member on relevant
previous assignments and give dates and locations. )
Education:
(Summaries college/university and other specialized education of staff member giving
names of colleges, dates attended and degrees obtained.)
Employment Record:
(Starting with present position, list in reverse order every employment held. List all
positions held by staff member since graduation, giving dates, names of employing
organizations, titles of positions held, and locations of assignments. For experience in
last ten years, also give types of activities performed and client references where
appropriate.

Languages:
For each language, particularly English indicate proficiencies:
Excellent, good, fair, or poor: in speaking, reading, and writing

Sd/- - 33 - Sd/-
Contractor Executive Engineer
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data
correctly describe me, my qualifications, and my experience.

……………………………………. Date………………………
Signature of staff member day/month/year
and authorized representative of the firm
Full name of staff member ……………………………………….
Full name of authorized representative…………………………...

Sd/- - 34 - Sd/-
Contractor Executive Engineer
B8.TIME SCHEDULE FOR PROFESSIONAL PERSONNEL
S. No Name Position Reports Months(in the form of bar chart)
Due/Activi 1 2 3 4 5 6 8 9 10 11 12 No of months
ties

1 Sub total(1)

2 Sub total(2)

3 Sub total(3)

4 Sub total(4)

Full time …………………………… Part time………………………..


Reports due…………………………
Activities Duration………………… Signature……………………….
(Authorized Representative)
Full Name………………………
Designation…………………….
Address………………………..

Sd/- 35 Sd/-
Contractor Executive Engineer
B9. ACTIVITY (WORK) SCHEDULE
Field Activity
S. No Item or Month wise Programme (in the form of bar chart)
Activity 1st 2 3 4 5 6 7 8 9 10 11 12th
(work)

1
2
3
4

Submission of Reports
Reports Submission Programme
1. Inspection Reports
2. Test reports
3.

Note: Modify as required for the Assignment.

Sd/ 36 Sd/-
Contractor Executive Engineer
APPENDIX-C

FINANCIAL PROPOSAL STANDARD FORMS

C1. Financial Proposal Submission Form.


C2. Summary of Costs.
C3. Break down of price per activity
C4. Breakdown of Remuneration per activity
C5. Reimbursable costs.
C6. Miscellaneous Expenses.

Sd/ 37 Sd/-
Contractor Executive Engineer
C1. FINANCIAL PROPOSAL SUBMISSION FORM
(Location, Date)
From: (Name of Firm) To: (Name and Address of client)
Executive Engineer, KNNL,
Quality Control Division, UTP
Shimoga.
Gentlemen,
i) Subject: Engaging agency for conducting third party
inspection to ensure quality control and assurance on behalf
of KNNL for Tunga Modernisation Project

We, the undersigned, offer to provide the consulting services for the above
works in accordance with your request for proposal dated……………., and our
proposed Technical and Financial Proposals. Our attached financial proposal is
for the sum of Rs.……………(in words Rupees………………………..).
Our financial proposal shall be binding upon us subject to the
modifications resulting from contract negotiations, up to expiration of validity
period of the proposal, i.e. date………………………..
We undertake that, in competing for (and, if the award is made to us, in
executing) the above contract, we will strictly observe the laws against fraud and
corruption in force in India namely “Prevention of Corruption Act 1988 ”.

We understand you are not bound to accept any proposal you receive.
We remain,
yours sincerely,

Authorized signature
Name &Designation of signatory
Name of Firm & Address

Sd/ 38 Sd/-
Contractor Executive Engineer
Sd/ 39 Sd/-
Contractor Executive Engineer
Sd/ 40 Sd/-
Contractor Executive Engineer
Sd/ 41 Sd/-
Contractor Executive Engineer
C2. SUMMARY OF COSTS

S. No Name of Activity Costs Amount


In figures In words
1 Analysis of Designs
2 Analysis of
Calibrating
equipment
3 Establishment of
Laboratories
4 Testing of Input
materials and
Analysis
5 Insitu tests and
Analysis
6 Tests of Finished
product and
Analysis
7 Field inspection for
Quality control

Sub Total
Consultancy
Service tax & other
local taxes payable.

Total Amount of Financial Proposal


In Figures Rs………………
In words Rupees ………………………………………………………………
Note: The cost of consultancy is the one given in the summary as above and payment
is to be made as agreed during negotiations. The break up of the cost as given in
formats C3 to C6 is to facilitate negotiations, which will be done as per details given
in clause….

Sd/ 42 Sd/-
Contractor Executive Engineer
C3. BREAKUP OF PRICE PER ACTIVITY
Activity No………………………… Name……………………
S. No. Price Component Amount in Rs
1. Remuneration
2 Reimbursable
3 Miscellaneous
Subtotal

Note:
1. The above form is to be filled up separately for each activity.
2. The manpower particulars shall be in accordance with the provision shown
in scope of work

C4. BREAKUP OF REMUNERATION PER ACTIVITY


Activity No…………………. Name………………
S. No Names Position Input* Remuneration
Rate
Amount
Regular staff
Local staff
Consultants
Grand Total

* Staff, months, or days as appropriate


Note:
1. The above form is to be filled up separately for each activity.
1. The manpower particulars shall be in accordance with the provision shown in
scope of work

Sd/ 43 Sd/-
Contractor Executive Engineer
C5. REIMBURSABLE COSTS
S. No Description Units Quantity Rate Amount
1 Tests of materials
conducted in laboratories
of other institutions.
2 Office
rent/accommodation,
clerical assistance etc.,
3. Local transportation
costs
Grand Total

Note: The above form is to be filled for each activity if necessary.


C6. MISCELLANEOUS EXPENCES
S. No Description Unit Quantity Rate Amount
1 Communication costs
( telephone, telegram etc.,)
2 Drafting, reproduction of
reports.
3 Hire Charges of equipment,
vehicles, computer etc.,
4 Software:
Grand Total

Note: The above form is to be filled up separately for each activity if necessary.

Sd/ 44 Sd/-
Contractor Executive Engineer
SECTION 5

STANDARD FORM OF CONTRACT

CONTRACT FOR CONSULTANTS SERVICES

Between

The Executive Engineer


KNNL., Quality control Division, Shimoga
[Name of Client]

and

[Name of Consultants]

Dated: _______________

Sd/ 45 Sd/-
Contractor Executive Engineer
I. FORM OF CONTRACT
(Lump Sum remuneration)

This CONTRACT (here in after called the “Contract”) is made on the


__________day of the month of, ____ ____, between, Managing Director,
KNNL (here in after called the Managing Director which expression shall where
the context so admits include his successors in office and assigns) on the one
hand (here in after called the client) and, on the other hand, ___________ (here
in after called the “Consultants”) [*Note: If the Consultants consist of more than
one entity, the above should be partially amended to read as follows:
‘’ ……... (here in after called the “Client”) and, on the other hand, a joint venture
consisting of the following entities, each of which will be jointly and severally
liable to the Client for all the Consultants obligations under this contract,
namely,____________________ and ___________________________ (here in
after called the “Consultants.”)”]

