note: down load price bid format and fill-up in percentage

41
1 BIDDER CHIEF ENGINEER VISAKHAPATNAM REQUEST FOR PROPOSAL BID DOCUMENT (3 rd Party Quality Control) GREATER VISAKHAPATNAM MUNCIPAL CORPORATION VISAKHAPATNAM Name of the work: Request for Proposal for Conducting 3 rd party quality control for the financial year 2016-17& 2017-18 of all Engineering Works Excluding Projects of GVMC including Bheemili & Anakapalli (Public Works, Electrical, Mechanical, Water Supply, UGD and Horticulture works) Note: Down Load Price Bid format and fill-up in Percentage manually and upload the scan copy of the Price Bid format with authorized signature.

Upload: trinhtuong

Post on 05-Jan-2017

222 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Note: Down Load Price Bid format and fill-up in Percentage

1

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

REQUEST FOR PROPOSAL

BID DOCUMENT

(3rd Party Quality Control)

GREATER VISAKHAPATNAM MUNCIPAL CORPORATION

VISAKHAPATNAM

Name of the work: Request for Proposal for Conducting 3rd party quality

control for the financial year 2016-17& 2017-18 of all

Engineering Works Excluding Projects of GVMC including

Bheemili & Anakapalli (Public Works, Electrical,

Mechanical, Water Supply, UGD and Horticulture works)

Note: Down Load Price Bid format and fill-up in Percentage manually

and upload the scan copy of the Price Bid format with authorized

signature.

Page 2: Note: Down Load Price Bid format and fill-up in Percentage

2

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

NOTICE INVITING TENDER

1. Department Name : GVMC, VISHAKAPATNAM 2. Tender Number : 3 Tender Subject : Request for Proposal for Conducting 3rd

party quality control for the financial

year 2016-17& 2017-18 of all

Engineering Works Excluding Projects

of GVMC including Bheemili &

Anakapalli (Public Works, Electrical,

Mechanical, Water Supply, UGD and

Horticulture works)

4 Period of Contract : 24 Months 5 Form of Contract : Percentage basis (%)

6 Tender Type : Open

7 Tender Category : 3rd party Q.C.

8 EMD/ Bid Security : Rs.2,00,000/-

9 EMD/ Bid Security payable to : Commissioner, GVMC, Visakhapatnam

10 Tender Fee : Rs. 15000/- (INR) (non-refundable

amount) 12 Tender fee payable to : Commissioner GVMC

13 Bid Document downloading start Date

: 05.05.2016 after 5.00 P.M.

Bid Document downloading end Date : 23.05.2016 at 3.00 P.M.

15 Bid submission closing Date : 23.05.2016 at 3.30 P.M.

16 Bid Submission : Online

17 Pre-qualification/ Technical bid Opening Date (Qualification and Eligibility stage)

: 25.05.2016 after 4.00 P.M.

18 Price bid opening Date (Financial Bid Stage)

: 30.05.2016 after 4.00 P.M.

19 Place of Tender opening : O/o. CE,GVMC, Visakhapatnam 20 Officer Inviting bids : Commissioner, GVMC, Visakhapatnam 21 Address : Commissioner, GVMC, Tennati Bhavan,

ramnagar, visakhapatnam –530 012

22 Contact Details : 0891 2746301-7

EE cell No: 9848308841, 9948525281

Page 3: Note: Down Load Price Bid format and fill-up in Percentage

3

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

Deliverables of the EOI: Request for Proposal for Conducting 3rd party quality

control for the financial year 2016-17& 2017-18 of all

Engineering Works Excluding Projects of GVMC including

Bheemili & Anakapalli (Public Works, Electrical,

Mechanical, Water Supply, UGD and Horticulture works).

Period of Contract: - 24 months

Note: Down Load Price Bid format and fill-up in Percentage manually

and upload the scan copy of the Price Bid format with authorized

signature.

Page 4: Note: Down Load Price Bid format and fill-up in Percentage

4

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

Tender Schedule

GREATER VISAKHAPATNAM MUNICIPAL CORPORATION

VISAHAPATNAM

Tender Notice No :

Name of Work: Request for Proposal for Conducting 3rd party quality

control for the financial year 2016-17& 2017-18 of all

Engineering Works Excluding Projects of GVMC including

Bheemili & Anakapalli (Public Works, Electrical,

Mechanical, UGD Water Supply and Horticulture works)

Page 5: Note: Down Load Price Bid format and fill-up in Percentage

5

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

INDEX

Sl.

No.

Conten

ts Part I: Technical Proposal

1 Tender Notice

2 Tender Notice cum General Instructions to Tenderers

3 Term of Reference

4 General Conditions of Contract

5 Form - F1 to 5

6 Form of Agreement

Part II: Financial Proposal

Page 6: Note: Down Load Price Bid format and fill-up in Percentage

6

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

Part I

Technical Proposal

Page 7: Note: Down Load Price Bid format and fill-up in Percentage

7

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

GREATER VISAKHAPATNAM MUNICIPAL CORPORATION, VISAKHAPATNAM

Tender Notice cum General Instructions to Tenderers

Name of work: Request for Proposal for Conducting 3rd party quality control for the

financial year 2016-17& 2017-18 of all Engineering Works Excluding

Projects of GVMC including Bheemili & Anakapalli (Public Works,

Electrical, Mechanical, UGD, Water Supply and Horticulture works)

Request for Proposal is invited from reputed Consultancy Firms experienced in

offering third party Quality Control Services to Govt.

Departments for 3rd party quality control of all Engineering Works

(costing above Rs.1.00 Lakhs) Excluding Projects of GVMC including

Bheemili & Anakapalli (Public Works, Electrical, Mechanical, Water

Supply, UGD and Horticulture works) for the financial year 2016-17 &

2017-18.

1. Background: GVMC under takes various engineering works i.e Public Works,

Electrical, Water Supply, UGD and Horticulture works for the financial year

2016-17 & 2017-18.

a) Cement Concrete Pavements b) Bituminous Road Works including earthen embankments, GSB & WMM layers c) Storm Water Drains d) RCC Buildings e) Culverts & Bridges f) Other civil works

g) Water Supply works h) Horticultural Works i) Electrical Works j) Mechanical Works

GVMC intends to engage independent 3rd party agency to assess the quality of works executed in GVMC area and to take necessary remedial measures in case of shortfalls in quality if any found apart from utilising their services to educate GVMC Engineers and construction agencies so as to take the standards of quality to national standards.

2. Purpose:

E Independent assessment of quality of construction works by third party agency to ensure that the Engineering Works are constructed with good construction materials & as per desired standards of quality construction and to motivate Contractors to achieve above aspects.

Page 8: Note: Down Load Price Bid format and fill-up in Percentage

8

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

E The 3rd party quality control agency shall provide an independent assessment of the quality of Engineering Works at different stages of construction. The agency shall setup a quality control system with the help of prescribed testing norms laid through a competent team of appropriate technical personnel. The agency/agencies engaged shall be responsible for assessing quality of basic input materials, workmanship and final product by conducting appropriate tests (both field & laboratory) including periodical supervision of Engineering Works at appropriate stage of construction.

