0% found this document useful (0 votes)
38 views

Nit 11

This document is a notice inviting tenders for a water supply project in Kerala, India. It provides details about the project name, tender number and date of opening, and invites registered and eligible firms to submit bids through the Kerala government's e-procurement portal. General instructions are given regarding online bidder registration on the portal, procurement of a digital signature certificate, and the tender process which involves downloading tender documents, publishing corrigendum, bid submission and opening.

Uploaded by

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

Nit 11

This document is a notice inviting tenders for a water supply project in Kerala, India. It provides details about the project name, tender number and date of opening, and invites registered and eligible firms to submit bids through the Kerala government's e-procurement portal. General instructions are given regarding online bidder registration on the portal, procurement of a digital signature certificate, and the tender process which involves downloading tender documents, publishing corrigendum, bid submission and opening.

Uploaded by

Sony
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 49

NIT

1
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 3

KERALA WATER AUTHORITY


Name of Work Jal Jeevan Mission (JJM)-JJM 2022-24 -CWSSto Peringamala Grama
Panchayath in Thiruvananthapuram district Supply,Erection,Testing and
Commissioning of Clear Water Pump Set at WTP site Ayiravalikunnu for
proposed GLSR at Madathara melemukku-Pipeline Work

TENDER No. 11/2023-24/KWA/PD/TVM

DATE OF OPENING :3.30p.m. on 01.08.2023

NOTICE INVITING TENDER

OFFICE OF THE EXECUTIVE ENGINEER


PROJECT DIVISION
KERALA WATER AUTHORITY
OBSERVATORY HILLS
THIRUVANANTHAPURAM-695 033
KERALASTATE
TEL. No: 0471-2330677
email: [email protected]

Tenderer Executive Engineer


2

KERALA WATER AUTHORITY


Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 4

General Tender Terms & Conditions for Kerala State e-Procurement System
through https://www.etenders.kerala.gov.in
This tender is an e-Tender and is being published online for the work Jal Jeevan Mission (JJM)-
JJM 2022-24 -CWSSto Peringamala Grama Panchayath in Thiruvananthapuram district
Supply,Erection,Testing and Commissioning of Clear Water Pump Set at WTP site
Ayiravalikunnu for proposed GLSR at Madathara melemukku-Pipeline Work

The tender is invited in ONE cover system from the registered and eligible firms through e-
procurement portal of Government of Kerala (https://www.etenders.kerala.gov.in). Prospective
bidders willing to participate in this tender shall necessarily register themselves with above
mentioned e-procurement portal.

The tender timeline is available in the critical date section of this tender published in
www.etenders.kerala.gov.in.

A). Online Bidder registration process:

Bidders should have a Class II or above Digital Signature Certificate (DSC) to be procured from
any Registration Authorities (RA) under the Certifying Agency of India. Details of RAs will be
available on www.cca.gov.in. Once, the DSC is obtained, bidders have to register on
www.etenders.kerala.gov.in website for participating in this tender. Website registration is a one-
time process without any registration fees. However, bidders have to procure DSC at their own
cost.

Bidders may contact e-Procurement support desk of Kerala State IT Mission over telephone at
0471-2577088/188/388 or 0484-2336006, 2332262 or 0497-2764788, 2764188 or 0483-273294 or
through email:[email protected] or [email protected] for assistance in this regard.

B). Online Tender Process:

The tender process shall consist of the following stages:

i. Downloading of tender document: Tender document will be available for free download on
www.etenders.kerala.gov.in. However, tender document fees shall be payable at the time of bid
submission as stipulated in this tender document.
ii.Publishing of Corrigendum: All corrigenda shall be published on www.etenders.kerala.gov.in
and shall not be available elsewhere.
iii. Bid submission: Bidders have to submit their bids along with supporting documents to support
their eligibility, as required in this tender document on www.etenders.kerala.gov.in. Hard copies of
all tender documents and other supporting documents shall be submitted to the tendering authority
within three days of opening of the tender. However, the online submitted documents will always
supersede the manually submitted hard copies of documents for tender evaluation.
iv. Opening of Bids: On the date and time mentioned in critical date’s section.

Tenderer Executive Engineer


3

C). Documents Comprising Bid:

The proposal shall contain the scanned copies of the following documents which every bidder has
to upload:
i) Document 1 : Scanned copy of duly filled and signed preliminary agreement prepared in Kerala
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 5

Stamp Paper worth Rs.200/-


ii) Document 2 : Scanned copy of documents to prove eligibility criteria
iii) Document 3: The NIT documents of the work downloaded from the website to agree with the
tender conditions
iv) Document : Any other documents as per the requirement of the tender conditions
v) …………….. (the number may vary with departments/ PSUs requirement)

vi)The Bidder shall complete the BoQ/Price schedule as per format given for download along with
this tender
Kerala Water Authority doesn’t take any responsibility for any technical snag or failure that has
taken place during document upload.

Note: The blank price bid should be downloaded and saved on bidder’s computer without changing
file-name otherwise price bid will not get uploaded. The bidder should fill in the details in the same
file and upload the same back to the website.
Fixed price: Prices quoted by the Bidder shall be fixed during the bidder's performance of the
contract and not subject to variation on any account. A bid submitted with an adjustable/ variable
price quotation will be treated as non - responsive and rejected.
D). Tender Fee and Earnest Money Deposit (EMD)

The Bidder shall pay, a tender fee and Earnest Money Deposit (EMD) or Bid Security amount as
per the tender documents. The Bid security is required to protect the purchaser against risk of
Bidder’s conduct, which would warrant the forfeiture of security.
Online Payment modes: The tender fee and EMD can be paid in the following manner through e-
Payment facility provided by the e-Procurement system:
State Bank of India Multi Option Payment System (SBI MOPS Gateway): Bidders are required to
avail Internet Banking Facility in any of below banks for making tender remittances in e-
Procurement System.

A) Internet Banking Options (Retail)


1 Allahabad Bank 32 Kotak Mahindra Bank
2 Axis Bank 33 Lakshmi Vilas Bank
3 Andhra Bank 34 Mehsana Urban Co-op Bank
4 Bandan Bank 35 NKGSB Co-operative Bank
5 Bank of Bahrain and Kuwait 36 Oriental Bank of Commerce
Punjab and Maharashtra Cooperative
6 Bank of Baroda 37 Bank
7 Bank of India 38 Punjab National Bank
8 Bank of Maharashtra 39 Punjab and Sind Bank

Tenderer Executive Engineer


4

Bassein Catholic Co-operative


9 Bank 40 RBL Bank
1
0 BNP Paribas 41 Saraswat Cooperative Bank
1
1 Canara Bank 42 ShamraoVithal Cooperative Bank
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 6

1
2 Catholic Syrian Bank 43 South Indian Bank
1
3 Central Bank of India 44 Standard Chartered Bank
1
4 City Union Bank 45 State Bank of India
1
5 Corporation Bank 46 Syndicate Bank
1
6 Cosmos Bank 47 Tamilnad Mercantile Bank
1
7 DCB Bank 48 Tamilnadu Cooperative Bank
1
8 Dena Bank 49 The KalyanJanataSahakari Bank
1 TJSB Bank (Erstwhile Thane
9 Deutsche Bank 50 JanataSahakari Bank)
2
0 Dhanalaxmi Bank 51 UCO Bank
2
1 Federal Bank 52 Union Bank of India
2
2 HDFC Bank 53 United Bank of India
2
3 ICICI Bank 54 Vijaya Bank
2
4 IDBI Bank 55 YES Bank
2
5 Indian Bank    
2
6 Indian Overseas Bank    
2
7 IndusInd Bank    
2
8 Jammu & Kashmir Bank    
2
9 JanataSahakari Bank    
3
0 Karnataka Bank    
3
1 KarurVysya Bank    

Tenderer Executive Engineer


5

B) Internet Banking Options (Corporate)


1 Bank of Baroda 21 Laxmi Vilas Bank
2 Bank of India 22 Oriental Bank of Commerce
3 Bank of Maharashtra 23 Punjab & Maharashtra Coop Bank
4 BNP Paribas 24 Punjab & Sind Bank
5 Canara Bank 25 Punjab National Bank
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 7

6 Catholic Syrian Bank 26 RBL Bank


7 City Union Bank 27 ShamraoVitthal Co-operative Bank
8 Corporation Bank 28 South Indian Bank
9 Cosmos Bank 29 State Bank of India
1
0 Deutsche Bank 30 Syndicate Bank
1
1 Development Credit Bank 31 UCO Bank
1
2 Dhanalaxmi Bank 32 Union Bank of India
1
3 Federal Bank 33 UPPCL
1
4 HDFC Bank 34 Vijaya Bank
1
5 ICICI Bank 35 Axis Bank
1
6 Indian Overseas Bank    
1
7 JantaSahakari Bank    
1
8 Jammu & Kashmir Bank    
1
9 KarurVysya Bank    
2
0 Kotak Bank    

During the online bid submission process, bidder shall select SBI MOPS option and submit the
page, to view the Terms and Conditions page. On further submitting the same, the e-
Procurement system will re-direct the bidder to MOPS Gateway, where two options namely
SBI and Other Banks* will be shown. Here,Bidder may proceed as per below:
a) SBI Account Holders shall click SBI option with its Net Banking Facility., where
bidder can enter their internet banking credentials and transfer the Tender Fee
and EMD amount.
b) Other Bank Account Holders may click Other Banksoptionto view the bank
selection page. Here, bidders can select from any of the 54 Banks to proceed with
its Net Banking Facility, for remitting tender payments.
*Transaction Charges for Other Banks vide SBI Letter No. LHO/TVM/AC/2016-17/47 – 1% of
transaction value subject to a minimum of Rs. 50/- and maximum of Rs. 150/-

Tenderer Executive Engineer


6

Any transaction charges levied while using any of the above modes of online payment has be
borne by the bidder. The supplier/contractor's bid will be evaluated only if payment status
against bidder is showing “Success” during bid opening.
E). SUBMISSION PROCESS:

For submission of bids, all interested bidders have to register online as explained above in this
document. After registration, bidders shall submit their bid online on www.etenders.kerala.gov.in
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 8

along with online payment of tender fee and EMD.