WHEREAS
(a) the Client has requested the Consultants to provide certain services as
defined in the General Conditions of Contract attached to this
Contract(here in after called the “Services”);
(b) the Consultants, having represented to the Client that they have the
required professional skills, and personnel and technical resources,
have agreed to provide the Services on the terms and conditions set
forth in this Contract;

NOW THEREFORE the parties hereto hereby agree as follows:


1 The following documents attached hereto shall be deemed to form an integral
part of this Contract:
(a)The General Conditions of Contract (here in after called the “GC”);

(b)The Special Conditions of Contract (here in after called the “SC”);


(c)The following Appendices:

Sd/ 46 Sd/-
Contractor Executive Engineer
[Note: If any these Appendices are not used, the words “Not Used” should be
inserted below next to the title of the sheet attached hereto carrying the title of
that Appendix.]

Appendix A: Description of the Services __________________


Appendix B: Reporting Requirements __________________
Appendix C: Key Personnel and Sub consultants
__________________
Appendix D: Breakdown of Contract Price in Indian Rupees
Duties of the client_________________
Appendix E: Services and Facilities Provided by Client Cost
Estimates__________________
Appendix F: Form of Bank Guarantee for Advance Payment
_________________
Appendix G : Testing facilities required in Laboratories, testing
frequencies and tests required to be conducted.

1. The mutual rights and obligations of the Client and the Consultants shall be as
set forth in the Contract, in particular:
(a) The Consultants shall carry out the Services in accordance with the
provisions of the Contract; and
(b) The Client shall make payments to the Consultants in accordance with
the provisions of the Contract.

WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed
in their respective names as of the day and year first above written.

Sd/ 47 Sd/-
Contractor Executive Engineer
FOR AND ON BEHALF OF
[NAME OF CLIENT]

By
(Authorised Representative)

FOR AND ON BEHALF OF


[NAME OF CONSULTANT]

By __________________
(Authorised Representative)

[Note: If the Consultants consist of more than one entity, all these entities should
appear as signatories, e.g.. in the following manner]

FOR AND ON BEHALF OF EACH OF


THE MEMBERS OF THE CONSULTANTS

[Name of Member]

By __________________
(Authorised Representative)

[Name of Member]
By __________________
(Authorised Representative) etc.

Sd/ 48 Sd/-
Contractor Executive Engineer
II. GENERAL CONDITIONS OF CONTRACT

1. GENERAL PROVISIONS

1.1 Definitions

Unless the context otherwise requires, the following terms whenever used in
this Contract have the following meanings:

(a) “Applicable Law” means the laws and any other instruments having the force
of law in the state of Karnataka and in India;
(b) “Contract” means the Contract signed by the Parties, to which these general
Conditions of Contract (GC) are attached, together with all the documents
listed in Clause 1 of such signed Contract;
(c) ‘’Effective Date’’ means the date on which this Contract this contract comes
into force and effect pursuant to clause GC 2.1
(d) “Contract Price” means the price to be paid for the performance of the
Services , in accordance with Clause;
(e) “GC” means these General Conditions of Contract;
(f) “Government” means the Government of Karnataka;
(g) ‘’Local Currency’’ means Indian rupeea
(h) “Member”, in case the Consultants consist of a joint venture of more than one
entity, means any of these : entities, and “Members” means all of these
entities; “Member in charge” is ____________________ to act on their behalf
in exercising all the Consultants rights and obligations towards the Client
under this Contract;
(i) “Party” means the Client or the Consultant, as the case may be, and Parties
means both of them;
(j) “Personnel” means persons hired by the Consultants or by any Sub consultant
as employees and assigned to the performance of the Services or any part
thereof;
(k) “SC” means the Special Conditions of Contract by which these General
Conditions of Contract may be amended or supplemented;

Sd/ 49 Sd/-
Contractor Executive Engineer
(l) “Services” means the work to be performed by the Consultants pursuant to
this Contract as described in Appendix A; and
(m) “Sub consultant” means any entity to which the Consultants subcontract any
part of the Services in accordance with the provisions of Clauses;
(n) ‘’Third Party’’means any person or entity other than the government,the
client,the consultants, or a sub consultant.
(o) Employer means concerned Executive Engineer i.e., agreement concluding
authority.
(p) Engineer in charge means the concerned Executive Engineer i.e., agreement
concluding authority.
1.2 Law Governing the Contract
This Contract, its meaning and interpretation, and the relation between the
Parties shall be governed by the Applicable Law.
1.3 Language
This Contract has been executed in English, which shall be the binding and
controlling language for all matters relating to the meaning or interpretation of
this Contract. All documents relating to the tender shall be in the English
Language only.

1.3.1 Documents comprising of the Tender.


The tender comprise the following
(a) Price bid
(b) Experience and Technicality
1.3.2 Financial Bid
1.3.3. The bidder shall quote his price in the prescribed format Financial Bid in
Indian Rupees.
1.3.4 Bidders shall quote for the entire work on a firm lump sum price and on a
single source responsibility basis. The total cost of the work shall be quoted
in the prescribed format in Financial Bid.
1.3.5. The rates and prices quoted by the Bidder are not subject to adjustment during
the Performance of the contract for taxes, duties and any other levies.