E The consultant shall deploy the professionals & sub ordinates as per ToR

of Each Zone and shall issue report of completed works. E During pre-construction and post – construction inspections, the consultant

shall highlight the problem area if any, and also suggest steps/ solution for the same so as to achieve the desired target of quality.

3. Qualification criteria for participating in the Tenders.

The bids are limited to those individuals, firms, companies and joint ventures who

meet the following qualification and the eligibility requirements and here in after

referred to as bidder.

The bidder should have a valid registration with the government of Andhra Pradesh/ Government of other states / Central Government / PSUs. In case of Joint Venture:

a) The lead partner should have a valid registration with the government of

Andhra Pradesh/ Central Government / PSUs and the total members of the

Joint venture should not be more than two.

b) The Joint venture partners should have a legally valid agreement for joint and

individual responsibilities.

(In case of Joint venture cumulative physical experience will be taken into account)

a. Consultancy firms should be in existence at least for the last 5(Five) years in the field of Consultancy for Engineering Works i.e., Quality assurance and control fields

b. The Consultant firms should have experience of Third Party Quality Control

services for Engineering works for a minimum period of 5 (Five) years out of which at least three years in State/Central Govt. Sectors during the preceding 10 years.

c. The bidder should have Consultancy Service Charges for similar nature of works of value not less than Rs.100.00 Lakhs/ similar nature of works shall be inspected by the agency not less than Rs.100.00 Cr in any one financial year during the last Five financial years. The tenderers should submit latest Audited Balance Sheet duly certified by the Chartered Accountant.

d. The Prime bidder shall have owned Engineering laboratory at Visakhapatnam that has accreditation by National Accreditation Board for Testing and Calibration Laboratories (NABL).

e. The Consultancy firm shall have valid registration

Page 9: Note: Down Load Price Bid format and fill-up in Percentage

9

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

f . The Firm / Company should have full-fledged established ( l abo ra t o ry ) /

office (Testing Equipment list is specified in Visakhapatnam with facilities like telephone, computers, printers, Fax, e- mail facilities & Software’s like MS Office, etc.

g . MANPOWER REQUIREMENT Quality Assurance Assistance :

Sr.No.

Position

1 Senior Manager (Post Graduate Engineer with 5 years’ Experience or Degree in Civil Engineering with minimum experience of 10 years in Quality Control, Quality Assurance and Quantity Survey of Housing, Water Supply, Sewerage, Roads, Drains, Buildings, Interior work etc.

2 Mechanical Engineer (Graduate in Mechanical Engineering with minimum experience of 5 years )

3 Sr. Electrical Engineer ((Degree in Electrical Engineering with minimum experience of 5) 4 Junior Engineer (Degree in Civil Engineering with minimum 3 Years or

Diploma in Civil Engineering with 5 years’ experience in Quality Control,

Quality Assurance and Quantity Survey of Housing, Water Supply, Sewerage, Roads, Drains, Buildings, Interior work etc.

6 Technical Inspectors ( Diploma in Civil Engineering with

3 years’ experience or ITI with 5 years’ experience in Quality Control, Quality

Assurance and Quantity Survey of Housing, Water Supply, Sewerage, Roads,

Drains, Buildings, Interior work etc.

7 Lab Technicians

5 years’ experience in Quality Control, Quality Assurance and Quantity Survey of Housing, Water Supply, Sewerage, Roads, Drains, Buildings, Interior work etc.

STAFF PATTARN FOR ZONE WISE :

Note : The above technical persons need to be allotted exclusively for each Zone

any changes need to be taken prior approval agreement authority.

The deployment is on a continuous basis throughout the contract period.

S.No Consultant Team

Members

ZONE Wise Deployment of Staff Total no of

Personnel'

s 1 2 3 4 5 6 7 8

1 Sr Managers 1 1 2

2 Jr. Manager /Engineer 1 1 1 1 1 1 1 1 8

3 Technical Inspectors 4 4 4 4 4 4 4 4 32

4 Lab Technicians 1 1 1 1 4

5 Mechanical Engineer 1 1

6 Electrical Engineer 1 1

TOTAL no of Personnel’s 48

Page 10: Note: Down Load Price Bid format and fill-up in Percentage

10

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

I. The Consultancy firms shall not enclose unnecessary reports/ papers

such as DPR Preparation certificates etc., other than Quality

Assurance and control and also highlight the fields required for

speedy Technical Evaluation of Bids submitted.

Note:

i. In support of qualifying criteria, the details and certificates are to be furnished as per the annexure’s available in the tender schedules.

ii. Financial turnover of previous years shall be given a weightage of 10% per year to bring them to 2015-16 price level.

iv. The tenderer if he/they are found to have mislead or furnished false information in the forms / statements / certificates submitted in proof of qualification requirements is subjected to be disqualified and liable for black-listing and forfeiture of bid security,.

v. Even while currency of the contract, if found that the agency had produced False/fake certificates of experience he will be liable for black-listing and the contract will be liable for termination and liable for forfeiture of Bid security and all the amounts due to him.

vi. The bidder should submit a copy of PAN CARD and Income Tax returns for the period i.e., last five years specified above.

vii. Sub-Contracting is not allowed. viii. GVMC reserves the right to relax the conditions uniformly if required for

eligibility of the bidders in the public interest. The bidder(s) shall not have any right to question the decision taken by the GVMC in this regard.

4. Bid Security: The tenderer shall furnish bid Security for Rs.2.00 lakh in the form of demand draft/ Bank guarantee by a nationalised Bank with validity period up to 30.07.2018 (If required the validity shall be extended for a period of additional one month without any financial reimbursement by GVMC ) in favour of the Commissioner, GVMC, Visakhapatnam, The Bid Security is liable to be forfeited if successful bidder fails to execute the agreement within 15 days from the date of issue of Letter of acceptance. The bid security of unsuccessful bidders will be discharged on finalizing the contract.

5. The following documents are enclosed to enable the agencies to submit their proposal:

1) Terms of reference (TOR) 2) General Conditions of the Contract 3) Forms F-1-5 4) Form of Agreement.

6.1 Submission of the proposals: The proposals shall be submitted in two parts viz., Part 1-Technical and Part II- Financial and should follow the procedure given below: 6.2. Tenderer shall quote rates both in figures and words.

Page 11: Note: Down Load Price Bid format and fill-up in Percentage

11

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

6.3 Opening of Technical Proposal: The uploaded Documents containing technical proposal only will be opened by the Chief Engineer, GVMC or his authorized representative in his office at the time mentioned in the e-Procurement tender notice in presence of such consultant or their authorized representative who may choose to be present. It may please be noted that the second envelope containing the detailed price offer will not be opened until technical evaluation has been completed and approved by the competent authority.

7. Evaluation A two-stage procedure will be adopted in evaluating the proposals with the technical evaluation being completed prior to any financial proposals are opened. The technical evaluation will be carried out on the information & documentary evidence furnished by the tenderer along with Technical Proposal. All firms who satisfy the qualifying criteria will be declared successful in technical proposal and the financial proposals of only those tenderers who are declared successful in technical proposal will be opened.