For page by page instructions on bid submission process, please visit www.etenders.kerala.gov.in
and click “Bidders Manual Kit” link on the home page.
It is necessary to click on “Freeze bid” link/ icon to complete the process of bid
submission otherwise the bid will not get submitted online and the same shall not be available
for viewing/ opening during bid opening process.
The bidders have the opportunity to revise the rates or documents uploaded by him even
after submission, till the closing date of the render. Also the bidder can withdraw his offer before
the closing date. Resubmission will not be possible for withdrawn bids. The option is available
from "my active bids" link

CONTENTS

No. Chapter Description Page

1. G.W.D Form No. 83 7

2. Special Conditions 20

Tenderer Executive Engineer


7

3. G.W.D Form No. 84 30

4. ADDITIONAL TENDER CONDITIONS 35

5. Forms of Agreement 42

6. Additional special conditions regarding GST 45


Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 9

7. Additional special conditions ` 46

KERALA WATER AUTHORITY


G.W.D

FORM No. 83

TENDER No. 11/2023-24/KWA/PD/TVM

Tenderer Executive Engineer


8

NOTICE INVITING TENDER FOR WORKS

Name of Work:- Jal Jeevan Mission (JJM)-JJM 2022-24 -CWSSto Peringamala Grama
Panchayath in Thiruvananthapuram district Supply,Erection,Testing and
Commissioning of Clear Water Pump Set at WTP site Ayiravalikunnu for
proposed GLSR at Madathara melemukku-Pipeline Work
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 10

Last date and Time for up-linking of Tender: 3.00 PM on 31.07.2023

DATE OF OPENING: 3.30 PM on 01.08.2023

Locality...............................................................……………………………………………………………………..

Tenderer Executive Engineer


9

KERALA WATER AUTHORITY


NOTICE INVITING TENDER FOR WORK
1. FORM NO. 83

1.1 Electronic tenders are invited for and on behalf of the Managing Director, KWA, from
Registered contractors of Kerala Water Authority “Class C” and above for the work of Jal
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 11

Jeevan Mission (JJM)-JJM 2022-24 -CWSSto Peringamala Grama


Panchayath in Thiruvananthapuram district Supply, Erection, Testing and
Commissioning of Clear Water Pump Set at WTP site Ayiravalikunnu for
proposed GLSR at Madathara melemukku-Pipeline Work

1.2. The items and sub-heads of works to be done are enumerated in the subjoined schedule
unless otherwise specified, the tender must be for the whole or any individual work and part
tenders are liable to rejection. A contractor may tender for more than one work with the
earnest money deposit specified in each case, but shall not tender for any part of a work
only, unless specifically so required.
1.3. All works shall be done in conformity with the specifications and conditions of contract in
force in the KWA. In case of schedule rate contract, tenderers must quote their own rates
specifically for each item without reference to the departmental estimates or the current
schedule of rates and for percentage rate contract, only a single rate as an overall percentage
above or below or at the rate given in the schedule by a single entry at the bottom of the
schedule under the head quoted rate, may be made. The rates quoted shall be inclusive ones,
covering all the operations contemplated in the specifications and tender schedules and all
incidental work necessary for such operations such as shoring, bailing, form work,
scaffolding, etc. "The rates quoted shall be inclusive of tax".
(a) When tenders are delivered based on contractor's alternate designs, such tenders should
be accompanied by a schedule of quantities of materials to be used for each item of work
with complete detailed specifications and rate. In such cases the benefit of any savings in the
quantities of materials actually used up under each item of work during execution will accrue
to the department.
(b) The overall percentage rate accepted and specified in the agreement shall not be varied on
any account whatever.

1.4. The tenders shall be submitted electronically to the Executive Engineer, Project Division,
Kerala Water Authority, Thiruvananthapuram in the method available at the website
www.etenders.kerala.gov.in. All documents / attested copies shall be submitted
electronically by scanning and uploading. The tender documents in original / attested copy

Tenderer Executive Engineer


10

of the documents shall be submitted with in 3 days of the date of opening of tender. The
contractors can view the tender notice and the tender documents free of cost in website. On
submission of tender, the tenderer will have to remit the cost of tender fee viz Rs.2,760/-
electronically. The cost of tender fee once paid successfully and credited to Kerala Water
Authority account will not be refunded even if the tender is cancelled at a later stage or the
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 12

tenderer fails to upload his tender. Preliminary agreement in the prescribed form in Rs. 200/-
Kerala Stamp Paper duly signed and sealed shall be uploaded without fail. The price bid
/schedule shall be filled up in the prescribed format provided in the tender document. For
uploading the technical and price bids, the tenderer has to remit the amount towards cost of
tender documents as well as the prescribed EMD of Rs.50,000/-electronically by SBI
internet banking or through SBI internet banking or through SBI MOPS mode of payment.
The tenders are to be uploaded electronically on or before 31.07.2023 up to 3.00pm. The
tender will be opened on 01.08.2023 at 3.30pm by the Executive Engineer, Project
Division, Thiruvananthapuram or such officer as may be authorized in this behalf in the
presence of those tenderers or their authorized agents as may be present. In case it is not
possible to open the tenders on the specified date due to any valid reason the revised time
and date of opening of tenders will be intimated through website.   
1.5. Selected contractor will be required to produce Income tax and tax clearance certificates
before final payment is made for the work, and before Performance guarantee released.
1.6. Each tenderer must also send a certificate of Income-tax verification from the appropriate
Income tax authority in the form prescribed therefore.
In the case of proprietary or partnership firm, it will be necessary to produce the certificate
aforementioned for the proprietor or proprietors and for each of the partners as the case may
be.
If a certificate has already been produced by the tenderer during the calendar year in which
the tender is made in respect of a previous tender it will be sufficient if particulars regarding
the previous occasion on which the certificate that produced are given.
All tenders received without a certificate as aforementioned will be summarily rejected.
1.7. The tenderer shall examine closely the Madras Detailed Standard Specification/CPWD
specification and also the standard preliminary specification contained therein and sign the
Divisional Office copy of the Madras Detailed Standard Specification//CPWD specification
and its addenda volume in token of such study before submitting his tender unit rates which
shall be finished work in site. He shall also carefully study the drawings and additional
specifications and all the documents which form part of the agreement to be entered into by

Tenderer Executive Engineer


11

the accepted tenderer. The Madras Detailed Standard Specifications/CPWD specification and
other documents connected with the contract such as specifications, plans, descriptive
specification sheet regarding materials, etc.can be seen at any time during office hours on
office days in the Office of the Executive Engineer, Project Division,
Thiruvananthapuram
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 13

1.8. The tenderers attention is directed to the requirements for materials under the clause
"Materials and Workmanship" in the 'Preliminary Specification'. Materials conforming to the
Indian Standard Specification shall be used on the work and the tenderer shall quote his rate
accordingly.
1.9. Every tenderer is expected before quoting his rate to inspect the site of the proposed work.
He should also inspect the quarries and satisfy himself about the quality and availability of
materials. The names of quarries, Kilns, etc. where from certain materials are to be obtained
will be given in the descriptive specification sheet. The best classes of materials are to be
obtained from the quarries or other sources defined shall be used on the work. In every case
the materials must comply with the relevant standard specification. Samples of materials as
called for in the standard specification or in this tender notice, or as required by the
Executive Engineer in any case, shall be submitted for the Executive Engineer's approval
before the supply to site of work is begun. If the Contractor after examination of the source
of materials defined in the Descriptive Specification Sheet, is of opinion that materials
complying with the standard or other specifications of the contract cannot be obtained in the
Descriptive Specification Sheet he shall so state clearly in his tender and state wherefrom he
intends to obtain the materials subject to the approval of the Executive Engineer. The
Government will not, however after acceptance of contract rate pay any extra charges for
lead or for any other reasons, in case the contractor is found latter on to have misjudged the
materials available. Attention of the contractor is directed to the standard 'Preliminary
Specification' regarding payment of seignior age tolls, etc.
Note: -The department does not undertake to construct or make available any approach road
or other means of approach to the proposed work site and the tenderer shall get acquainted
with the available means of approaches to the proposed site and quote for the various items.
The department shall not be liable for any claim raised later on the plea of non-availability or
non-access to the site.
1.10. The tenderer's particular attention is drawn to the sections and clauses in the standard
Preliminary Specification' dealing with.
(1) Test, Inspection and rejection of defective materials and work.