Sd/ 50 Sd/-
Contractor Executive Engineer
1.3.6. Not withstanding anything that is stated, the price once accepted by the
Employer shall be final and shall not be subject to any claim on any ground
what so ever.
1.3.7. The bid offer shall be for the whole work and not for individual items/part of
the work.
1.3.8. All duties, taxes, and other levies payable by the contractor as per
State/Central Government rules, shall be included in the contract value quoted
by the tenderer.
1.3.9. The contractor is expected to quote the bid price in lump sum after careful
analysis of cost involved for the performance of work complete considering
all specification and conditions of contract. In case it is noticed that the price
quoted by the Bidder is unusually high or unusually low, it will be sufficient
cause for the rejection of the bid or unless the Employer is convinced about
the reasonableness of bid price on scrutiny of the analysis for such price to be
furnished by the Bidder.
1.3.10.Bidders shall quote for the entire package on a single source responsibility
basis. The total cost of the work shall be quoted entirely in Indian Rupees.
1.3.11.The bidder shall pay special attention as regard achieving of critical
milestones on schedule, so as to ensure final commissioning on time. The
Employer shall critically monitor both and Physical as well as Financial
Targets, on monthly and quarterly basis. Shortfalls, if any, in the monthly
targets shall be immediately rectified by supplementing the resources by the
contractor leading to increase in the progress, at no extra cost to the employer,
so as to achieve the quarterly targets as per schedule.
1.3.12.validity of tenders:
1.3.13.Earnest Money Deposit
1.3.14.The Bidder shall furnish, Earnest Money Deposit of Rs ........
along with bid

This EMD can be in the form of:


a) a bank demand draft on any Nationalised bank.
b) A bank guarantee in the form given (under formats of securities)
in Section 8, from a Nationalised Bank.

Sd/ 51 Sd/-
Contractor Executive Engineer
1.3.15.Demand Drafts/Bank Guarantees furnished towards EMD along with tender
shall be valid for a period of six months from the date of opening of tender.
1.3.16.The EMD must be paid in full without concession. The bids without
stipulated EMD or with any shortfall in amount or period of validity will be
summarily rejected.
1.3.17.Original Demand Draft/Bank Guarantee is to be enclosed along with the Bid,
Failure to furnish the original Demand Draft/Bank Guarantee along with bid
will entail rejection of bid and blacklisting.
1.3.18.The EMD will be retained in the case of successful bidder and will not carry
any interest and will be dealt with a provided in the tender.
1.3.19.The successful bidder should however furnish performance guarantee @ 1%
of contract value at the time of signing the agreement in the shape of demand
draft or unconditional and irrevocable Bank Guarantee on the standard format
enclosed to the tender schedule for a total period not less than the stipulated
period of the completion of the work in question, plus the defect liability
period of six (6) months or period covering one Khariff crops whichever is
more.
1.3.20.The retention amount from the bills will be deducted at the rate of 6.5% (Six
and Half percent only) as per rules.
1.3.21.The EMD will be refund to the qualified but unsuccessful bidder either after
finalization of tenders or on the expiry of validity period of tenders (i.e180
days from the date of submission of tenders) whichever is earlier.
1.3.22.The EMD paid by the successful Bidder at the time of filing of Tender
schedules through Demand Draft will be discharged if the Bidder furnishes
Bank Guarantee for the performance guarantee at 1% of contract value at the
time of concluding agreement.
1.3.23.The earnest money deposited by the successful bidder will not carry any
interest or other charges and it will be dealt with a provided in the conditions
stipulated in the bid. The EMD given in the form of Bank Guarantee on a
Nationalized Bank shall be valid for duration of contract period plus defect
liability period of two years or two Khariff crops whichever is more and in
case any valid extension of contract period is granted, the validity of B.G.
shall also be extended for the corresponding period. The Bank Guarantee on

Sd/ 52 Sd/-
Contractor Executive Engineer
Nationalized Bank furnished by the bidder towards additional security amount
shall be valid till the work is completed in all respects.

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


(a) if the Bidder withdraws the Bid during the validity period of Bid.
(b) In the case of a successful bidder. If he fails to sign the Agreement for
whatever the reason.
1.3.25.In consideration of the Executive Engineer/Superintending Engineer/Chief
Engineer/ under taking to investigate and to take into account each bid and in
consideration of the work thereby involved, all earnest monies deposited by
the bidder will be forfeited in the event of such bidder either modifying or
with-drawing his bid at his instance within the said validity period of three
months.
1.3.26.Any bid not accompanied by the EMD will be rejected by employer as “non
responsive”
1.3.27.Interest or any other charges whatsoever, will not be payable by the employer
on the above EMD.
1.3.28.No alteration which is made by the bidder in the contract form, the conditions
of the contract, the drawing, specifications or statements/formats or quantities
accompanying the same will be recognized; and if any such alterations are
made the bid will be void.
1.4 Notices
Any notice, request or consent made pursuant to this Contract shall be in
writing and shall be deemed to have been made when delivered in person to
an authorized representative of Party to whom the communication is
addressed, or when sent by
Registered mail, telex, telegram or facsimile to such Party at the address
specified in the SC.

1.5 Location
The Services shall be performed at such locations as are specified in
Appendix.A

Sd/ 53 Sd/-
Contractor Executive Engineer
1.6 Authorized Representatives
Any action required or permitted to be taken, and any document required or
permitted to be executed, under this Contract by the Client or the Consultants
may be taken or executed by the officials specified in the SC.

1.7 Taxes and Duties


Unless otherwise specified in the SC, the Consultants, Sub-consultants and
their Personnel shall pay such taxes, duties, fees and other impositions, as
may be levied under the Applicable Law, the amount of which is deemed to
have been included in the Contract Price.
2. COMMENCEMENT, COMPLETION, MODIFICATION, AND
TERMINATION OF CONTRACT
2.1 EFFECTIVENESS OF CONTRACT
This Contract shall come into effect on the date the Contract is signed by both
Parties and such other later date as may be stated in the SC.

2.2 COMMENCEMENT OF SERVICES

The consultants shall begin carrying out the Services ten (10) days after the
date the contract becomes effective, or such date as may be specified in the SC.

2.3 EXPIRATION OF CONTRACT


Unless terminated earlier pursuant to Clause 2.6, this Contract shall terminate
at the end of such time period after the Effective Date as is specified in the SC.

Sd/ 54 Sd/-
Contractor Executive Engineer
2.4 MODIFICATION
Modification of the terms and conditions of this Contract, including any
modification of the scope of the Services or of the Contract Price, may only be made
by written agreement between the Parties and shall not be effective until the written
orders from the KNNL has been obtained.
2.5 FORCE MAJEURE
2.5.1 Definition
For the purpose of this Contract, “Force Majeure” means an event which is
beyond the reasonable control of a Party, and which makes a Party’s performance of
its obligations under the Contract impossible or so impractical as to be considered
impossible under the circumstances.
2.5.2 No Breach of Contract
The failure of a Party to fulfil any of its obligations under the contract shall not be
considered to be a breach of, or default under this Contract in so far as such inability
arises from an event of Force Majeure, provided that the Party affected by such an
event (a) has taken all reasonable precautions, due care and reasonable alternative
measures in order to carry out the terms and conditions of this Contract, and (b) has
informed the other Party as soon as possible about the occurrence of such an event.
2.5.3 Extension of Time
Any period within which a Party shall, pursuant to this Contract, complete any
action or task, shall be extended for a period equal to the time during which such
Party was unable to perform such action as a result of Force Majeure.
2.5.4 Payments
During the period of their inability to perform the services as a result of an
event of Force Majeure, the Consultants shall be entitled to be reimbursed
for additional costs reasonably and necessarily incurred by them during
such period for the purposes of the Services and in reactivating the Service
after the end of such period.