8. Award of Contract (a) The Financial proposals will be opened on the prescribed date & time as per e-Procurement Tender Notice which will be intimated to all technically qualified tenderers in advance. (b) The financial offer shall include all taxes and other incidental charges. 9. It may be noted that GVMC is not bound to select any of the firms submitting proposals. Further, as quality of service is the principal selection criterion, client/GVMC does not bind itself in any way to select the firm offering the lowest price if the lowest rates quoted are found not workable. 10. The firms are requested to hold their proposal valid for 120 days from the date of opening financial proposal without changing the personnel proposed for the assignment and the proposed price. The client will make its best efforts to select firm/firms within this period. 12. Assuming that the contract can be satisfactorily concluded in one month, the firms are expected to take up/commence the assignment within one month. 13. It may be noted that the remuneration, which will be received from the contract, will be subject to normal tax liability in India. The concerned tax authorities may be contacted for further information in this regard if required. 14. The quantum of work can be increased or reduced and the payment will be released for the services actually offered at the approved rates. The GVMC reserves the right to change the area of operation allocated to the agency. 15. Commissioner,GVMC, Visakhapatnam reserves the right to accept or reject any or all bids without assigning any reasons whatsoever. 16. The dates stipulated in the NIT are firm and under no circumstances they

Page 12: Note: Down Load Price Bid format and fill-up in Percentage

12

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

will be relaxed unless officially extended. 17. The tenderers are hereby instructed not to alter and make any changes to the tender documents. If any changes are made by tenderer, it shall be treated as tampering of documents and the bid shall be summarily rejected. 18. The tender is likely to be rejected if on opening it is found that –

i. The bid security is not enclosed ii. The tenderer has not strictly followed the procedure laid down for submission

of tender. iii. The tenderer has proposed conditions which are inconsistent with or

contrary to the terms and conditions specified. iv. The tenderer has not signed the tender. vii. The tenderer has specified any additional condition. viii. The tenderer has quoted financial offer anywhere other than specified in

financial bid. 19. If there is any discrepancy between the offer quoted in figures and in words, the rate quoted in words will be treated as the offer.

Enclosures: 1. Terms of Reference. 2.Condition of Contract. 3. Forms 1- 5. 4. Form of Agreement 5. Part II Financial Proposal

Page 13: Note: Down Load Price Bid format and fill-up in Percentage

13

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

TERMS OF REFERENCE

1. OBJECTIVES The main objective of this assignment is to obtain independent assessment of the quality assurance and certification of all construction works executed by Contractors. The 3rd party Quality Control Agency shall provide an independent assessment on the quality of the works at different stages of construction. It shall setup a quality control system with the help of prescribed testing norms through a competent team of Technical Personnel. The consultant employed shall be responsible for assessment of quality control of both materials & workmanship and visual inspection of engineering works at appropriate stage of construction regularly. For visual inspection of the civil works the consultant shall deploy the professionals & subordinates as per need of assignment and shall issue reports accordingly. The consultant shall highlight the problem area if any, and also suggest steps/solutions for the same so as to achieve the desired standards of quality products. For quality control, the consultant shall carry out testing at random (both field & laboratory) of materials used in construction work, workmanship and final product of construction work.

1. SCOPE OF WORK

The services, duties & responsibilities will include but not be limited to the following :

1.1. To see that all works are executed as per the approved Design, Drawings, BOQ and contract documents.

1.2. To monitors Quality Control and furnish necessary reports. 1.3. Represent the interest of the GVMC vis-à-vis the Contractor in any

manner related to the Construction and the proper execution thereof. 1.4. Supervise, & to monitor Third Party Quality Control and ensure all steps

for effective and smooth execution of projects as per the guidelines and specifications with due instructions from GVMC Engineering Staff.

1.5. Should prepare Fortnight, Monthly, and Quality Assurance Reports and submit to the Client for the approval.

1.6. To ensure that the construction works are in accordance with the technical specifications, Management Plan and other stipulation of construction contract documents and the construction methods proposed by the contractor in compliance with the above stipulations particularly, in relation to contractors construction equipment and other resource employment.

Page 14: Note: Down Load Price Bid format and fill-up in Percentage

14

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

1.7. To conduct special tests of materials and/or completed works, order removal and substitution of improper materials and / or works as required.

1.8. To supervise and check the operations, quality control of the works carried out under Contract.

1.9. Prepare quality reports fortnightly/monthly to furnish to Engineer-in-charge.

1.10. Ensure testing of material in the laboratory on the basis of the provisions in the contract and perform all laboratory and field testing of materials and products needed to assure that the quality as specified in the contract documents is attained.

1.11. Perform all other tasks not specifically mentioned above but which are necessary, and essential to successfully supervise all construction activities in accordance with the terms of the works contract with approval.

1.12. The technical persons engaged by agency should be physically present ( not less than 60% of value of work) on all-important works like RCC, BT, CC works

3. Quality Assurance

The tasks of the Q.A. people are as detailed below, a. Carry out pre-Construction Quality Assurance checks for all materials as

per the relevant codes and mentioned in Technical specification.

b. Carry out Quality Assurance checks during the Construction/ progress of works as per the relevant codes and Frequencies.

c. Carry out Quality Assurance checks after construction (Post Construction checks.)

The role of Quality Assurance consultant shall be conducting detailed checks of activities of construction right from the starting stage to the finishing stage. This would involve collection of samples and arrange testing. The consultant would be reporting to the Client through its reports. All the tests and quality assurance inspections would be conducted as per the laid down specifications.

a. Establishment of central reporting station at Visakhapatnam for all kinds of communication and weekly reporting to the Commissioner, Greater Visakhapatnam Municipal Corporation for all types of quality tests. The Q.A reports in technical, systematic informative and qualitative manner.

b. The team would be working in Visakhapatnam for conducting Q.C tests.

b. Field staff with required mobile testing equipment for onsite

inspections including random checks of the works.

d. The following test to be conducted:

Page 15: Note: Down Load Price Bid format and fill-up in Percentage

15

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

3.1 TESTS ON MATERIALS

1. Tests on Cement a. Standard Consistency b. Fineness c. Initial and final setting times d. Soundness e. Compressive strength f. Specific gravity

2. Tests on fine aggregate 3. Tests on coarse aggregate 4. Compressive strength of Concrete (Cubes) 5. Physical Test and Tension test on steel rods 6. All tests on Bricks 7. Concrete Mix design 8. Sieve Analysis of Fine and Coarse aggregates.

3.2 Tests on Soils:

1. Soil tests on bored samples including borings. 2. Pile load and plate load test. 3. Tests on undisturbed soil sample. 4. Compaction tests (Standard and Heavy) 5. Consolidation test. 6. Sieve analysis 7. Hydro meter analysis 8. Swelling pressure test. 9. Tests on disturbed samples. 10. Shear tests 11. Unconfined compression test. 12. Liquid Limit and Plastic limit.