Tenderer Executive Engineer


12

(2) Carriage
(3) Construction plant.
(4) Water and Lighting
(5) Cleaning up during progress and for delivery.
(6) Accidents
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 14

(7) Delays
(8) Particulars of payment.
The contractor should closely peruse all the specification clauses, which govern the rates,
which he is tendering.
1.11. In consideration of the tenderer being allowed to quote for the work he should keep the
tender firm for a period of 4 months from the last date of up linking of the tender during
which period or till the tenders are decided whichever is earlier he will not be free to
withdraw the tender. Any such withdrawal will entail forfeiture of the earnest money
deposited for the work. Due to departmental or administrative reasons it is found necessary to
keep the tender open for a further period, prior consent of the tenderer shall be obtained in
writing for every further period of one month.
1.12. Before commencing work , within 14 days after the date of work order , the tenderer shall
deposit a sum of 5 percent of the probable value of contract as performance guarantee for
the proper fulfillment of the same and shall execute an agreement for the work in the P.W.
Schedule Form. If he fails to do this or in the case of P.W. contracts maintain a specified rate
of progress (to be specified in each case in the tender schedule) the earnest money or
performance guarantee shall be forfeited to K W A and fresh tenders shall be called for or the
matter other wise disposed off. If as a result of such measures due to the default of the
tenderer to pay the requisite deposit, sign contracts or take possession of the work any loss to
K.WA results the same will be recovered from him as arrears of revenue, but should it be
saving to K W A the original contractor shall have no claim whatever to the difference.
Recoveries on this or any other account will be made from the sum that may be due to the
contractor on this or any other subsisting contracts or under the Revenue Recovery Act, or
otherwise the Government may decide.
1.13. The acceptance of the tender rests with the Executive Engineer, Project Division,
Thiruvananthapuram who does not undertake to accept the lowest or any particular tender.
1.14. The right to carry out the work in conformity with or in manner entirely different from the
term of this invitation that may be considered most suitable before or subsequent to the
receipt of tenders due to exigencies of work is reserved with the department.

Tenderer Executive Engineer


13

1.15.Drawing, Schedule of quantities, specifications of work to be done and conditions of


contract to be entered into can be seen at the office of the undersigned on any working day
during office hours. It shall be definitely understood that the KW A does not accept any
responsibility for the correctness or completeness of the schedule that the schedule is liable
to alternation by omissions, deductions or additions at the discretion of the competent
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 15

departmental officer or as set forth in the conditions of contract. The tenderer will however
base this tender amount in the case of lump sum tender on the basis of those quantities etc.
1.16. The contractors can view the tender notice and the tender documents free of cost in the
website. However on submission of tender, the tenderer will have to remit the cost of tender
fee viz. Rs.2,760 /- and the prescribed EMD of Rs. 50,000/- electronically. The cost of
tender fee once paid successfully and credited to Kerala Water Authority account will not be
refunded even if the tender is cancelled at a later stage or the tenderer fails to upload his
tender.
1.17. The earnest money deposit of the unsuccessful tenderers will be refunded immediately after
tabulating tenders, keeping only the earnest money of the first 2 lowest tenderers.
The Earnest Money Deposit of the remaining unsuccessful tenders will also be refunded
within a week from the date of acceptance of the tender.
1.18. Solicitors fee, if any, to be paid to the Law Officers of the KWA for scrutinizing or
drawing up of agreements will be paid and the same recovered from the successful tenderer.
1.19. Tenderer must also state in their tenders if they are prepared to carry out at their tendered
rates such portion or portions of the work as may finally be allotted to them by the officer
deciding tenders.
Note: - The Department reserves the right to allot such portion of the work included in the
tender at the rates quoted by the tenderer in the absence of specific noting by the tenderer to
the contrary against clause 3.4 tender (G W D. Form 84) Such allotment shall not vitiate the
acceptance and the tender shall indemnify KWA against any loss to KWA due to failure on
the part of the tenderer to carry out such portion of the work allotted to him at the rates
quoted by him.
1.20. The successful tenderer will have to carry out 25 per cent more of the estimated quantity
of every item at his agreed rates.
1.21. Any further information necessary can be obtained at the office of the undersigned on all
working days during office hours.
1.22. The work should be completed in all respects in 6 months from the date of work
order.`
1.23. Payment on lump sum basis or by final measurement at unit prices:
a) Final measurements need not be taken unless either the contractor or the Executive

Tenderer Executive Engineer


14

Engineer claims extras to or deductions from the quantities of Schedule (BOQ).


b) In case final measurements are claimed, they shall be taken only for those items which
either the contractor or the Executive Engineer claims final measurements and the quantities
of the remaining items in Schedule A shall be accepted as correct. The lump sum amount
mentioned in the agreement will then be varied by addition thereto or deducting there from as
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 16

the case may be the difference (if any), between the amounts mentioned in Schedule A for
such items and the amounts arrived at by calculation at contract rates based on the revised
quantities for the same, obtained by the final measurement aforesaid.
c) It shall be accepted as a condition of the contract that the payment of the final bill to the
contractor less the withheld amount and his acceptance thereof shall constitute a full and
absolute release of Government from all further claims by the contractor under the contract.
d) Payment for additions and deductions for omissions.
No authorized variation shall vitiate the contract but additions and omissions shall be
measured and dealt with in accordance with clause 1.23 (b)
e) Items of work not expressly or impliedly described in the schedule plans or specifications
will be treated as "extras'" They will include only items of works which though highly
necessary for the proper execution of the work and for its completion, were not provided for
in the original contract.
1. The execution of an extra item of work and payment therefore will be based on the
following conditions:
i) There shall be an order in writing to execute the extra item of work duly signed by an
Engineer not below the rank of an Assistant Engineer before its commencement.
ii) If the contractor finds, after examining the specifications and plans that extra are involved,
he should give notice to the Engineer to this effect and shall proceed with the execution of
the extra item, only after receiving instructions in writing from the Engineer.
2. Extra items may be classified as additional substituted or altered items, depending on their
relation or otherwise to the original item or items of work.
3. The rates for extra items shall be worked out as below:
i) In the case of all extra item whether additional, altered or substituted, if accepted rates for
identical items provided for in the contract,' such rates shall be applicable.
ii) In the case of extra items whether altered or substituted, for which similar items exists in
the contract, the rates shall be derived from the original item by appropriate adjustment of
cost of affected components. The percentage excess or deduction of the contract rate for the
original item with reference to the departmental estimated rate shall be applied in deriving

Tenderer Executive Engineer


15

the rates for such items.


iii) In the case extra items, whether altered or substituted and for which similar items do not
exist in the contract and rates exist in the schedule of rates, the rate shall be arrived at on the
basis of the departmental data rate current at the time of ordering the extra item, after
applying the tender deduction except on the cost of departmental material. Tender excess, if
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 17

any, will not be applied.


iv) In the case of additional items, the rates shall be arrived at on the basis of the
departmental data rates current at the time of ordering the extra item or the date of
commencement of the extra item whichever is earlier, after applying the tender deduction
except on the cost of departmental material. Tender excess, if any, will not be applied.
v) In the case of extra items, whether additional altered or substituted, for which the rates
cannot be derived from similar items in the contract, and only partly from the departmental
schedule of rates, the rates for such part or parts of items as are not covered in the schedule
of rates shall be determined by the Engineer on the basis of the prevailing market rates giving
due consideration to the analysis of the rate furnished by the contractor with supporting
documents, including contractor's profit. This shall be added on to the departmental rate
(including contractor's profit) current at the time of ordering or executing the extra item,
whichever is earlier for the other part of the item for which rates can be derived from the
schedule of rates.
vi) In the case of extra item whether additional, altered or substituted, for which the rates
cannot be derived either from similar item of work in the contract or from the departmental
schedule of rates, the contractor shall within 14 days of the receipt of the order to carry out
the said extra item of work, communicate to the Engineer the rate which he proposes to claim
for the item, supported by analysis of the rate claimed and the department shall within one
month thereafter, determine the rate on the basis of the market rate giving due consideration
to the rate claimed by the contractor.
vii) In the case of percentage rate contract, the rate for extra item shall be arrived at by
applying the percentage excess or deduction to the departmental data rate as per the original
schedule on which the tenders were invited.
4. Wherever the term 'Departmental data rate' appears, it shall mean the rate derived from the
Departmental schedule of rates and shall include conveyance charges and contractor's profit.
f) In cases in which the contractor has executed extra items not contemplated in the
agreement but the rates of which require sanction of higher authorities the Division Officer
may in such cases, sanction advance up to an amount not exceeding 75 per cent of the

Tenderer Executive Engineer


16

amount for the items at the rate worked out and certified by the Sub Division Office. The
Junior Engineer shall in all such cases promptly record all authorized extra items executed by
the contractor including detailed measurements and quantities thereof in the Measurement
Book. He shall neither enter any rate for the same in the Measurement Book nor include such
extra items in the body of the bill When the bill is received in the Subdivision, the
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 18

Subdivision Officer shall prepare a separate statement for those extra items showing the
items executed, quantity of each item rate for each item worked out by him based on
agreement conditions and amount for each item in the basis of the rate worked out by him.
He shall also furnish a certificate to the effect that he has personally examined all the extra
items and they are bonafied, the amount payable for these items will not be less than
Rs:.........................................………........................(amount to be specified) and that there is
no objection in paying 75 per cent of this amount as a secured advance. On 'receipt of the bill
with the above statement and certificate, the Division Officer may make payment not
exceeding the amount recommended by the Subdivision Officer as a lump sum secured for
works done but not billed for.
1.24. The contractor shall not without the previous sanction in writing of the authority accepting
the tender, execute any power of attorney in respect of any matter, touching this contract and
any such power of attorney executed without such sanction shall not be recognized by or be
binding upon KW A or their officers It shall be entirely within the discretion of the authority
accepting the tender either to grant such sanction or to refuse it or to revoke a sanction once
given.
1.25. No part of the contract shall be sublet without written permission of the Executive Engineer
nor shall transfer be made by power of attorney authorizing other to receive payment on the
contractor's behalf.
1.26. The Executive Engineer or other sanctioning authority reserves the right to reject any
tender or all the tenders without assigning any reason thereof.
1.27. Cement and M.S rods required for this work should be supplied by the Contractor.
Cement and rods as well as other materials so issued shall remain the property of KWA
though in contractors custody and shall not be removed from the stores at work site except
under written authorization by a competent authority not less than the rank of a Assistant
Engineer. Regarding the supply of material contractor shall adopt all prevailing rule
applicable in KWA.
In case of M.S. rods, the maximum wastage up to but not necessary 5 percent may be
allowed at the discretion of the Executive Engineer in charge of the work and the recovery

Tenderer Executive Engineer


17

will be made at the rates specified above.