2.5.5 Association
The Consultants shall associate with any Premier Institute of the standards
of IIt. The personnel from the Institute shall visit the work sites once in
every three months or as desired by Engineer –in-Charge and the
expenditure towards the same is deemed to have been included in the
Contract Price.

Sd/ 55 Sd/-
Contractor Executive Engineer
2.6 Termination
2.6.1 By the Client

The Client may terminate this Contract, by not less than thirty(30) days
written notice of termination to the Consultants, to be given after the
occurrence of any of the events specified in paragraphs (a) through (d) of
this Clause 2.6.1 and sixty (60) days in the case of the event referred to
in (e):
(a) If the Consultant do not remedy a failure in the performance of their
obligations under the Contract, within thirty (30) days of receipt after
being notified or within such further period as the Client may have
subsequently approved in writing;

(b) If the Consultant become insolvent or bankrupt;


(c) If, as the result of Force Majeure, the Consultants are unable to perform
a material portion of the Services for a period of not less than sixty (60) days;
or
(d) If the Consultant, in the judgement of the Client has engaged in corrupt
or fraudulent practices in competing for or in executing the Contract.
For the purpose of this clause:
“Corrupt practice” means the offering, giving, receiving or soliciting of
anything of value to influence the action of a public official in the selection
process or in contract execution.
“Fraudulent practice” means a misrepresentation of facts in order to influence
a selection process or the execution of a contract to the detriment of the
Client, and includes collusive practice among consultants (prior to or after
submission of proposals) designed to establish prices at artificial non-
competitive levels and to deprive the Client of the benefits of free and open
competition.

(e) If the Client, in its sole discretion and for any reason whatsoever,
decides to terminate this Contract.

Sd/ 56 Sd/-
Contractor Executive Engineer
2.6.2 By the Consultants
The Consultants may terminate this Contract, by not less than thirty
(30) days written notice to the Client, such notice to be given after the
occurrence of any of the events specified in paragraphs (a) and (b) of this
Clause 2.6.2:

(a) If the Client fails to pay any monies due to the Consultants pursuant to
this Contract and not subject to dispute pursuant to Clause 7 here of
within forty five (45) days after receiving written notice from the
Consultants that such payment is overdue; or
(b) If, as the result of force Majeure, the Consultants are unable to perform
a material portion of the Services for a period of not less than sixty
(60) days.

2.6.3 Payment upon Termination

Upon termination of this Contract pursuant to Clauses 2.6.1 to 2.6.2,


the Client shall make the following payments to the Consultants:

(a) Remuneration pursuant to Clause 6 for Services satisfactorily performed prior


to the effective date of termination;
(b) Except in the case of termination pursuant to paragraphs (a) and (b) of Clause
2.6.1, reimbursement of any reasonable cost incident to the prompt and
orderly termination of the Contract.

Sd/ 57 Sd/-
Contractor Executive Engineer
3. OBLIGATIONS OF THE CONSULTANTS

3.1 General

The Consultants shall perform the Services and carry out their obligations
hereunder with all due diligence, efficiency and economy, in accordance with
generally accepted professional techniques and practices, and shall observe sound
management practices, and employ appropriate advanced technology and safe
methods. The Consultants shall always act, in respect of any matter relating to
this Contract or to the Services, as faithful advisers to the Client, and shall at all
times support and safeguard the Client’s legitimate interests in any dealings with Sub
consultants or third parties.

3.2 Conflict of Interest

3.2.1 Consultants Not to Benefit from Commissions, Discount, etc.

The remuneration of the Consultants pursuant to Clause 6 shall constitute the


Consultants sole remuneration in connection with this Contract or the Services, and
the Consultants shall not accept for their own benefit any trade commission, discount
or similar payment in connection with activities pursuant to this Contract or to the
Services or in the discharge of their best efforts to ensure that the Personnel, any Sub
consultants, and agents of either of them, similarly shall not receive any such
additional remuneration.

3.2.2Consultants and Affiliates Not to Be Otherwise Interested in Project

The Consultants agree that, during the term of this Contract and after its termination,
the Consultants and their affiliates, as well as any Sub consultant and any of its
affiliates, shall be disqualified from providing goods, works or services (other than
the Services and any continuation thereof) for any project resulting from or closely
related to the Services.

Sd/ 58 Sd/-
Contractor Executive Engineer
3.2.3 Prohibition of Conflicting Activities

Neither the Consultants nor their Sub consultants nor the Personnel shall engage,
either directly or indirectly, in any of the following activities:
a) During the term of this Contract, any business or professional activities in the
Government’s country which would conflict with the activities assigned to
them under this Contract; or
b) After the termination of this Contract, such other activities as may be
specified in the SC.

3.3 Confidentiality
The Consultants, their Sub consultants, and the Personnel of either of them
shall not, either during the term or within two (2) years after the expiration of this
Contract, disclose any proprietary or confidential information relating to the Project,
the Services, this Contract, or the Client’s business or operations without the prior
written consent of the Client.

3.4 Insurance to be taken out by the Consultants


The Consultants (a) shall take out and maintain, and shall cause any Sub
consultants to take out and maintain, at their (or the Sub consultants, as the
case may be) own cost but on terms and conditions approved by the Client,
insurance against the risks, and for the coverage, as shall be specified in the
SC; and (b) at the Client’s request, shall provide evidence to the Client
showing that such insurance has been taken out and maintained and that the
current premiums have been paid.

3.5 Consultants Actions Requiring Clients Prior Approval


The Consultants shall obtain the Client’s prior approval in writing before taking
any of the following actions:
a. Entering into a subcontract for the performance of any part of the Services
b. Appointing such members of the Personnel not listed by name in Appendix
(“Key Personnel and Sub consultants”), and
c. Any other action that may be specified in the SC.