3.3 Tests on Roads:

1. Tests on Bitumen 1.Tests on Concrete a. Penetration b. Softening point c. Flash & Fire point d. Ductility test e. Solubility test f. Loss on heating g. Specific gravity h. Bitumen Extraction test i Stripping value, marshall

stability, flow, density & void ration etc.,

a. Mix Design b. Coarse and Fine Aggregate tests as per Clause no 3.3 of 2 & 3 c. Core Cutting Samples minimum of 3 for small roads and maintain frequency of tests according to the MORTH specifications.

Page 16: Note: Down Load Price Bid format and fill-up in Percentage

16

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

1. Tests on Bitumen a. Penetration b. Softening point c. Flash & Fire point d. Ductility test e. Solubility test f. Loss on heating g. Specific gravity h. Bitumen Extraction test i. Stripping value, marshall stability, flow, density & void ration

etc.,

2. Tests on Coarse Aggregates a. Impact value b. Crushing value c. Los Angles abrasion d. Flakiness / Elongnation Index e. Water absorption f. Specific gravity

3. Tests on Fine Aggregates a. Specific gravity, b. Bulking c. Density d. Soundness tests 5 cycles e. Material passing through 75 micron IS sieves

4. Mix Design

a. Job mix formulae for any one of SDBC,BM,DBM,BC. b. pavement Quality Concrete

(PQC), RCC, PCC. c. Marshall stability testing on Bituminous

Mixes or hardness test for Mastic Asphalt on prepared sample. 5. Field Test

Pavement design of sub-grade by CBR method.

In addition, the consultant need to check the manufactures test certificates for the materials like pipes & fittings, electrical items, steel, cement, Bitumen (for Grade) etc. The contractor will have to provide these certificates, to the consultants at the time of inspection.

a. The consultant shall faithfully conduct tests/checks and sampling required to be executed by them as per Andhra Pradesh Standard specifications/IRC Specifications/ IE rules/ MORTH/MORD/ IS/PH&MED Specifications to the contractors.

b. The Consultant will be fully responsible for the authenticity of the

test results and submit test results in original to the Commissioner, Greater Visakhapatnam Municipal Corporation without any hindrance of work.

Page 17: Note: Down Load Price Bid format and fill-up in Percentage

17

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

3.4 The technical information such as the acceptable limits of the respective tests. 3.5 The basic information whether the required equipment has been used during

the work such as

a. 8-10 tones roller (s) b. Vibrator (S) c. Paver (S) d. Concrete Mixer (S) e. Steel centering f. Survey Instruments including total station g. Equipment for condition survey on road and bridges h. Sieves of all sizes i/c sieve shaker and balances of required capacity.

Cube strength testing machine j. Core cutting machine k. Equipment for cement testing l. USPV (Ultra Sonic Pulse Velocity) Meter m. Moister Meter n. Hammer of all sizes require to e used in building work o. Rebound

hammer p. Leak Detection Equipments q. Other miscellaneous equipments such as Screw Driver, Plumb –

bob. Ovens, Slump Cone, Graduated Measuring Cylinders of required capacity, Gauge Tape Vernier Calliper, Magnifying Glass, Sprit Level, Vibration Table, Dial Gauge etc.

r. Project Specific instrument, if required. 3.6 PROCEDURE OF INSPECTION 3.7 The Field Quality Assurance staff at the site, which will be headed by one Senior Manager/ Engineer, would inspect the construction and other activities. Field Quality Assurance team would consist of Jr.Managers/Engineers from the discipline of civil engineering and one from the discipline of electrical engineering and one from the discipline of Mechanical Engineer. The consultant would be provided schedule of works likely to be executed in the next week in advance concerned Executive Engineer. so that consultant may plan weekly programme in advance. Besides this, there would be Junior Engineers/Supervisors having similar specialization as mentioned above, Lab Technicians and Field Assistant. However its exact composition will depend upon the, scope of work and the workload based on number of contracts executed by Greater Visakhapatnam Municipal Corporation.

3.8 After obtaining the construction programme and the work schedule from EE, a joint visit of the Greater Visakhapatnam Municipal Corporation Engineers to the sites for inspection and overall appraisal shall be undertaken.

3.9 All Tests, checks are to be carried out as per relevant IRC Codes and IS Specifications, APSS and as per IE rules, Agreements and Drawings for qualitative and quantitative analysis.

Page 18: Note: Down Load Price Bid format and fill-up in Percentage

18

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

3.10 The Consultant shall make its own arrangements for transport including local travel and for his Office accommodations. 3.11. The name of the personnel to be deployed along with their CV's shall be approved to the Client/GVMC

.3.12 The consultant shall communicate tentative inspection schedule to the concerned Executive Engineer as well as Dy.Executive Engineer whenever the core cutting is planned. The Consultant shall also communicate the schedule of lab testing of all materials including steel Reinforcement, Concrete Cubes, Concrete Cores and BT Cores etc., well in advance to the concerned Executive Engineer as well as Dy.Executive Engineer GVMC through electronic mail or SMS to enable them to witness the tests at random. 3.13 The consultant shall bring to the notice of S.E, E.E and Dy.E.E., immediately, if any work is found being executed with change of specifications and / or change of site without approval of competent authority. If in his opinion it is found necessary to change specifications or modify design, the same shall be brought to the notice of concerned Executive Engineer if the work is above Rs.1.00 Lakhs 3.14 After the work is completed, consultant shall issue final Quality Control report after due verification of various items of work. The final report shall consist of action taken report of site engineers if any on the earlier reports, lab and field test results of the finished products and general comments on overall quality of work based on visual inspection. 3.19 Reports of material testing at site and lab should be provided by the consultant in two hard copys one each Clint and Contractor. 3.20 In respect of RCC pipes, the Consultant shall visit the factory to witness the tests conducted and the results shall be incorporated in the inspection report. The consultant shall inform to the Executive Engineer and D y . Executive Engineer, GVMC whenever such inspections are planned. The Executive Engineer and Dy. Executive Engineer, GVMC shall also visit the factory to witness such tests for some works selected at random. 3.21 In respect of RMC and Hot Mix Asphalt, the Consultant shall verify the batch sheets and the same shall be mentioned in the inspection report. The Consultant shall endorse on such batch sheets that the verification is done. Scanned copies of all such verified documents shall be communicated to the concerned Executive Engineer, Dy.Executive Engineer & the SE,GVMC through electronic mail. 3.22 The cement used in construction work should be fresh and not older than 3 months. It should be ascertained by the consultant and mentioned in the inspection report also. 3.23 From starting of work to the completion, photographs of work should be taken in every visit at different stages and enclosed with the respective inspection reports.

Page 19: Note: Down Load Price Bid format and fill-up in Percentage

19

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

3.24. The concerned Executive Engineer will furnish the completion plan to the 3rd

party Consultant only after the Final Bill Abstract is finalized. 3.25. All the reports should be both in soft ware & Two no’s of hard copies. 3.26. For every test field officer/incharge Engineer signature is essential.