1.28.Any other materials available in Departmental stores if issued to the contractor will be
recovered at book value or issue rate plus 20 per cent supervision charges or market value or
data rate whichever is higher. The fixing of market rate will be governed as per clause 1.33.
1.29. The contractor will be exempted from payment of seignior age for rubble and metal
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 19

quarried from P.W.D. quarries exclusively for P.W.D work. If the P.W.D. quarries are not
situated within a convenient distance from the site of the work, the contractor's quoted rates
shall be inclusive of seignior age, ground rent, etc., that may be payable to the owners of
private quarries.
1.30. In making payment the total amount of the bill will be rounded off correct to the nearest
rupee if the amount is above Rs. 25 and to the nearest paise if amount is below Rs. 25.
1.31.(a) When power rollers (which term includes steam and diesel rollers) are hired out to
contractors hire charges for the rollers (which include cost of lubricating oils, grease, small
stores and establishment charges but exclude cost of fuel), shall be recovered at the rate of
Rs.......................................... per day of eight hours for the full period the roller is hired out
to the contractor, including non-working days, except for authenticated periods of break
down of the roller for the full working hours of a day, that is 8 hours from 8 a.m. to 5 p.m.
(including one hour's interval for lunch and for Sunday and other Public holidays, if there is
no work on these days.)
The daily rate of hire fixed by the Executive Engineer shall be for a day of 8 hours or part
thereof, between 8 a.m. to 5 p.m. with one hour's interval for lunch.
b) If there is work on Sundays and other Public holidays, the hire charges for the rollers, shall
be recovered at the rate of 1.20 times the rate of normal working days.
c) When power rollers are worked on any day in excess of eight hours (that is outside the
normal working day between 8 a.m. and 5 p.m.) hire at the rate of 1 .20 times the hourly rate
applicable for that day (based on the rate for 8 hours) shall be levied for every extra hour or
part thereof.
d) The average out-turn expected from a power roller for a day of 8 hours shall be fixed by
the Executive Engineer for the various items or road work A variation of plus or minus 12
1/2 per cent may be allowed to this average. If the daily out turn from the roller falls outside
the permissible variations, the contractor shall be charged at one and a half times the rate of
normal hire for the day, specified for the roller concerned.
However, this clause shall not be applicable in cases where the variation is due to
authenticated periods of breakdown of the roller or inclement weather.

Tenderer Executive Engineer


18

1.32. In addition to the hire charges, necessary water, fuel, fire wood, diesel oil, (fuel oil) or
powering, as the case may be required for the efficient working of the power roller, shall be
supplied by the contractor at his cost.
1.33. Value of quantities of the departmental materials issued for the work either allowed to
deteriorate or unaccounted for, amounting as it does to an excess supply over the sanction
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 20

requirements shall be recovered at book value or issue rate plus 20 per cent supervision
charges or market rates whichever is higher with tax and in addition specific penalty rate
stipulated by the Department Market Value will be the retail selling price of the materials in
the locality of the work or the nearest market town current on the day of issue, or recovery
whichever is more. The Executive Engineer shall obtain the information and record within 7
days of such issue, sending a copy to the contractor. The decision of the Executive Engineer
regarding current market rates shall be binding on the contractor. Unused balance if any, at
the time of completion or termination of the contract, will not be accepted by the department.
The cost of such materials amounting as it does to an excess over sanctioned requirements
shall be recovered at book value + 20 per cent or current market rate whichever is higher and
in addition to specific penalty rates as may be fixed by Executive Engineer in the form of
Departmental Circular Order from time to time shall also be recovered at the direction of
Executive Engineer.
1.34. Tenderers should declare that they are not related to any Government servant, who is in
charge of or having control of the work. Relationship in this will be restricted to father;
mother, son, daughter brother, sister, direct uncle, nephew, father-in-law, brother-in-law,
mother-in-law, sister-in-law and first cousin of the officer concerned. If the above condition
is found to have been contravened, when they tender the earnest money/performance
guarantee of the tenderer/ tender will be forfeited and the contract entered into will stand
cancelled.
1.35. The contractor will provide his own tools and plant, store sheds to store his own materials
as well as those supplied by the department and will be entirely responsible for the proper
use and safe custody of the latter and also for any loss, damage, theft, mishandling
weathering or any cause what so ever.
1.36.In case of schedule rate contract, if different rates are quoted for the same specification of
work under identical working condition at the same site/in different appendices of the
schedule the lowest quoted rate will be accepted for the items in all the appendices.
1.37. The contractor shall be responsible for the safety of the labour employed by him and he
shall be liable to pay the necessary compensation in case of accidents, as per the Workmen's

Tenderer Executive Engineer


19

Compensation Act.
The contractor will also be liable to abide by the fair wage clause condition attached
separately.
1.38. Empty bags of cement used on the work need not be returned to the department stores.
Value of empty cement bags will be recovered at rates fixed by the department from time to
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 21

time.
1.39. lf the department undertakes to supply particulars materials no claim for extra payment on
account of delay in the supply of materials will be entertained.
1.40. ln the case of construction of steining to wells, excessive tilts if any occurring to the extent
which is more than the percentage allowed as per rules will have to rectified by the
contractor at his own cost and if the contractor fails to attend to the same it will be got attend
to by other agency and the cost thereof recovered from the original contractor.
1.41. The contractor should take a license under the current explosive rules to enable him to
manufacture and posses the quantity of gun powder required by him for blasting, if
necessary.

1.42. The contractor shall employ engineering personnel as detailed below for a period of one to
two years according to the tenure of the contract. .
Cost of work executed No. of personnel to be Employed

For work costing Rs.2 One Engineering


Lakhs up to Rs. 5 lakhs Diploma Holder
Rs. 5 lakhs up to Rs. 10 lakhs One Engineering Graduate and one Engineering
Diploma Holder.
For works costing over 10 lakhs One Engineering Graduate and two Engineering
Diploma Holder
1.43. Tenders which are not in conformity with this tender notice are liable to rejection.
1.44. This tender notice with the conditions stated herein will form part of the contract
documents.
1.45. In the case of schedule contracts when the rates quoted for a particular item in figures and
words disagree, the rates quoted in words will be taken of the purpose of the settlement of the
contract. The contractor is bound to accept these rates if the contract is awarded to him.
Similarly in the case of percentage rate contract when the overall percentage rates quoted in
figures and words disagree, the rates noted in words will be taken for the purpose of the

Tenderer Executive Engineer


20

settlement of the contract. The contractor is bound to accept these rates if the contract is
awarded to him.
1.46. The entries in the tender schedule issued by the department is in no way to be corrected by
the tenderers and if the tenderers have to note anything, they should note the same as a foot
note in the bottom of the page. If any correction is made by the tenderer in the tender
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 22

schedule, the tenders are likely to be rejected.


1.47.ln the case of the percentage rate contract, the overall percentage rate quoted by the
contractor shall not be varied on any account whatever and it shall hold good for all items
done irrespective of variations in quantities.
1.48. The quantities provided for in the schedule may vary widely and contractor should be
prepared to do any excess over the schedule quantities at his quoted rates for the works.
1.49. lt shall be accepted as a condition of contract that the landed property or bank deposit based
on which the solvency certificate was issued by the Revenue Department and produced
during the time of Registration will not be alienated during the period of contract without the
permission of K W A vide G.O. (P) No. 136/74/PW., dated 8th August 1974.

Tenderer Executive Engineer


21

2. SPECIAL CONDITIONS
Name of work:- Jal Jeevan Mission (JJM)-JJM 2022-24 -CWSSto Peringamala Grama
Panchayath in Thiruvananthapuram district Supply,Erection,Testing
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 23

and Commissioning of Clear Water Pump Set at WTP site Ayiravalikunnu


for proposed GLSR at Madathara melemukku-Pipeline Work

2.1.All works shall be done in conformity with the specification and condition in the contract
in force in KWA. The tenderer shall quote only single rate as an overall percentage above
or below or at the rates given in the schedule by a single entry at the bottom of the
schedule under the head ”quoted rate of the contractor".  The rates quoted shall be
inclusive by covering all the operation contemplated in the specification and tender
schedule and all incidental work necessary for such operations such as shoring, bailing
out, form work, scaffolding, etc. The rates quoted shall be inclusive of tax. The contractor
should upload the declaration in the form attached.
2.2. The rates quoted by the contractor for the various items shall be inclusive of all tools and
plants required for the proper execution of work and all other incidental charges and
separate claim for these will not be entertained under any circumstances.
2.3. The quantities shown in the schedule are only approximate and are subject to variations and
the contractor is bound to do additional quantities of work if found necessary at his quoted
rates.
2.4. All the rates quoted should be inclusive of tax also.
2.5. All corrections and insertions in the original tender or schedule whether in the printed matter
or elsewhere shall be attested by the tenderer.
2.6. The contractor has to quote for the specification and unit noted in the schedule. No
correction of specification, unit or quantity is admissible and if they make any correction in
the specification, etc., the same will be rejected. If they have to note anything, they shall note
the same as a foot note at the bottom of the page.
2.7. The contractor should note his Division Register Number and amount of permanent earnest
Money deposited by him in his tender.
2.8. The contractor should produce the declaration in the form attached.
2.9. "The contractor is bound to carry out items of works which are not expressly or impliedly
described in the tender schedule, plans, specifications and agreement but which are found
necessary for the proper completion of the work during execution. Payment for such extra