Sd/ 59 Sd/-
Contractor Executive Engineer
3.6 Reporting Obligations
The Consultants shall submit to the Client the reports and documents specified
in Appendix in the form, in the numbers, and within the periods set forth in the
said Appendix B

3.7 Documents Prepared by the Consultants to be the property of the


client.
All plans, drawings, specifications, designs, reports and other documents and
software submitted by the Consultants in accordance with Clause 3.6 shall
become and remain the property of the Client, and the Consultants shall, not
later than upon termination or expiration of this contract, deliver all such
documents and software to the Client, together with a detailed inventory
thereof. The Consultants may retain a copy of such documents and software.
Restrictions about the future use of these documents, if any, shall be specified in
the SC.

4. CONSULTANTS PERSONNEL

4.1 Description of Personnel

The titles, agreed job descriptions, minimum qualifications and estimated


periods of engagement in the carrying out of the Services of the Consultants Key
Personnel are described in Appendix. The Key Personnel and Sub
consultants listed by title as well as by name in Appendix C are hereby approved
by the Client.

4.2 Removal and/or Replacement of Personnel

(a) Except as the Client may otherwise agree, no changes shall be made in the Key
Personnel. If, for any reason beyond the reasonable control of the Consultants,
it becomes necessary to replace any of the Key Personnel, the Consultants shall
forthwith provide as a replacement a person of equivalent or better
qualifications.
(b) If the Client finds any of the Personnel have (i) committed serious misconduct
or has been charged with having committed a criminal action, or (ii) have
reasonable cause to be dissatisfied with the performance of any of the
Sd/ 60 Sd/-
Contractor Executive Engineer
Personnel, then the Consultants shall, at the Client’s written request specifying
the grounds therefore, forthwith provide as a replacement a person with
qualifications and experience acceptable to the Client.
(c) The Consultants shall have no claim for additional costs arising out of or
incidental to any removal and/or replacement of Personnel.

5. OBLIGATIONS OF THE CLIENT

5.1 Change in the Applicable Law

If. after the date of this Contract, there is any change in the Applicable
Law with respect to taxes and duties which increases or decreases the cost
of services rendered by the Consultants, then the remuneration and
reimbursable expenses otherwise payable to the Consultants under this
Contract shall be increased or decreased accordingly by agreement between
the Parties, and corresponding adjustments shall be made to the ceiling
amounts to in GC Clause 6.2.

5.2 Services and Facilities

The Client shall make available to the Consultants the Services and
Facilities listed under Appendix G.

Sd/ 61 Sd/-
Contractor Executive Engineer
6. PAYMENTS TO THE CONSULTANTS
6.1 Contrctor to submit bills monthly in Printed form
A bill shall be submitted by the contractor on or before the 15 th of each
month for all items of work executed in the previous month.
Submission of Final bill and its settlement
The Final bill shall be submitted by the contractor within 1 month of
the date of actual completion of the work in all respects.His claims shall be
settled (except those under dispute) within 2 months thereafter in respect of
works costing up to Rs lakhs and within 5 months thereafter in respect of
works costing more than rs 2 lakhs.

6.2 Contract Price

The price payable in Indian Rupees is set forth in the SC.


6.3 Payment for Additional Services

For the purpose of determining the remuneration due for additional services as
may be agreed under Clause 2.4, a breakdown of the lump sum price is provided in
Appendices D and E.
6.4 Terms and Conditions of Payment
Payments will be made to the account of the Consultants and according to the
payment schedule stated in the SC. Unless otherwise stated in the SC, the
mobilization advance shall be made against the provision by the Consultants of a
bank guarantee for the amount, and shall be valid for the period stated in the SC.
Any other payment shall be made after the conditions listed in the SC for such
payment have been met, and the Consultants have submitted an invoice to the
Client specifying the amount due.

6.5 Interest on Delayed Payments


No interest will be paid by the Client for delayed payments.

Sd/ 62 Sd/-
Contractor Executive Engineer
6.6 Penalties:

Client will be deputing his vigilance teams for tracking the Quality of works being
executed at Periodical Intervals or at the appearance of adverse remarks on Quality
of works in the press or on receipt of petition from public representatives on the
Quality of work. The visual inspection sampling and testing will be done at the
presence of the consultant or his representative and contractor or his representative.
If the standards are not met with or the contents of the allegations are found to be
correct, penal action will be taken both on the consultant and contractor. Engineer-
in-Charge / Chief Engineer will get the Loss suffered by KNNL due to this
deficiency in the standards assessed and such loss shall be binding on both contractor
and consultant met with or the contents of the allegation are recoveries will be
affected from the contractor’s bills and the consultant’s bills to make good the loss
affected by the department at 50% share each. Decision of the Engineer-in-Charge /
Chief Engineer in this matter is final.

7. SETTLEMENT OF DISPUTES

Decisions of Managing Director, KNNL shall be final and binding in the


matter of any dispute arising out of this contract.
7.1 Amicable Settlement
The parties shall use their best efforts to settle amicably all disputes arising
out of or in connection with this contract or the interpretation thereof.
7.2 Dispute Settlement
Any dispute between the parties as to matters arising pursuant to this contract
which cannot be settled amicably within 30 days after receipt by one party of the
other party’s request for such amicable settlement may be submitted by either party
for settlement in accordance with the provisions specified in the SC.

Sd/ 63 Sd/-
Contractor Executive Engineer
II. SPECIAL CONDITIONS OF CONTRACT (SC)

Number of Amendments to Clauses in the General Conditions of Contract.


BC Clause
1.1 The Member in charge is -----------------------------------------

1.2 The Language is: English


1.3 The addresses are:

Client: Executive Engineer,


Q.C. Division, U.T.P. Shivamogga.

Attention: Executive Engineer,


Q.C. Division, U.T.P. Shivamogga.

Telex:
Facsimile:

Consultants:

Attention:
Telex:
Facsimile:

1.4 . The authorized Representatives are:


For the Client: Executive Engineer,
Q.C. Division, U.T.P. Shivamogga.

For the Consultant:

Sd/ 64 Sd/-
Contractor Executive Engineer
1.5 Taxes and Duties:

The consultants and the personnel shall pay the taxes, duties, fees, levies
and other impositions levied under the exist ion, amended or enacted
laws during life of this contract and the client shall perform such duties
in regard to the deduction of such tax as may be lawfully imposed as per
Prevailing orders GOK
The date on which this contract shall come into effect is the date on
which the contract is signed by both the parties.
The date for commencement of Services is the date the contract is
signed by both parties.
The period shall be 15 months.
2.0 The risks and the coverage shall be:
1) Client’s liability and workers compensation insurance in respect of the
Personnel of the Consultants and of any Sub-Consultant, in accordance
with the relevant Provisions of the Applicable Law, As well as, with
respect to such Personnel, any such life, health, accident, travel or other
insurance as may be appropriate;
2) Insurance against to loss of or damage to (i) equipment purchased in
whole or in part with funds provided under this contract. (ii) The
Consultant property used in the performance of the service and (iii) any
document prepared by the Consultants in the performance of the service

3.0. Consultant shall not use this documents of purposes unrelated to this
contract without the prior written approval of the client.