4. SCHEDULE FOR COMPLETION OF ASSIGNMENT The time schedule for completion of job is Two year from the date of assignment.

5. FORMATS 5.1 The work wise Inspection Reports shall include the following details:

a. Inspection Report No. b. Name of the work c. Estimated Cost d. Name of the construction agency e. WIN Code and Work order No. f. Names of the In charge GVMC Engineers g. Observations, action taken on earlier observations, test results, remedial

measures, suggestive measures h. Standard formats meeting the requirements of respective IS/IRC/MORTH

standards shall be used for test reports (field tests as well as laboratory tests). While mentioning the strength/thickness/density etc the target values & tolerances (if any) as per specifications/IS/IRC/MORTH standards shall be mentioned.

5.2 Monthly abstracts shall incorporate the following:

(a) Report for the month of ----------------------- (b) No. of works inspected (c ) No. of visits made (d) No. of Inspection reports submitted (e) No. of final reports submitted (f) No. of tests carried out category-wise (g) No. of major adverse remarks made (h) No. of tests failed to conform to standards (i) No. of ATRs received from field Executive Engineers (j)Summary of observations (k )Recommended remedial measures Monthly report shall contain copies of inspection reports where major

adverse remarks are made and copies of test reports where test results failed to conform to the standards 5.3. Consolidated Quarterly Report shall incorporate all information of monthly abstracts for that quarter. 5.4 Annual Report shall incorporate the following:

(a) Annual summery (b) Copies all inspection reports (c) Copies of all test reports (d) Copies of all registers maintained

Page 20: Note: Down Load Price Bid format and fill-up in Percentage

20

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

6. SUBMISSION OF REPORTS TO

The consultant shall submit their reports from time to time as follows: 6.1. To the Concerned Executive Engineer and Dy.EE, GVMC All work wise

Inspection Reports 6.2 To the EE, GVMC and DYEE, GVMC - Final Reports and Fortnightly Abstracts

7. PAYMENT SCHEDULE:

The payment to the consultant in consideration of the services offered

by them shall be made @ the agreed %age on the value of work done. The

consultant shall submit the bills each work wise to the concerned EE’s duly

recorded by concerned AE/AEE and verified by Dy.EE for every One months.

Page 21: Note: Down Load Price Bid format and fill-up in Percentage

21

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

GENERAL CONDITIONS OF CONTRACT 1. GENERAL PROVISIONS 1.1. Definitions Unless the context otherwise requires, the following terms whenever used in the Contract have the following meanings:

a. “Applicable Law” means the laws of India and the State of Andhra Pradesh and GVMC, Visakhapatnam.

b. “Client” or “Employer” means Engineer-in-Chief, GVMC, Visakhapatnam Representing GVMC.

c. “Consultant” means the agency which has entered into contract with GVMC

to provide 3rd Party QC Services. d. “Contract” means the Contract signed by the Parties, to which these General

Conditions of Contract (GC) are attached, together with all the documents of such signed Contract;

e. “GC” means these General Conditions of Contract; f. “Government” means Government of Andhra Pradesh or GVMC as appropriate

to the context; g. “Local currency” means Indian Rupees; h. “Party” means the client or the Consultants, as the case may be, and Parties

means both of them; i. “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;

j. “Services” means the work to be performed by the Consultants pursuant to this contract as described in ToR.

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 - English 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 the party to whom the communication is addressed as indicated in the agreement. 1.5 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 shall be taken or executed by the authorized representative of consultant. 2.0 COMMENCEMENTS, COMPLETION, MODIFICATION AND TERMINATION OF CONTRACT. 2.1 Commencement of Services The Consultants shall begin carrying of the services immediately after issue of work order or signing the contract

Page 22: Note: Down Load Price Bid format and fill-up in Percentage

22

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

2.2 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 client and the consultant. 2.3 Force Majeure

2.3.1 The Terms and conditions mutually agreed upon this contract shall be subject to Force Majeure

2.3.2 Neither client nor the consultant shall be considered in default in the performance of its obligations here under for such period, if such performance is prevented or delayed because of war, hostilities, revolution, civil commotion, general strike, epidemic, accident, fire, wind, flood, earthquake or because of any law or order proclamation, regulation or ordinance by any government or of any sub division thereof or an order by court of law, any act of god and state or any other cause whether of similar or dissimilar nature beyond the reasonable control of the party affected. 2.3.3 Should one or both the parties be prevented from fulfilling their contractual obligations by a state of Force Majeure lasting continuously for a period of one month, the parties shall consult with each other regarding future implications on this contract. 2.3.4 In the event of force Majeure both parties shall put in their best efforts towards resumption of the works at the earliest and shall put in their best efforts towards mitigating the cost incurred by the other party. 2.4. Termination. 2.4.1. 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) below (a) If the consultants do not remedy the failure in the performance of their obligation 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 consultants become insolvent or bankrupt. (c) If the consultants, in the judgment of the client has engaged in corrupt or fraudulent practices in competing for or in executing the contract. (d) 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 thirty(30) days. 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 or in contract execution.

“Fraudulent Practice” means misrepresentation of facts in order to influence a selection process or the execution of 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. 2.4.2.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 below:

Page 23: Note: Down Load Price Bid format and fill-up in Percentage

23

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

(a) 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 thirty (30) days. (b) If the client do not remedy a failure in the performance of their obligations under the contact, within thirty (30) days of receipt after being notified or within such further period as the consultancy may have subsequently modified in writing.

2.4.3. Payment upon Termination : If the contract is terminated under clause 2.4.1(a) to (c), all amounts due to the consultants till the date of termination including bid security will be confiscated. If the contract is terminated under clause 2.4.1(d) or 2.4.2, all amounts due to the consultants till the date of termination and bid security will be released.

3.0 OBLIGATIONS OF THE CONSULTANTS 3.1 General

The Consultant shall perform the Third Party Control Services for all works costing more than Rs. 1.00 lakhs or as specified by the client. 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 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. The consultant shall take all steps to take action in accordance with the agreement of works contract between Municipal Corporation and works contractor. 3.2 Conflict of Interests

The consultancy fee of the consultants pursuant to clause 5 shall constitute the consultants sole consultancy fee 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 obligations under the contract. 3.3 Confidentiality.

The consultants, and the personnel of either of them shall not, either during the term or within one (1) year after the expiration of this contract, disclose any proprietary or confidential information relating to the project, the services, this contract, or the clients business or operations without the prior written consent of the client. 3.4 Consultants actions requiring Clients Prior Approval The Consultant has to obtain prior approval from the client i) For conducting special tests at any recognized laboratories at no extra cost and owning the responsibility for the correctness of the report ii) For engaging any retired / in service Government engineers of Andhra Pradesh. 3.5 Reporting system

Page 24: Note: Down Load Price Bid format and fill-up in Percentage

24

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

The Consultants shall submit the test reports with their remarks directly to the client/clients representative as per TOR. The Consultant would collect the information from the project site through detailed formats by carrying out relevant tests and base information along with data will be submitted to the client/ client’s representative. All the information, work wise, would be documented in a register. 3.6 Documents prepared by the consultants will be the property of the client. All reports and other documents submitted by the consultants would remain the property of the client. 4.0 CONSULTANTS PERSONNEL As per the terms of reference adequate manpower would be deputed on the project site to carryout necessary tests and preparation of reports. The consultant would depute adequate manpower and other resources at respective locations based on work load and specific requirement. All the liabilities of manpower working on the project would be with consultant.