Tenderer Executive Engineer


22

items will be made on the basis of extra item conditions vide clause 23 (c) of form No.
GWD. 83."
2.10. For L.S. items the contractor will be paid only for the actual quantity of work done or
materials supplied and labour engaged at agreed rates for such items and as per condition
No.9 above for extra items but such payment will be limited to the lump sum quoted by the
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 24

contractor. If he fails to quote definite L.S rates for such items the L.S. amount provided in
the schedule will be operative in his case.
2.11. For materials issued for the work but not used and not returned to the store, tax at the
prevailing rates will be recovered in addition to the departmental recovery plus 20 percent
storage.
2.12. For cement and M.S., rods issued for the work but not used a penalty of Rs. 20.00 per 50
kilograms of cement and Rs. 2.50 per kilogram of M.S., rods will be recovered in addition to
the value, 20 percent storage and tax.
2.13. lt will be the responsibility of the contractor to obtain necessary land for stacking the
materials for arranging the work.
2.14. Metal of the required size alone should be brought to the site of the work. Breaking
boulders or rubble into metal will not be allowed either on or the side of the road. Metal
should be stacked on one side of the road only and in such a way as not to cause any hazards
to traffic. The stacks should be formed as per the standard profile current in the department.
2.15. Granite stone metal supplied should be sound, hard, tough and durable, free from any
decayed matter and of uniform colour and texture. Each piece should have sharp angular
edges. The metal should not also contain any quarry dust or earth.
2.16. Silicious gravel shall consist of only hard nodules not more than 40 mm. nor less than 6
mm dia, in any direction scraped from the hill sides and free from admixture of earth or
laterite chips.
2.17. Sand supplied should be clean, sharp and gritty to the touch, free from clay and other
impurities and obtained from running watercourses.
2.18. Variation in supply in each 200-meter length exceeding 1 per cent from the approved
indent will not ordinarily be allowed. But supplied above 1 percent over the stipulated
quantity in the particular 200 meter length may be accepted at the discretion of the Executive
Engineer and in that case each ,will be paid at 3/4 of the agreed rate. Similarly if supplies fall
short by more than 1 per cent recovery for this deficiency will be made at 1/4 of the agreed
rates. Excess supplies or deficiency in supplies over 10 percent however will be accepted
only at the discretion of the Executive Engineer subject to its being penalized at half of the

Tenderer Executive Engineer


23

agreed rates. The maximum penalty shall however be limited to 10 per cent of the contract.
2.19. The contractor will have to make his own arrangements to convey the materials supplied by
the department and for stacking, of materials and site shed, etc. which are found necessary
for the proper execution of the work. He will also be responsible for the safe custody of the
materials till they are used on works.
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 25

2.20. The contractor should take out license for storing gun powder and explosives required for
rock blasting as per Explosive Act 1940.
2.21. Empty cement bags will not be taken back but its cost Re. 1 per bag will be recorded
towards value with the usual tax.
2.22. Recovery for M.S. rods shall be affected at agreed rates for the quantity actually used plus
wastage, if any. The percentage of wastage will be fixed by the Executive Engineer, but at
any rates it should not exceed 5 per cent of the actual usage.
2.23. If the department undertake the supply of any materials, no claim for extra payment due to
delay in supply of those materials will be entertained.
2.24. If materials other than those specified in the tender are issued by the department, recovery
will be affected at data rate plus storage plus tax or at current market rates at the time of
issue whichever is higher.
2.25. Hire charges of tar boiler and sprayer if supplied departmentally will be recovered at Rs. 5
per day for the whole period they are in the custody of the contractor.
2.26. Machinery like concrete mixer, pump set etc. if available will be supplied by the
department as per rule and hire charges recovered from the contractor at the prevailing
departmental rates. The contractor has to take the machinery from the store and return to the
same spot at his cost and responsibility.
2.27.A day means 8 working hours for purpose of calculation of hire charges of rollers, pump
sets and other machinery unless otherwise specified.
2.28. "The contractor has to take the roller from the
………………………………………………………… and return it to the same spot at his
own cost and responsibility"
2.29 "When power rollers (which term includes steam and diesel rollers) are hired out to
contractors, hire charges for the rollers (which include cost of lubricating oils, grease, small
stores and establishment charges but excludes cost of fuel), shall be recovered at the rate of
Rs. 137 per day or eight hours or part thereof, for the full period the roller is hired out to the
contractor including not-working days except, for authenticate periods of break down of the
roller for the full working hours of a day (that is 8 hours from 8 am to 5 pm. including one

Tenderer Executive Engineer


24

hour's interval for lunch), and for Sundays and other public holidays, if there is no work on
these days".
("The daily rate of hire fixed by the Executive Engineer shall be for a day of 8 hours or part
thereof, between 8 am and 5 pm with one hours interval for lunch")
(b) "If there is work on Sundays and other public holidays the hire charges for the roller,
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 26

shall be recovered at the rate of 1.20 times, the rate for normal working days".
2.30 "When power rollers are worked on any day, in excess or eight hours (that is outside the
normal working day between 8 am and 5 pm hire at the rate of 1 .20 times the hourly rate
applicable for that day, (based on the rate for 8 hours) shall be levied for every extra hour or
part thereof'
2.31 "The average out-turns expected from a power roller for a day of 8 hours is as fixed by the
Executive Engineer for the various items of road work. A variation of plus or minus 12 1/2
per cent may be allowed to this average. If the daily out turn from the roller falls outside the
permissible variations the contractor shall be charged at 11/2 times the rate of normal hire for
the day specified for the roller concerned. However, this clause shall not be applicable in
cases where variation is due to authenticated periods of breakdown of the roller or inclement
weather".
In addition to the hire charges, necessary water, split firewood, diesel oil (fuel oil) or
powering as the case may be required for the efficient working of the roller, shall be supplied
by the contractor".
2.32. If part payment is claimed for metal supply: 75 percent of the supply will only be made in
the part bill. The spreading and consolidation should be done within two months of supply.
2.33. The payment of the earth work items will be made as per level measurements or tape
measurements as per rules prevailing in the department.
2.34. AII items should be carried out as per the relevant specification in the M.D.S.S. and all
clause of preliminary specification should be complied with.
2.35. The moulds, shuttering, etc., required for the work should be made by the contractor and
got approved by the departmental officers at site before use.
2.36. Tribes of the locality should be employed to the extent possible. The contractor should pay
fair wages to the labour engaged on the work which will be fixed by the Government as
specified in G.O. 18/ 8597/55/LD., dated 7th March 1956 and any dues to the labour will be
recovered from his bill as fixed by the departmental officers.
2.37. The contractor alone is responsible for the safety of his labourers and damages, if any
payable under "Workmen's Compensation Act" will be to his debit.

Tenderer Executive Engineer


25

2.38. It shall be contractor's responsibility to protect the public and his employees against
accident from any cause during execution of the work and he shall indemnify the
Government against any claims for injury to person or property resulting from any such
accident and he shall, where provisions of the "Workmen's Compensation Act" apply, take
steps to properly insure against any claims there under.
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 27

2.39. The contractor shall be liable for any loss caused to the Government on account of the
above work including any that may arise due to non fulfillment of the contract. He should
comply with the rules laid down in the Central P.W.D Contract regulations regarding fair
wages.
2.40. The work shall be completed in all respects and also at the rate of progress within the time
limit and stipulations in the Form No. 83 - Notice inviting tender failing which the contractor
is liable to be fined as stipulated in special condition No. 2.47.
2.41. Defects, if any noticed within 3 months (6 months in the cases of road works) from the date
of completion of the work will be got rectified by the contractor, in default of which this will
be attended by the department and the cost made good from the contractor.
2.42. The contractor should produce latest tax clearance certificate and also income-tax
clearance certificate for receiving final payment.
2.43. The contractor shall be responsible for payment of tax as per rules in force from time to
time and the rates quoted for various items remain unaffected by any changes that may be
made from time to time in the rate at which such tax is levied GST and income tax due to
Government from the contractor will be recovered from his bill for the work as per the advise
of the authorities concerned.
2.44. AlI sums due to the Government under or by virtue of this contract shall be recoverable
first from the security furnished by the contractor and if the same is found insufficient, such
deficit amount shall be recoverable under the provisions of the Revenue Recovery Act for the
time being in force as though the same were arrears of Land Revenue or any other manner as
the Government may deem fit.
2.45. The contractor agrees that before final payment shall be made on the contract, he will sign
and deliver to the Executive Engineer either in the measurement book or otherwise as
demanded, a valid release and discharge from any and all claims and demands whatsoever
for all matters arising out or connected with the contract. Provided that nothing in this clause
shall discharge or release the contractor from his liabilities under the contract it is further
expressly agreed that the Executive Engineer in supplying the final measurement certificate
need not be bound by the preceeding measurement and payments. The final measurements, if