4.0 Settlement of disputes:


4.1. Dispute Settlement.
4.1(i) any dispute controversy or client arising out of or relating to this
contract are the breach termination. or invalidity thereof shall be settle by
arbitration in accordance with following provisions.
4.1(ii) Selection of Arbitrators:
A Sole arbitrator or any arbitration penal composed of 3 arbitrator in
accordance with the following provisions shall hear each dispute submitted
by a Party to arbitration.

(a) Where the parties agree that the disputes concerns a technical matters they
may agree to appoint a sole arbitator or failing agreement on the identity of
such sole arbitrator within 30 (Thirty) days after receipt by the other part of
proposal of a name for such any appointment by the party who initiated the
proceedings either party many apply to the MD ,KNNL,Bangalore for a list
of not fewer than five nominees. And on receipt of such list the parties
shall alternately strike names there from, and the last remaining nominee in
the list shall be the sole arbitrator for the matter in dispute. If the last
remaining nominee has not been determined in this manner within sixty
(60) days of the date of the list. The MD ,KNNL,Bangalore shall appoint
Sd/ 65 Sd/-
Contractor Executive Engineer
upon the request of either party and from such list or otherwise a sole
arbitrator for the matter in dispute.

(b) Where the Parties do not agree that the dispute concerns a technical matter,
the Client and the Consultants shall each appoint one arbitrator, and these
two arbitrators shall jointly appoint a third arbitrator, who shall chair the
arbitration panel. If the arbitrators named by the Parties do not succeed in
appointing a third arbitrators with in thirty (30) days after the, the latter of
the two arbitrators named by the parties has been appointed, the third
arbitrator shall, at the request of either party, be appointed by MD
,KNNL,Bangalore

(c) If, in a dispute subject to Clause 7.2 (ii) (b) one Party fails to appoint its
arbitrator within thirty (30) days after the other Party has appointed its
arbitrator, the Party which has named an arbitrator may apply to the MD
,KNNL,Bangalore, to appoint a sole arbitrator for the matter in dispute, and
the arbitrator appointed pursuant to such application shall be the sole
arbitrator for that dispute.
4.2 Rules of Procedure
Arbitration proceedings shall be conducted in accordance with procedure
of the Arbitration & Conciliation Act 1996, of India.

4.3 Substitute Arbitrators


If for any reason an arbitrator is unable to perform his function, a substitute
shall be appointed in the same manner as the original arbitrator.
4.4 Qualifications of arbitrators
The sole arbitrator or the third arbitrator appointed pursuant to
paragraphs (a) through (c) of clause 7.2(ii) hereof shall be a recognized legal or
technical expert with extensive experience in relation to the matter in dispute.
4.5 Miscellaneous
In any arbitration proceedings hereunder:
(a) Proceedings shall, unless otherwise agreed by the Parties, be held in
Hyderabad.
(b) the English language shall be the official language for all purposes: and
[Note: English language may be changed to may other language, with the
agreement of both the Parties]
(c) the decision of the sole arbitrator or of a majority of the arbitrators (or
of the third arbitrator if there is no such majority) shall be final and binding
and shall be enforceable in any court of competent jurisdiction, and the
Parties hereby waive any objections to or claims of community in respect
such enforcement.

APPENDIX-A
Sd/ 66 Sd/-
Contractor Executive Engineer
Description of the Services

The work to be done by the consultant organization is as follows.

1. Review of Designs and drawings submitted by contractor and assist the


Employer in approval of

a. Hydraulic particulars

b. Designs and Drawings of structure


c. Specifications of the structural component

2. Review of the Quality management plan of contractor and submit a


report on its adequacy and suggest improvement, and establish
consultant’s laboratory infrastructure as per the plan.

3. During execution review the contraction tests date generated from the
tests conducted as per APPENDIX ‘ G ‘ and conduct tests independently
as selected frequencies to see that the execution is going on as per the
specifications given in the works agreement.

4. Based on the Test date and field inspection issue Quality Certificate of
the work billed form, for arranging payment to contractor.

5. Provide Mix design of the various grades of concrete and mortars


submitted by the contractor and guide the Engineer-in-Charge for giving
their approval.

6. Prepare fortnightly Quality report on the status of Quality of the works


duly enclosing the statement and analysis of the tests conducted on input
materials and work executed and its statistical analysis in the prescribed
proforma for review of the Engineer-in-Charge.

7. On finished works the statement of Tolerances, the N.D.T. test data shall
be prepared in the form of a report and furnished for review of the
Engineer-in-Charge.
8. During inspection of the works any non-conformation to specification
shall be brought to the notice of the Engineer-in-Charge with
recommendation of rectification to be carried out.

9. He should overview the calibration of gauges, weights and measures at


periodical intervals of both contractors’ construction equipment and
testing equipment and furnish a compliance certificate.

Sd/ 67 Sd/-
Contractor Executive Engineer
10. He should arrange for inter laboratory testing of Contractor’s lab and
his lab with approved laboratories like NCCB and APERL and furnish
their competence certification.
11. The consultant shall be responsible to deploy requisite number of
qualified and experienced Engineers at site on full time basis to
supervise the day to day works and also shall be responsible for
monitoring of the progress of work as per approved drawings,
construction proceedings and practices and to ensure quality in day to
day work as per specifications and standards.
12. The consultant shall be responsible to deploy as per technical
requirements for site engineers at site for the KNNL packages,full time
supervision and monitoring the progress of work.
13. The PMC shall make their own arrangements at no extra cost to the
client for instruments/Equipments including tents for shelter for the staff
of PMC.
14.Consultants shall prepare and maintain inspection and engineering
reports and records to adequately document the progress and
performance of the works.
15. Consultant shall be fully responsible for the soundness,correctness and
adherence to specification of all works executed assuring responsibility
of soundness of designs and the terms of contract agreement with the
executing agency.
16. Consultant shall supervise and ensure that the Quality Assurance
methods are adhered to.
17.Consultant on receipt of running/monthly/final bills submitted by the
contractor/consultant,compute Quantities of approved and accepted
work and materials and check,certify and make recommandations on the
contractor/consultant’s payment certificates and submit to the concerned
AE/AEE/EE.
18.Consultant shall carry out Joint inspection before the end of
contract/Construction period and advice on remedial measures for
defects discovered if any and to assist KNNL in issuing work
completion certificate.
19.It is the responsibility of the Consultant to ensure that all observations
and instructions indicated during the period visits of the various of the
inspecting officers of the KNNL are attend by the contractor/consultant.
20. Work is proposed to be executed round the clock and consultant must
provide necessary services accordingly.