5.0 PAYMENTS TO THE CONSULTANTS The payment to the consultant as specified in the payment schedule of TOR 6.0 SETTLEMENT OF DISPUTES

SETTLEMENT OF CLAIMS:

Settlement of claims for Rs.50,000/- and below by Arbitration.

All disputes or difference arising of or relating to the Contract shall be referred

to the adjudication as follows:

Claims upto a value of Rupees 10,000/-.

- Superintending Engineer, (GVMC), Visakhapatnam.

a) Claims above Rs.10,000 /- and up to Rupees 50,000/-.

- Engineer-in-Chief, (GVMC), Hyderabad.

The arbitration shall be conducted in accordance with the provisions of Indian

Arbitration and Conciliation Act 3047 or any statutory modification thereof.

The arbitrator shall state his reasons in passing the award.

Claims above Rs.50, 000/-.

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

jurisdiction by way of Civil suit and not by arbitration.

A reference for adjudication under this clauses shall be made by the contractor

within six months from the date of intimating the contractor of the preparation

of final bill or his having accepted payment which ever is earlier.

7.0 Price & Payment Schedule 7.1 Consultancy fee:

The Consultant’s fee for the Quality Control services will be paid at the approved rate on the value of work executed at site.

Page 25: Note: Down Load Price Bid format and fill-up in Percentage

25

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

7.3 Payment Schedule: The Consultant shall raise the invoice duly showing the Consultancy fee along with final report certifying the quality of work. The client would make the payment to consultant along with the work bill of Construction Agency. 7.4 Standard deductions: Mandatory deductions Income Tax as applicable will be deducted from the consultancy fee and a certificate will be issued to this effect. 8.0 Indemnity: In case the quality of any work is found inferior during the Quality check by the client’s QC wing or State Vigilance department or by any authority where the consultants have passed satisfactory remarks in their inspection reports, the entire consultancy fee including service tax will be recovered from the consultant apart from a penalty of 10% of consultancy fee. The consultant shall execute indemnity bond to this effect. 9.0 Reporting System Documentation of yearly work-wise final sets of reports along with photographs taken before, during and after execution with both soft and hard copies in three sets would be submitted to the client after completion of financial year or the job whichever is earlier. 10.0 Other Conditions: 10.1 The consultant’s reporting shall be of recommendatory nature informing the client about the quality of materials, based on results and field observations. 10.2 The construction schedule of various works for which quality inspection is required will be given to the consultants by the respective Executive Engineer 15 days in advance. The program of critical activities to be executed for the consequent month will also be given 15 days in advance. 10.3 In case of emergency, consultant will have to submit specific report of that concerned work as indicated by the client. 11.0 Period of Agreement: Two year from the date of entering into agreement and can be extended to such duration as felt by client from time to time on mutual agreement. However, client reserves the right to close the agreement by the date after expiry of Two Year Agreement in case fresh tenders are invited for the succeeding period.

Page 26: Note: Down Load Price Bid format and fill-up in Percentage

26

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

(On Firm’s letter head)

From To The Commissioner, GVMC,

Visakhapatnam. Sir

Sub: - Hiring of Consultancy Services for………........……….Of………...........…regarding

I / We…………………………Consultant/consultancy firm/ organization

herewith enclose Technical & Financial Proposal for selection of my/ our firm as

consultant for………………………

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”

Yours faithfully

Signature ……………………….. Full name ……………………….

Address ………………………. Authorized Representative

Page 27: Note: Down Load Price Bid format and fill-up in Percentage

27

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

FORM F – 1 (Clause 3.b)

ASSIGNMENT OF SIMILAR NATURE (3RD PARTY Q.C. SERVICES)

SUCCESSFULLY COMPLETED IN GOVERNMENT SECTOR DURING LAST 5 YEARS

S.No. Description of

Assignment

Client / Employer

Cost of assignment

Period of assignment

Date of commencement

Date of completion

1 2 3 4 5 6 7

Note: Please attach certificates from the employer by way of documentary proof (issued by the officer of rank not below Executive Engineer or equivalent and counter signed by the Superior officer)

Authorised Signature

FORM F – 2 (Clause 3.C)

Name of the

Firm:

ANNUAL TURNOVER ON CIVIL WORKS

S.No. Fin.

Year Turnover in Rs. In Lakhs

1 2 3

2

3

4

5

Average Annual

Turnover =

Chartered Accountant

Authorised Signature

Page 28: Note: Down Load Price Bid format and fill-up in Percentage

28

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

FORM F –3 (Clause 3.d&g) COMPOSITON OF THE TEAM PERSONNEL AND THE TASK WHICH WOULD BE

ASSIGNED TO EACH TEAM MEMBER Technical / Managerial Staff

S.No. Name Position Task Assignment

Support staff

S.No. Name Position Task Assignment

Authorised Signature

Page 29: Note: Down Load Price Bid format and fill-up in Percentage

29

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

FORM F – 4(Clause 3.g)

SUGGESTED FORMAT OF CURRICULUM VITAE FOR MEMBERS OF

CONSULTANT’S TEAM

1. Name :

2. Date of Birth :

3. Profession / Present Designation :

4. Years with firm / Organization : year

5. Area of Specialization :

6. Proposed position of Team :

7. Key qualification : (Under this heading, give outline of staff member’s experience and training most pertinent to assigned work on proposed team Describe degree of responsibility held by staff member on relevant previous assignment and give dates and locations. Use up to half a page)

8. Education : (Under this heading, summarize college / University and other specialized education of staff member, giving names of schools / colleges etc. date attended and degrees obtained. Use up to a quarter pages)

9. Experience : (Under this heading, list of all positions held by staff members since graduation, giving dates, names of employing organization, title of positions held and location of assignments. For experience in last five years for B.E civil & Eight years for D.C.E. also give types of activities performed and client references, where appropriate. Use up to three quarters of a page)

10. Language :

(Indicate proficiency in speaking. reading and writing of each language by ’’good’’ or “poor’’)

Date Authorised Signature

Page 30: Note: Down Load Price Bid format and fill-up in Percentage

30

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

Form of Agreement Subject- Consulting Services for 3rd Party Quality Control of Civil