Tenderer Executive Engineer


26

any, of the Executive Engineer shall be final, conclusive and binding on the contractor.
2.46. The tender notice and Form No. 83 Notice Inviting Tender shall form part of the
Agreement.
2.47. The date fixed by the Executive Engineer for the commencement and completion of works
as entered in this agreement shall be strictly observed by the contractor who shall pay
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 28

damages at the rates of (1) one per cent on the estimated value of the contract for every day
not exceeding five days that work remains un commenced or unfinished after the proper date
and further to ensure good progress during the execution of works, the contractor shall be
bound unless the contract provides otherwise in all cases in which the time allowed for a
work exceed one month to complete. One fourth of the whole work to be done when one
fourth of the whole time allowed for it has elapsed, one half of the work when one half of
time has elapsed and three fourths of work when three fourth of time has elapsed and the
penalty for the failure in either of these cases shall likewise be that the contractor shall be
subject to pay daily damages at the rate of (1) one per cent on the estimated value of the
amount of work that should be completed by that time. Provided always that entire amount of
damages to be paid under the provisions of this clause shall not exceed in the whole amount
of retention (performance security deposit) plus the performance guarantee. All damages
payable under the provisions of this clause or clause 12 or of the conditions of contract shall
be considered as liquidated damages to be applied to the use of this Government without
reference to the actual loss sustained owing to the delay.
2.48. If during execution, the proportion of usage of material issued departmentally alone is
varied for which the price has been fixed in the tender the quoted rate of the item will be
allowed effecting short or excess of departmental materials actually used as well as labour
charges for handling the short or excess if any provided is in the same position.
2.49. The earnest money deposit of the unsuccessful tenderers will be refunded immediately after
tabulating the tenders keeping only the earnest money of the first two lowest tenderers the
earnest money of the remaining two unsuccessful tenderers will be refunded within a week
from the date of acceptance of tenders.
2.50. The contractor should engage at his own cost a diploma holder (Civil Engineering) with
sufficient practical experience for the proper execution and supervision of work costing from
Rs. 2 lakhs to 51akhs and one Engineering Graduate and one diploma holding (Civil
Engineering) for works costing Rs. 5 lakhs up to 10 lakhs and one Engineering Graduate and
two diploma holders for works costing over Rs. 10 lakhs one or two years according to the
tenure of contract.

Tenderer Executive Engineer


27

2.51. AII other conditions and specifications of contract are the same as those current in the
department.
2.52. The method of measurements will be as per Indian standard 1200-1958.
2.53. AII concrete should be machine mixed and vibrated.
2.54. The tenderer/contractor must clearly understand that the settlement of claims either by part
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 29

bills or by final bill will be made only according to the availability of budget provision and
allotment of funds made with the Divisional Officer in charge of the work under the
respective head of account in which the work is sanctioned and arranged and also subject to
the seniority of such bills. No claim for interest or for damages whatsoever shall be made for
the belated settlement of claims of bills. No such claims shall be admitted by the
Government.

2.55. Fair Wage Clause

(a) The contractor shall pay not less than fair wages to labourers engaged by him on the
work:

"Fair Wages" means wage whether for time or piece work notified at the time of inviting
tenders for the work and where such wages have not been so notified, the wage prescribed by
the Central P.W.D. for the District in which the work is done.

(b) The contractors shall notwithstanding the provisions of any contract to the contrary cause
to pay a fair wage to labourers indirectly engaged on the work including any labour engaged
by his subcontractor in connection with the said work as if the labourers, had been
immediately employed by him.

(c) In respect of all labour directly or indirectly employed in the works for the performance
of the contractor's part of this agreement the contractor shall comply with or cause to be
complied with (the central P.W.D. Contractor's labour) regulations made by Government in
regard to payment of wages, wage period deductions from wages, recovery of wages not paid
and deductions unauthorizedly made maintenance of wages register, other terms of
employment, inspection and submission of periodical returns and all wage cards, publication
of scale of wages and returns and all other matters of a like nature.

(d) The Executive Engineer or Subdivision Officer concerned shall have the right to deduct
from the money due to the contractor and any sum required of estimated to be required for
making good the loss suffered by a worker or workers by reasons of non fulfillment of the

Tenderer Executive Engineer


28

conditions of the contract for the benefit of the works, non payment of wages or deductions
made from his or their wages which are not justified by their terms of the contract or non
observance of the regulations.

(e) Vis-a-vis the Central Government, the contractor shall be primarily liable for all
payments to be made under and for the observance of the regulations aforesaid without
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 30

prejudice to his right to claim from these sub contractors.

(f) The regulation aforesaid shall be deemed to be a part of this contractor and breach thereof
shall be a breach of this contract.

2.56. Clause 45 of M.D.S.S. - Accidents - Hoarding - Lighting - Observations - Watchmen


(a) When excavations have been made or obstacles have been put in public thorough fares or
in places where there is any likelihood of accidents, the contractor shall comply with any
requirement of law on the subject, and shall provide suitable hoardings, lighting and
watchmen as necessary.
(b) It shall be the contractor's sole responsibility to protect the public and his employees
against accident from any cause and he shall indemnify Government against any claims for
damages for injury to person or property, resulting from any such accidents and he shall,
where the provisions of the Workmen’s Compensation Act, apply, take steps to property
insure against any claims there under.
(c) On the occurrence of the accident which results in the death of any of the workmen
employed by the contractor or which is so serious as to be likely to result in the death of any
such workmen, the contractor shall within 24 hours of the happening of such accidents,
intimate in writing to the concerned Section Officer of the Kerala Water Authority the fact of
such accident. The contractor .shall indemnify Government against all loss or damage
sustained by Government resulting directly or indirectly from his failure to give intimation in
the manner aforesaid including the penalties or fines if any pay able by Government a
consequence of Government's failure to give notice under the Workmen's Compensation Act
or otherwise conform to the said Act in regard to such accident.
(d) In the event of an accident in respect of which compensation may become payable under
the Workmen's Compensation Act VIII of 1923 whether by the contractor or by the
Government as principal it shall be lawful for the Executive Engineer to retain out of moneys
due and payable to the contractor such sum of sums of money as may, the opinion of the said
Executive Engineer, be sufficient to meet such liability. The opinion of the Executive

Tenderer Executive Engineer


29

Engineer shall be final in regard to all matters arising under this clause.
(e) 1 % of the amount of bill amount less cost of departmental materials will be recovered
along with other recoveries towards the contribution to "Kerala Construction Works Welfare
Fund Board"
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 31

2.57. The Tenderer should submit a preliminary Agreement executed and signed in Kerala Stamp
Paper worth Rs. 200/- along with Tender documents failing which the tender will be rejected.
2.58. GST as per rules will be deducted from Contractors part bill/ Final bill at the specified rate
as per the prevailing rules

Executive Engineer

Tenderer Executive Engineer


30

FORM OF DECLARATION

1. I ………………………………………………………….. do hereby declare that none of my


relations as per the list given is section, 6 and Schedule 1 A of the Companies Act, 1956 is in
charge of the above work or are having control over it.
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 32

2. I ………………………………………………………….. do hereby distinctly and expressly


declare and acknowledge that I have read the Madras detailed standard specifications and the
preliminary specifications therein.

Contractor
Note: - If the contractor is found at any stage, to have suppressed any information required,
his earnest money for the work is liable to be forfeited and the contract entered into will
stand cancelled.

Tenderer Executive Engineer


31

KERALA WATER AUTHORITY


Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 33

FORM OF TENDER

G.W.D. 84

OFFICE OF THE EXECUTIVE ENGINEER


PROJECT DIVISION,
KERALA WATER AUTHORITY,
THIRUVANANTHAPURAM

Name of Work: Jal Jeevan Mission (JJM)-JJM 2022-24 -CWSSto Peringamala Grama
Panchayath in Thiruvananthapuram district Supply,Erection,Testing
and Commissioning of Clear Water Pump Set at WTP site
Ayiravalikunnu for proposed GLSR at Madathara melemukku-Pipeline
Work

Date of issue ……………………………………………………………………………

Name....................................................................................................................................

Address of Tenderer............................................................................................................

.............................................................................................................................................

Details of EMD..........................................................................................

Tenderer Executive Engineer


32

3. Form No. 84
Specifications
PART 1 – GENERAL

3.1. The rates tendered by a Contractor for the work shall include the cost of –
(a) All labour and supervision thereof, all materials, tools, implements and plant of every
description ladders, cordage, tackle, etc, as well as the provision of safe and
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 34

substantial scaffolding required for the proper execution of the work in conformity
with the specifications for the various items of work;
(b) Supplying the requisite agency with necessary equipments, to set out the work as well
as to afford facilities for such examination of the work as the departmental Officers
may at any time consider desirable, as also to count, weigh and assist in the
measurement or check measurement of the work or materials.
(c) Providing and maintaining all temporary fences, shelters, lights watchmen and danger
signals and such other precautions as are necessary for the protection of the work or
materials, as well as to protect the public and those connected with the work from
accidents at the site of, or on account of the work;
(d) Al sheds, mortar mills and mixing platform of every kind required for the proper
execution of the work according to the specifications;
(e) All fees and royalties of materials; and
(f) Finally clearing away of all rubbish, surplus materials, plants etc., on completion of
the work and pressing and leveling off and restoring the site to a tidy condition, prior
to handing over the work to the Division Officer or his authorized assistant and also
its maintenance until so taken over.
3.2 In the case of supplies of materials such as rubble, broken stones, gravel, sand, etc.,
which may have to be measured prior to being used on the work, the contractor must
always stack or arrange them neatly on level ground or on ground cleared and leveled by
him for the purpose in such manner as may be ordered by the Officer-in-charge so that
they may be easily susceptible of inspection and measurement, the cost of such clearing,
leveling and stacking or arranging being included in the rates for work, Each stack must
be straight and of uniform section throughout and of the dimensions specified by the
Officer-in-charge. Materials not stacked or arranged in accordance with instructions
issued will not be measured and paid for.
3.3 The Contractor shall be bound to bear the expense of defense of any action or law
proceedings that may be brought by person for any injury sustained owing to neglect of
above precautions in connection with the execution of the work, and to pay any damages
and cost which may be awarded in consequence.
3.4 The Contractor shall also help himself out of any difficulties of penalties arising from
interference with private property in the execution of the contract.
3.5 The tenderer should state whether he has all the plant necessary for execution of the
work. If in the opinion of the Division Officer, Contractor’s own plant is neither
sufficient for the proper execution of the work, the department may supply other
available plant and recover reasonable hire for the same. The Division Officer’s decision
in the matter shall be final and binding on the Contractor.
3.6 The Contractor shall bear the running expenses inclusive of pay of the departmental staff
attached to such plant and cost of repairs of all KWA plant while in his possession on
hire as also the cost of restoring the same in good condition at the time of return, due
allowance being made for fair wear and tear.
3.7 All materials and plant that are to be made over to the Contractor by the Department shall
be handed over at him at the Division Office or Store Yards at Division Headquarters of