Note: Any other special services pertaining to the project may be furnished.

ANNEXURE B
Sd/ 68 Sd/-
Contractor Executive Engineer
Reporting Requirements
The following reports and records are to be submitted to the engineer in
charge.

To Whom
S.No Description of Report Time of submission
to be sent
i) Materials review reports. Engineer in Whenever new stocks
charge of materials arrive on
work site. Before their
use in construction
work.
Daily/Weekly and as
ii) Inspection reports (The report -Do-.
frequently as required.
format is enclosed at appendix…)

Test data: All test reports and results Weekly.


iii) -do-
are to be furnished.

Quality audit reports (verification Engineer in


Fortnightly.
iv)
reports) of contractor’s QC tests. charge & chief
Engineer.

v) Quality certificates for authorizing Engineer in Before each payment


running payments of work done. charge.
of work bill.
vi) Quality certificates for completed Before final payment
work payments. -do-
of work bill.
Other records to be furnished are as
follows.
a) Specific examples of deficiencies Engineer in Soon after verification.
found and non - compliance. charge.
b) Evidence of compliance of -do- Soon after compliance.
corrective actions.
c) Suggestions for appropriate -do- Soon after detection
corrective action. of deficiencies.

Final report with final certificate -do- After work is


vii) about acceptance of work done completed

ANNEXURE C

Sd/ 69 Sd/-
Contractor Executive Engineer
Key Personnel and Sub consultants
(Refer Clause 4.1 of the Contract)
List under:
C-1 Titles [and names, if already available], detailed job descriptions minimum
qualifications and experience of personnel to be assigned to work, and
staff-months for each.
C-2 List of approved sub consultants [if already available]; same information with
respect to their personnel as in C-1.

ANNEXURE D
Breakdown of contract price in Indian Rupees
List here the elements of cost used to arrive at the breakdown of the lump sum price.
1. Monthly rates for personnel (Key personnel and other personnel).
2. Reimbursable expenditures.
This annexure will exclusively be used for determining remuneration for additional
services.

ANNEXURE E
Services and Facilities provided by the client

ANNEXURE-F
Form of Bank Guarantee
(Reference clause 6.4 of contract)
Sd/ 70 Sd/-
Contractor Executive Engineer
(To be stamped in accordance with stamp Act if any, of the country for issuing
bank)
Ref............................... Bank Guarantee.........................

Date:............................

Dear Sir,

In consideration of M/s, The Executive Engineer, Quality Control Division,


K.N.N.L. U.T.P. Shimoga. Karnataka, India (Hereinafter referred as the
‘Client’.
which expression shall, unless repugnant to the context of meaning there of
include its successors, administrators and assigns) having awarded to
M/S.........................
(herein after referred to as the ‘Consultant’ which expression shall unless
repugnant to the context of meaning thereof, include its successors,
administrators, executors and assigns), a contract by issue of client’s contract
Agreement No.....................
dated and the same having been unequivocally accepted by the consultant,
resulting in contract valued at ...........................................................................

................................................................................................................ for
...............................................................................................................................
......(Scope of work) (Hereinafter called the ‘Contract’) and the client having
agreed to make an advance payment to the consultant for performance of the
above contract amounting to................................................................ (in words
and figures) as an advance against Bank Guarantee to be furnished by the
consultant.

We.............................................................. (Name of Bank) having its Head


Office at..................................................... (Hereinafter referred to as the
Bank), which expression shall, unless repugnant to the context of meaning
thereof, include its successors, administrators, executors and assigns) do here
by the consultant to the extent of .......................................... as aforesaid at any
time up to............................. @ ....................................................... without any
demur, reservation, contest, recourse or protested/or without any reference to
the consultant. Any such demand mad by the client on the Bank shall be
conclusive and binding notwithstanding any difference between the client and
the consultant or any dispute pending before any court, tribunal, arbitrator of
any other authority. We agree that the guarantee herein contained shall be
irrevocable and shall continue to be enforceable till the client discharges this
guarantee.
The client shall have the fullest liberty without affecting in any way the
liability of the Bank under Guarantee from time to time to very the advance of
to extend the time for performance of the contract by the consultant. The client
have the fullest liberty without affecting this guarantee, to postpone from time
Sd/ 71 Sd/-
Contractor Executive Engineer
to time the exercise of any powers vested in them or of any right which they
might have against the client and to exercise the same at any time in any
manner, and either to enforce or to forbear to enforce any covenants, contained
or implied, in the contract between the client and the consultant any other
course or remedy of security available to the client. The bank shall not be
relieved of its obligations under these presents by any exercise by the client of
its liberty with reference to the matters aforesaid of any of them of by reason of
any other act of forbearance of other acts of omission of commission on the
part of the client of any other indulgence shown by the client or by any other
matter or thing whatsoever which under law would but for this provision have
the effect of relieving the Bank.
The Bank also agrees that the client at its potion shall be entitled to
enforce this Guarantee against the Bank as principal debar, in the forst instance
without proceeding against the consultant and notwithstanding any security of
other guarantee that the client may have in relation to the consultant’s
liabilities.
Notwithstanding anything contained herein above our liability under this
guarantee is limited to ........................... and it shall remain in force up to and
including.................... @ .....................................and shall extend from time to
time for such.................................period(not exceeding one year), as may be
desired by M/S ..............................on whose behalf this guarantee has been
given.

Date this....................day of .......................2007............at,


WITNESS
............................. ......................................
(Signature) (Signature)
.................................. ........................................
(Name) (Name)
............................................... .........................................................
(Official Address) Designation
(With Bank Stamp)
Attorney as per Power of
Attorney No.................
Dated..................
Strike out, whichever is not applicable.
The date will be sixty (60) days after the date of completion of contract.
(The date will be fixed as indicated in clause 6.4 of SCC)
The stamp papers of appropriate value shall be purchased in the name of Bank
which issues the ‘Bank Guarantee’.
The ‘Bank Guarantee’ shall be issued by a Bank (Nationalised/Scheduled)
located in India to be acceptable to the client.