Works undertaken by GVMC Draft Agreement for Assignment Carried out by Consultants Name of Consultant: ----------------------------- Name of Engineering Division: ------------------------------------------------- 1. Set out below are the terms and conditions under which (Name of Consultant) has agreed to carry out for (NAME OF CLIENT) the above mentioned assignment specified in the attached Terms of Reference and decision taken during the negotiation meeting held on ---------------- and as per the recommendation of the Committee, common rate is approved by the Commissioner, GVMC,Visakhapatnam. 2. For administrative purposes the Commissioner, GVMC has been assigned to administer the assignment and to provide (NAME OF CONSULTANT) with all relevant information needed to carry out the assignment. The services will be required for the Financial Year 2016-2017 & 2017-2018. 3. The Chief Engineer, GVMC may find it necessary to postpone or cancel the assignment and/ or shorten or extend its duration. In such case, every effort will be made to inform the firm, as early as possible, notice of any changes. In the event of termination, the (NAME OF CONSULTANTS) shall be paid for the services rendered for carrying out the assignment to the date of termination, and the (NAME OF CONSULTANTS) will provide the Chief Engineer, GVMC with any report or parts thereof, or any other information and documentation gathered under this Agreement prior to the date of termination. 4. The services to be performed, the estimated time to be spent, and the reports to be submitted will be in accordance with the attached TOR. 5. This Agreement its meaning and interpretation and the relation between the parties shall be governed by the laws of Union of India. 6. This agreement will become effective upon confirmation of this letter on behalf of (NAME OF CONSULTANTS) and will terminate on .…………… or such other date as mutually agreed between the ( NAME OF CLIENT) and (NAME OF CONSULTANTS) 7. Payments for the services will paid extra as per the GoI. 8. The (NAME OF CONSULTANTS) will be responsible for appropriate insurance coverage. In this regard, (NAME OF CONSULTANTS) shall maintain workers compensation, employment liability insurance for their staff on the assignment. The consultants shall also maintain comprehensive general liability insurance, including contractual liability coverage adequate to cover the indemnity of obligation against all damages, costs, and charges and expenses for injury to any person of damage to any property arising out of, or in connection with, the services which result from the fault of (NAME OF CONSULTANTS) or its staff. The (NAME OF CONSULTANTS) shall provide the (NAME OF CLIENT) with certification thereof upon request.

Page 31: Note: Down Load Price Bid format and fill-up in Percentage

31

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

9. The (NAME OF CONSULTANTS) shall indemnify and hold harmless the Chief Engineer, GVMC against any and all claims, demands, and/or judgments of any nature brought against GVMC arising out of the services by the (NAME OF CONSULTANTS) under this Agreement. The obligation under this paragraph shall survive the termination of this agreement.

10. The consultant agrees that, during the term of this Contract and after its termination, the Consultant and any entity affiliated with the Consultant, 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. 11. All reports and other documents or software submitted by (NAME OF CONSULTANTS) in the performance of the services shall become and remain property of the GVMC. The consultants may retain a copy of such documents but shall not use them for purposes unrelated to this contract without the prior written approval of the client. 12. The Consultant undertake to carry out the assignment in accordance with the highest standard of professional and ethical competence and integrity, having due regard to the nature and purpose of the assignment, and to ensure that the staff assigned to perform the services under this Agreement, will conduct themselves in a manner consistent herewith. 13. The Consultant will not assign this Contract or sub-contract or any portion of it without the Client's prior written consent. 14. The (NAME OF CONSULTANTS) shall pay the taxes, duties fee, levies and other impositions levied under the Applicable law and the Client shall perform such duties in this regard to the deduction of such tax as may be lawfully imposed. 15. The (NAME OF CONSULTANTS) agree that all knowledge and information not within the public domain which may be acquired while carrying out this Agreement, shall be, for all time and for all purpose (except when it is required to be disclosed by law), regarded as strictly confidential and held in confidence, and shall not be directly disclosed to any person whatsoever, except with the written permission of the Commissioner, GVMC, Visakhapatnam or any other officer authorised by the Commissioner, GVMC. 16. Any dispute arising out of the Contract which cannot be amicably settled between the parties, shall be referred to adjudication/ arbitration in accordance with Arbitration & Conciliation Act 1996. 17. In case of abandonment of the work by (NAME OF CONSULTANTS). The Chief Engineer, GVMC will have a right to forfeit the earnest money deposited by the firm. 18. All the terms and condition will be strictly followed as per detailed NIT.

19. The quantity of work can be increased or reduced by the Client, and the payment will be done on the prorata basis (as per financial offer)

Place: Visakhapatnam Date: ……………………………

(Signature & Name of the (Signature of

Authorized

Client’s Representative) Representative on behalf of

Consultant)

Page 32: Note: Down Load Price Bid format and fill-up in Percentage

32

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

LIST OF LAB EQUIPMENT

(To be submitted on Rs.100/- Non Judicial Stamp paper)

SI.

NO.

DESCRIPTION Qty.

1 45cm Dia Standard test Sieves sizes:

37.5,53,63,90,125,11.2,22.4,25,31.5

30,45,9.5,13.2,19,20,26.5,6.3,10,12.5,

4.75mm(1Each)

2 20cm Dia Brass Frame Test Sieves Sizes

4.75,2.36,1.18mm,600,300,150 microns

90 micron

75micron

3 Slump Test Apparatus

4 Vernier caliper-150mm long -Digital

5 Oven Universal Size :355 355 355mm

6 Pycnometer

7 Density Basket

8 Vicat Needle Apparatus WITH Dashpot

9 Speedy Moisture Tester-0-25%

10 Vibration Machine with Timer

11 Centrifuge Extractor ,Electrically Operated

12 Ring & Ball Apparatus Hand Operated

13 Length gauge

14 Thickness gauge

15 Cleaveland Flash & Fire Point &Apparatus( Open)

16 Aggregate impact Tester

17 Liquid Limit Device –Motorised –Cum –Hand

Operated.

18 Le-chatlier Mould (For Cement expansion test)

19 Sand Pouring Cylinder Apparatus

20 Marshall Stability & Compaction with Proving Ring

Page 33: Note: Down Load Price Bid format and fill-up in Percentage

33

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

SI.

NO.

DESCRIPTION Qty.

21 Lab. C.B.R. Apparatus with all Accessories E.O.

22 Compression Testing Machine -2000KN digital

23 Aggregate Crushing Test Apparatus

24 Cube Mould Size :15X15 cm Made of Cast Iron

25 Cube Mould Size :7.06X 7.06 cm Made of Steel

27 Electronic Balance 10Kg and 50Kg Capacity

28 Tray

29 Scoop Small

30 Scoop big(PP)

31 Trowel

32 Screw gauge

33 Hot air oven (35X35X35)cm

34 Modified Proctor Equipment

35 Graduated Jar (Propylene)

1000CC

500CC

250CC

100CC

50CC

36 Rapid Moisture Meter (0-50%)

37 Digital Thermo Meter (50 to 300 degree)

38 Levelling Equipment)

39 Concrete Mixer

40 Rebound Hammer

41 Core Cutter with scanner for VRCC

42 Softening Pointer

43 Casagrande apparatus(For assessing liquid limit)

44 Bulk Density Cylinders

45 MDD Testing equipment

46 The lab should cover all building materials and also

should have the universal testing machine

47 B.T. Extract machine

Page 34: Note: Down Load Price Bid format and fill-up in Percentage

34

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

Reporting and Timing

The following reports and records in quadruplets are to be submitted to the

Engineer-in-charge.