Tenderer Executive Engineer


33

the KWA General Stores Trivandrum and the charges for their handling, loading and
unloading and conveyance to and from the respective work as also for stacking the
materials neatly and in regular heaps on the ground or sheds to which they are brought,
shall be deemed to be included in the rates for the work.
3.8 Unless otherwise specifically provided for in the Contract, the Contractor shall his own
cost keep all portions of the work free from water whether due to springs, soakage or
inclement weather and in a neat and sanitary condition and shall also see that drainage
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 35

and sewage are prevented from entering the site of work or accumulating therein.
3.9 The Contractor shall be responsible for the proper use and bear the cost of protection of
materials made over to him by the Department for use on the work and bear any loss
from deterioration or from faulty workmanship or any other cause. The cost of materials
thus allowed to deteriorate amounting as it does to an excess issue over sanctioned
quantities will be recovered at rates 20 percent over the actual cost. The orders of the
Division Officer in the matter shall be final and binding on the Contractor.
3.10 The Contractor shall be responsible to see that the level or other pegs, profiles,
bench marks, masonry pillars or other marks setup by the Department for guidance in the
execution of the work are not disturbed, removed or destroyed. If any such marks are in
the opinion of the Division Officer found disturbed, removed as destroyed, they will be
replaced by the Department at the cost of the Contractor.
3.11 Any materials brought to the site of work, or any work done by the Contractor but
rejected by the Officer-in charge as being not up to the specifications shall in the case of
materials supplied be then and there removed from or broken up at the site of work, and
in the case of work done be dismantled or rectified at the expense of the Contractor, as
may be ordered by the Officer-in-charge.
3.12 In all cases whether so specified in the contract or not, the work shall be executed
in strict accordance with the Contractor’s accepted tender and these specifications and
with such further drawings and specifications and orders as may from time to time be
issued by the Division Officer.
3.13 Whenever the Contractor is ordered by the Division Officer or his authorized
assistant or subordinate to execute any item of work which is not in the tender, it shall be
the Contractor’s duty to get a special price arranged for the item and to see that it is
written in the work spot order book (which shall be provided by the Division Office and
kept in the work by the Subordinate In Charge) and that this order is initialed and dated
by the Contractor and the Officer ordering that particular item of work. For any extra
item executed by the Contractor and not as entered in the work spot order book and
initialed both by the Contractor and the Departmental Officer ordering such extra item
that Contractor shall have no claim or extra payment.
3.14 Any dispute or difference that may arise between the Division Officer and
the Contractor on account of the contract, shall at the instance of either party be referred
to the Superintending Engineer, K.W.A., whose decision given in writing shall be final
conclusive and binding. The Division Officer may at this discretion delegated in writing,
to any of his subordinates any of his power regarding these specifications.
Specification

Part II Materials

Part III Work

Tenderer Executive Engineer


34

(As current in the Kerala Water Authority)


Signature of Tenderer …………………………………………………….
Date …………………………………………
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 36

Tenderer Executive Engineer


35

KERALA WATER AUTHORITY

FORM OF TENDER

Name of work: ……………………………………………………………………………………


……………………………………………………………………………………
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 37

To
THE EXECUTIVE ENGINEER, PROJECT DIVISION, KERALA WATER
AUTHORITY, THIRUVANANTHAPURAM.
Sir,

1. I/We do hereby tender to execute the works enumerated in the Schedule


accompanying in accordance with the terms in your tender notification dated
…………………………. and specifications and conditions of contract in
force in K.W.A.
2. Copy of the specifications duly signed is also enclosed.
3. I/We further agree to complete the whole work in ……………………….
Weeks/months from date of receipt of order to start work, and/or the case of
piece-works, maintain the minimum rate of progress specified in the Tender
Schedule.
4. I/We do/ do not agree to accept and carry out such portion of the work
included in my/our tender as may be allotted to me/us if the whole work be
not given to me/us.
5. In consideration of I/We being registered as a contractor in the Kerala K.W.A.
and invited to tender I/We agree to keep the tender open for acceptance
………………. Days from the due date of submission thereof and not to make
any modifications in its terms and conditions which are not acceptable to
Kerala Water Authority.
A sum of Rs ……………………. Is hereby forwarded in cash/Treasury chalan
deposit at open as aforesaid or make any modifications in that terms and
conditions of the tender which are not acceptable to Kerala Water Authority.
OR
If after the tender is accepted, I/We fail to execute the agreement as provided in
clause 13 of tender notifications or to commence the execution of the works as
provided in the conditions, I/We agree that the Kerala Water Authority shall,
without prejudice to any other right or remedy be at liberty to forfeit the said
earnest money absolutely and also recover from me/us the entire loss that may be
caused to the Kerala Water Authority by the retender or arrangement of the work
or otherwise under the provision of the Revenue Recovery Act or otherwise.

Encl:- i) Tender Schedule :


ii) Earnest money Rs.
iii) Signed copy of specification :
iv) Signed copy of plan :

Tenderer Executive Engineer


36

Usual signature of Tenderer..............................................


Full Name..........................................................................
Nationality.........................................................................
Place of residence..............................................................
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 38

Date of submission …………………………………………………………….

Tenderer Executive Engineer


4. ADDITIONAL TENDER CONDITIONS
Name of work: Jal Jeevan Mission (JJM)-JJM 2022-24 -CWSSto Peringamala Grama
Panchayath in Thiruvananthapuram district Supply,Erection,Testing and
Commissioning of Clear Water Pump Set at WTP site Ayiravalikunnu for
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 39

proposed GLSR at Madathara melemukku-Pipeline Work

4.1. The tenders shall be submitted electronically to the Executive Engineer, Project Division,
Kerala Water Authority, Thiruvananthapuram in the method available at the website
www.etenders.kerala.gov.in.All documents / attested copies shall be submitted electronically by scanning
and uploading. The tender documents in original shall be submitted within 3 days of the date of opening of
tender. The contractors can view the tender notice and the tender documents free of cost in website.
However on submission of tender, the tenderer will have to remit the cost of tender fee electronically. The
cost of tender fee

once paid successfully and credited to Kerala Water Authority account will not be refunded even if the
tender is cancelled at a later stage or the tenderer fails to upload his tender. Preliminary agreement in the
prescribed form in Rs. 200/- Kerala Stamp Paper duly signed and sealed shall be uploaded without fail.
The price bid shall be filled up in the prescribed format provided in the tender document. For uploading the
technical and price bids, the tenderer has to remit the amount towards cost of tender documents as well as
the prescribed EMD through SBI internet banking or through SBI internet banking or through SBI MOPS
mode of payment. Price bid /schedule shall be submitted electronically only.
4.2 The technical bid and price bid will be opened by the Executive Engineer / Authority at the time and
date specified for opening of tender.
4.3 The rate quoted by the contractor should be inclusive of hire charges for the tools and plant, all
taxes etc. and all other incidental charges and no extra claims on these account, will be admitted.
4.4 The contractor shall be bound to carry out all extra items not provided for in the schedule but found
necessary during execution of the work.
4.5 For LS items payment will be made on actual measurement limited to the amount agreed to by the
tenderer.
4.6. Cement/ Tor steel / MS rods and other materials issued for the work should be stored suitably at the
work site or in a store approved by the Authority. Account of receipts and issues should be
maintained at stores and all facilities should be given by the contractor to the Authority officers for
checking the stores at any time fixed by the Authority. If any shortage is noticed, the contract is
liable to be cancelled immediately and suitable action will be taken against the contractor for the
misuse of Authority materials.
4.7. Surplus materials supplied by the Authority should be returned to the Authority Stores as per the
directions of the Authority Officers immediately after the work is completed and the contractor
should obtain suitable receipts from the Store Keeper for the same.
4.8. FCC will not be paid unless contractors have produced Income Tax and tax clearance certificate.
4.9. Contractor is bound to give fair wages to labourers employed by him as per the standing rules of
the Government.
38
4.10 Contractor is bound to engage suitable experienced hands for the execution of work. He
should also see that the works are carried out in the presence of his authorized        representatives, if
he is not in a position to present him at the work site during working hours.
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 40

4.11 If the Kerala Water Authority undertakes to supply certain materials, no claims for extra payment
on account of delay in the supply of these materials will be entertained.
4.12 The contractor shall examine whether there are any gas mains, electric or phone posts, cables, water
main, sewers, covered drains etc., coming in the line of the trench and shall not excavate in such
localities before such mains, cables or drains or sewer are diverted or otherwise arranged for.
4.13 The contractor shall be responsible for any damage which may be caused to power or phone posts
or cables or to building, walls or pipes etc., nearby on account of the excavation of the trench due to
insufficient or lack of shoring or due to the result of bailing out or pumping or stagnation of water.
The contractor shall make his own arrangements for supporting electric and telephone posts,
electric and telephone cables, existing water mains during excavation and no extra payment will be
give for this.
4.14 The contractor shall examine and satisfy himself that the beds of the trenches are firm and suitable
for laying the pipes. Should any portion be found unsatisfactory, the contractor shall take necessary
steps to make the trench firm and suitable for laying pipes.
4.15 The Authority materials issued to the contractor shall be taken charge from stores by the contractor
after satisfying himself about their sound condition and granting receipt to the officer - in – charge
and make available the materials for the purpose of inspecting, weighing or testing the pipes and
materials as the officer-in-charge shall see fit to do.
4.16 All pipes, specials, valves etc., shall be transferred and stored adjacent to their final position of the
work, where they are to be used at such time as the officer - in – charge considers proper. This will
usually be just before they are to be laid in the trenches.
4.17 The pipes, specials and valves etc., shall be handled very carefully during loading, unloading,
conveying, lowering operations as per the directions of the Authority officers under their approved
modes and with approved instruments and should be satisfied that they are not defective.
4.18 If any of the materials issued to the contractor in good condition become there after damage
before/ when or after being placed in the work, the contractor shall be liable for the damage and
shall be charged at the rate fixed by the Authority as per rule.