ANNEXURE G

Sd/ 72 Sd/-
Contractor Executive Engineer
TESTING FACILITIES REQUIRED IN LABORATORIES. TESTING
FREQUENCIES AND TESTS REQUIRED TO BE CONDUCTED
The consultant should possess all the testing facilities as mentioned below and
conduct his independent testing to assure the quality of work
Sl.No. Name of the item Qty.
1 2 3
A SOILS TESTING LAB
1 Gradation
A Coarse Test sieves 45 cm of (8Nos with lid and pan) 4set
B Fine Test sieves 29cm & (8Nos with lid and pan) 4set
C Hydrometers 4 sets.
D Glass jars 1000 ML capacity 4sets.
II Atter bergs Limit
A Liquid limit Device with counter and one casagrande 1No.
grooving tool I.S.2720 Part-V
Wash Bottle plastic
Porcelain bowl.
B Spatula complete set as above
Plastic Limit set 4sets.
C Shrinkage limit I.S. 2720 (Part-VII) I.S. 10077 4sets.
D Shrinkage cups. Complete set as above. 4set
III (i) Proctor Test apparatus-complete 4Nos.
(ii) Counter scale Balances 10 Kgs. Capacity- 2Nos
(iii) Digital weighing balance of 1g accuracy
B CONCRETE TESTING LABORATORY
AGREGATES TESTING
1 Cylindrical metal measure 3 Liters, 15 Liters, 30 Liters, 4sets.
with I.S.I. Mark (set of 3)
2 Coarse test sieves aggregate 45 cm dia.
4sets.
3 G.I. Frame. 80mm, 60mm, 40mm,20mm 16=5mm 10mm, 4set
5.6mm, 4.75mm, Lid &Receiver(Set of 8 Sieves).
4 a)Fine aggregate sieves 20cm dia., Brass frame 4.75mm, 4set
1.18mm, 2.36mm, 600 Microns, 300 Microns, 150
Micron, Lid and receiver)

b) (set of 9 sieves) sieve shaker.


2 Nos
5 Aggregate Crushing Valve apparatus
1No.
6 Coarse Test sieves 30cm. Dia., G.I. Frame 12.50mm, 4
10mm,& 2.36mm(set of 3 sieves) set(3Nos.)

7 Aggregate impact tester with Blows counter 1No.

II CEMENT TESTING

Sd/ 73 Sd/-
Contractor Executive Engineer
1 Vicat apparatus with Dashpot with I.S.I. Mark, I.S. 5513 10 Nos.
ACCESSOREIES
a) INITIAL Needle in Plastic Case
b) Final Needle in Plastic case
c) Consistency plunger
d) Stop Watch Digital
2 Cube mould cast iron 70.60 mm with I.S.I. Certification 50 Nos.
mark I.S. 10080
3 High Frequency Vibration 12000 r/pm capacity 1No.
4 Vibration Machine (Also called Mould Vibrator or Mortar 1No.
cube Vibrator)
5 2000 KN compression Testing Machinery Electrically 1No.
operated, with two gauges
III Concrete testing
i)Slump test apparatus I.S. 7320 3 Nos.
ii) Mould cast iron for 150mm cube with ISI mark I.S. 100 Nos.
10086
iii) Concrete core drilling machine with diamond core Bits 1set
500m & 200 log and 500m longx700m long with all
accessories to extract 50mm & cores
iv) Concrete Mixer 4setso.
v) Thermostatically controlled electrical oven 3Nos.
vi) Analytical balance with weight box capacity 200 Gms. 2m
vii) Electronic weighing Machine 1gr-6Kg. 1No.
viii) Glass ware live Brucels pipettes, Graduated Jan, L.S.
Desiccators, Wash bottles, Thermometer etc.,
ix) Miscellaneous item like moisture can, Trays, C.I. L.S.
Mortar & Pasties etc.,
x) Rebound hammer 1No.

NON DESTRUCTIVE TESTING EQUIPMENT

1) Concrete workability meters


2) Ultra sonic pulse velocity equipment
3) rebound hammer

Sd/ 74 Sd/-
Contractor Executive Engineer
TESTS AND THEIR FREQUENCIES
Sl. TEST FREQUENCY OF TEST
No.
(I) SOILS FOR
EMBANKMENT
CONSTRUCTION
a) Grain size analysis for One test when ever borrow
Classification area changes/as per
instruction of Engineer in
charge
b) Atterberg limit test…
c) Specific Gravity Test
d) Field Density and Moisture One test in
Content Tests 60 m of earth work or in each
layer laid on embankment
h) Standard proctor Test…….. One test per 30000 cum of
borrow area
i) Moisture content One test in each sample

(II) FINE AGGREGATE

a) Gradation one test for 50 cum,

(IV) COARSE AGGREGATE

a) Gradation one test for 100cum


b) Aggregate Impact value One test when ever Quarry
change occurs or Strata
change occurs
c) Aggregate crushing value

d) Aggregate abrasion value

(V) CEMENT TEST


a) Fineness by specific One sample from,
surface
b) Setting Times consignment of 1000bags

c) 3 days, 7 days and having same Batch

d) 28 days strength No. of same cement factory

e) Standard Consistency

Sd/ 75 Sd/-
Contractor Executive Engineer
(VII) FRESH CONCRETE
a) Water Cement Ratio
b) Slump Twice per shift
c) Temperature

d) Unit Weight

e) Ingredient Analysis of fresh Once daily


concrete
f) Casting of concrete cube 4 Samples of C.C. Cubes for
specimens for determining 50cum C.C.+ one sample for
28 days strength each additional 50 cum or
part there of per shift

(VIII) HARDENED
CONCRETE
a) One test for 500m of lining
Core test
b) Tests of rebound Hammer On each element of structure

Sd/ 76 Sd/-
Contractor Executive Engineer
KARNATAKA NEERAVARI NIGAM LIMITED
(A GOVERNMENT OF KARNATAKA ENTERPRISE)

TENDER DOCUMENT

Name of Work: Third party inspection for Modernisation of


Tunga Anicut canal network system from Ch 34.00 km to 101.60
km and Distributories from Dy No26 to 62 including Structures
of TLBC and from Ch 26.00 km to 53.80 km and distributories
from Dy no 22 to 38A including structures of TRBC Package-2

Name of Division: Office of The Executive Engineer


KNNL, QC Division, UTP
Shimoga

Sd/ 77 Sd/-
Contractor Executive Engineer

Anda mungkin juga menyukai