S.No. Description of Report To whom to be

sent

Time of submission

a) Fortnightly report of each work supervised

by the consultant including the issue

required immediate attention from the

state level, in approved format.

Engineer-in-

Chief,

Fortnightly reporting

Executive Engineer,

concerned (Two hard

copies + one soft copy)

b) Similarly fortnightly reports on materials

tested for each site and measures

required if the testing results are not

within tolerance limit.

Engineer-in-

Chief,

Any corrections as per

E.E comments.

c) Apart from report of each visit, a detailed

final report accomplishment of tasks and

issue of completion certification of work in

full shape to be furnished in respect of

each building. This report should be

furnished in quadruplicate and it should

also include a copy of all previous visit

reports, compliance reports and test

reports etc,

Dy.Executive

Engineers of

concerned.

d) Materials review reports Engineer-in-

charge/Employer

Materials of each

consignment before use.

e) Inspection reports ( The report format is

enclosed at appendix)

--do-- With in one week for

rectification.

f) Quality audit reports (verification reports)

of Contactor’s QC tests.

--do-- Fortnightly

g) Quality certificates for completed work

payments.

--do-- Before final payment of

work bill.

h) Other records to be furnished are as

followsa)Specific examples of deficiencies

found and non-compliance.

--do-- Soon after verification

i) b) Evidence of compliance of corrective

actions.

--do-- Soon after compliance/

next inspection to site.

Page 35: Note: Down Load Price Bid format and fill-up in Percentage

35

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

j) c) Suggestions for appropriate corrective

action.

Final report with final certificate about

acceptance of work done.

--do-- Soon after detection of

deficiencies.

After work is completed

Page 36: Note: Down Load Price Bid format and fill-up in Percentage

36

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

APPENDIX G

TESTING FACILITIES REQUIRED IN LABORATORIES. TESTING FREQUENCIES AND

TESTS REQUIRED TO BE CONDUCTED.

The consultant executing the work has to establish the laboratory facilities and

provide testing equipment as per the standards. He should conduct the tests at the

frequencies, before the starting of work, during execution of the work and after

completion of the work.

CENTRAL LABORATORY (LEVEL II)

TESTING FACILITIES REQUIRED.

a) Cement:

1) Fitness by Blains.

2) Normal Consistency

3) Soundness

4) Specific gravity

5) Compressive strength

b) Concrete:

1) Compressive strength

2) Slump

c) Sand:

1) Sieve analysis

2) Fineness Modulus

d) Coarse Aggregate:

1) Sieve analysis and gradation

2) Water absorption

3) Crushing value

4) Impact value

e) Mortar:

1) Compressive strength

2) Mix Design of Mortar

f) Steel:

1) Tensile strength (UTM)

2) Diameters

3) Elongation (UTM)

4) 0.2% Proof stress

g) Water:

1) PH Value

2) Silt content

h) Bricks:

1) Compressive strength (Compressive testing machine)

2) Water absorption

Page 37: Note: Down Load Price Bid format and fill-up in Percentage

37

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

TESTS AND THEIR FREQUENCIES

Statement Showing Frequency of Test

S.No

Building

Materials Test to be carried out Frequency of tests

1 Water Chemical analysis (PH value NaOH, Total

solids etc)

Once for approved source or

once for approval of source

2 Cement a. Consistency

b. Setting time

1.Initial

2.Final

c. Fineness by specific surface

d. Compressive strength, (N/mm²) not less

than

days

1. 7days

2. 28 days

e. Soundness by lechatelier

One test

3 Sand a. Silt content

b. Gradation, fineness modules

c. Zoning tests

d. Specific gravity

e. Water absorption

f. (%) BULKAGE.

Minimum one test

4

Coarse aggregate

a.40 mm

b.20 mm

a. Specific gravity

b. Absorption

c. Abrasion

d. Impact value (%)

e. Flaking index

f. Gradation percent passing of IS sieve

Minimum one test

Page 38: Note: Down Load Price Bid format and fill-up in Percentage

38

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

5 Bricks/ CC block

/Fly ash Bricks

a. Water absorption

b. Efflorescence

c. Compressive Strength (Minimum 35kg

per sq cm

d. Dimension

Minimum one test

6 Reinforcement a. Ultimate tensile strength

b. Yield stress (proof stress)

c. Elongation

Each set of test for each

diameter of bars

7 CC Cubes Compressive strength Qty Cmt no of

samples

(As per IS456/2000)

1-15 cum 1

16-30 2

one additional sample for

each 50m³ or part thereof

(one sample consists of 3

cubes minimum)

8 Flooring

tiles/Polished

stone/Ceramic Tiles

a. Water absorption

b. Transverse strength

c. Abrasion

d. Size

One set of test every 2000

no of tiles used

Note: The tests referred above shall be conducted for each site.

Page 39: Note: Down Load Price Bid format and fill-up in Percentage

39

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

IMPORTANT TESTS

Tests on soil:

1) Determination of Atterberg limits.

2) Determination of Proctor Density.

3) Determination of field density of soil (Sand Replacement Method)

4) Determination of field density of soil (Core cutter Method)

5) Determination of CBR of soil in the filed (CBR Test)

6) Determination of BR of soil in the laboratoty.

7) CBR with Dynamic core penetration method.

8) Nomograph for Computing soaked CBR value from sieve analysis data.

Tests on Coarse Aggregate:

1) Determination of Gradation of Aggregate (Sieve analysis)

2) Determination of Aggregate Impact Value.

3) Determination of Flankiness Index

4) Determination of Elongation Index.

Tests on Bituminous Construction:

1) Determination of Binder Content (Bitumen Extraction Test)

2)Determination of Penetration value of Bitumen

Tests on Cement & Concrete:

1)Normal consistency, Initial Setting & Final Setting time of cement (VICATs

apparatus)

2) Compressive strength of concrete. NOTE: The above tests samples will be collected two places in each KM

Page 40: Note: Down Load Price Bid format and fill-up in Percentage

40

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

Part II

Financial Proposal

Page 41: Note: Down Load Price Bid format and fill-up in Percentage

41

BIDDER CHIEF ENGINEER

VISAKHAPATNAM

Schedule-A

PRICE BID Name of the Work: - Request for Proposal for Conducting 3rd party quality control for

the financial year 2016-17& 2017-18 of all Engineering Works

Excluding Projects of GVMC including Bheemili & Anakapalli (Public

Works, Electrical, Mechanical, Water Supply, UGD and Horticulture

works)

I Sri / Smt ..........................................................................

do hereby express my willingness to execute the aforesaid work as per the

conditions, standard specifications, rules, regulations, etc., stipulated in the

tender documents at ( ) Percentage (%) of value of work

done.

SIGNATURE, NAME OF THE TENDERER / AUTHORISED

SIGNATOR

Note: Down Load Price Bid format and fill-up in Percentage manually

and upload the scan copy of the Price Bid format with authorized

signature.