Tenderer Executive Engineer


39
4.19 No payment will be made for additional pumping for bailing out water that may be required due to
the fault of the contractor by way of inefficiency or delay in carrying out the works, defective
works etc.,
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 41

4.20 The laid pipeline should be tested in convenient section not exceeding 150m length at a stretch/ in
suitable length fixed by the Authority. The testing of pipeline has to be done under the presence of
the Officer-in-charge and under their directions.
4.21 If test show any defect to the works, such portion has to be redone and got tested to satisfaction of
the Authority officers at the contractors cost.
4.22 If for lack of special after commencing the work, pipes have to be laid with open end, they have to
be closed by needle plugs, at no extra cost by the contractor.
4.23 All other conditions, and terms of contract are the same as those current in the Kerala Water
Authority.
4.24 All the relevant clauses of the specifications for earth works, trenching, receipt, transport and
custody of materials, conveyance to work site, laying, testing etc., for CI/ DI/ AC/ PVC pipes in the
Madras Detailed Standard Specification/ ISS/CPWD Specification shall apply to all kinds of pipes.
4.25 Where trenching done, caution boards, red flags and danger lights, should be provided by the
contractor at his cost as per standard practices, details of which are available in the Executive
Engineer’s office.
4.26 After refilling the trenches, the contractor is responsible for a period of two months to maintain at
his cost the surface of the refilled trenches free of depressions, potholes or other irregularities.
4.27 The contractor shall be responsible for the safe custody of all the materials take charge by him
subject however to the direction and control of the officer – in – charge.
4.28 From the “On Account” payments, deductions shall be made by the Authority at the rate prevailing
towards contribution to the Kerala Construction Workers Welfare Fund Board.
4.29 The FCC for the work of OH Reservoir/ GL Reservoir will be paid only after the tank is get tested
by filling water as instructed by the Departmental Officers.
4.30 In addition to other test as per MDSS/CPWD specification and ISS, cube tests of concrete for RCC
work shall be conducted as per relevant ISS with out any extra charges.
4.31 The contractor shall declare the name, qualification and experience of each of the engineering
personnel he is deputing to the supervision of the work and get approved from the Kerala Water
Authority for the same.

Tenderer Executive Engineer


40
4.32 In the case he wants to substitute any engineering personnel he shall do so only after getting
approval of Executive Engineer in the same manner described as above.
4.33 Whenever a days concreting exceeds 15m3 concrete test cubes shall be cast as per standard
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 42

specifications IS 456, IS 1199 (latest revision) etc., and got tested in approved laboratory to ensure
the quality of the concrete work in the presence of departmental officers. The rate quoted shall be
inclusive of this item and no separate payments shall be admissible.
4.34 Time of completion mentioned include the Monsoon Seasons also.
4.35 The tenderers shall submit the detailed programs of work along with the tender giving due
consideration for the rainy seasons.
4.36 Tenderers should quote the rate as shown below:
a) The tenderers should quote percentage excess / reduction over the PAC
4.37 The successful tenderer shall within 14 days of receipt of the order of award of work (selection
notice), deposit towards performance guarantee, 5% of the accepted contract value in favour of the
Executive Engineer, Project Division, Kerala Water Authority, Thiruvananthapuram and deposit
will be retained till the expiry of defect liability period. At least fifty percent (50%) of this deposit
shall be collected in the form of Treasury Fixed Deposit and the rest in the form of Bank guarantee
or any other forms prescribed in the revised PWD manual.
4.38. The EMD deposited by the tenderer shall be released as soon as the performance guarantee amount
as above is deposited. Performance security deposit is the retention amount deducted from the
running bill of the contractor in addition to performance guarantee. This will be @ 2.5% of the
gross amount of each running bill so that the amount so retained shall be 2.5% of the value of the
work done till then. This can be released against Bank Guarantee on its accumulation to a minimum
amount of Rs. 5Lakhs subject to the condition that the amount of Bank Guarantee except last one
shall be less than Rs. 5 Lakhs. This amount will be released after passing of bill as in the case of
refund of deposit.
4.39. No exemption shall be allowed for performance guarantee and performance security deposit
amounts for Govt/ Quasi Govt. undertakings unless there is specific order from government to that
effect for this particular work and approved by the Authority.
4.40. Liquidated damages @ 0.5% of the cost of the balance works, per week or portion thereof subject
to a maximum of 10% of the total value of Contract will be realized from the contractor, beyond the
agreed date of completion of the work. If the contractor fails to complete the work even after

Tenderer Executive Engineer


41
levying the maximum of the liquidated damages, the balance portion of the work shall liable to be
terminated and arranged through other means at the risk and cost of the defaulted contractor.
4.41. Additional Performance Guarantee
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 43

Additional Performance guarantee will be required in all cases where quoted rate fall below 10% of
the estimate cost, but the maximum permissible lower limit is 75% below the estimate cost. The
10% standard exemption will be applicable to all estimate quoted below estimate cost up to 75%. If
the rate quoted by the contractor is “x%” below estimate cost the additional performance guarantee
for an amount equal to (x-10) % of the estimate amount shall be obtained from the contractor”
I. The tender with lowest quoted rate less than 75% estimated PAC shall not be rejected if
sufficient competition ensured and the rate quoted by the second and third lowest bidder are
also comparatively nearer to the lowest bidder.
II. The tender inviting authority shall obtain a statement from the lowest bidder quoting rate
below PAC regarding the reasonableness of the rate quoted to access that whether the
quoted rates are workable.
III. Assessment shall be made by department also, as to whether the particular work has any
rate advantage as compared to the rate as given in the sanctioned estimate Viz. reduction in
cost bitumen , steel etc.
IV. If any contractor quoted less than 75% of the estimated PAC and variation with all other
quoted rate are much higher, the tender accepting authority shall take appropriate decision
based on merits.

4.42 For supplying and laying contracts,


a. The PVC pipes to be supplied under the contract if any shall be manufactured as per IS
4985 – 2000 as amended from time to time and shall bear ISI certification mark.
b. The DI pipes to be supplied under the contract if any shall be manufactured as per IS 8329 -
2000 as amended from time to time and shall bear ISI certification mark.
c. The AC pipes to be supplied under the contract if any shall be manufactured as per IS 1592
– 1989 as amended from time to time and shall bear ISI certification mark. The specials
such as AC couplings, rubber rings, CID sets, CI specials such as bends etc., shall also be
supplied as per relevant IS codes.
d. The CI pipes to be supplied under this contract shall be manufactured as per ISI – 1536 –
1989 as amended from time to time shall bear ISI certification mark. The specials shall also
be supplied as per relevant IS codes.

Tenderer Executive Engineer


42
e. The GI pipes to be supplied under this contract shall be manufactured as per ISI – 1239 –
1999 (Part1) as amended from time to time shall bear ISI certification marks. The specials
shall also be supplied as per relevant IS code.
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 44

f. All pipes as per the scope of the work supplied should be factory tested and test
certificate as per relevant specification/latest code of practice should be produced along
with the pipe supplied. The testing of pipes and the authentication of test certificate should
be done by an approved third party inspection agency agreeable to KWA and witnessed by
the technically qualified officers of KWA, if the contract value exceeds Rs.100 lakhs and by
a Departmental Officer deputed by KWA if the contract value is less than Rs. 100 lakhs.
The cost of testing by Department (KWA) officer shall be borne by the contractor within the
quoted rate and no separate claim shall be allowed. The TA/DA of the departmental officer
if deputed shall be borne by the KWA.
g. All the pipe shall bear the inspection stamp of the inspection agency.
h. The specials to be supplied shall be of the same class as the pipes and shall bear ISI marks,
wherever IS specifications are available.
i. The unit rate quoted for laying of pipes shall also include transportation of pipe and all other
materials to the site.
j. Payment shall be made to the contractor only after satisfactory laying and testing of the
whole or part of the work.
k. The contractor shall raise a claim for 80% of the value of the tested materials he has
supplied at site, at estimate rate as secured advance, which shall be considered by the
authority as per secured advance rules of KWA. Sanctioning of such secured advances shall
be at the discretion of the agreement authority and shall not be taken as a right of the
contractor.
l. The contractor shall guarantee satisfactory performance of pipe line for a period of 12
months after completion of the work. During this guarantee / maintenance period, any
repairs that shall be necessitated shall be carried out by the contractor without any extra cost
and within the shortest possible time, failing which the work shall be arranged/ attended by
the KWA at the risk and cost of the contractor.

Tenderer Executive Engineer


43
m. Necessary concrete anchor blocks, valve chambers etc, shall be provided by the contractor
as per the approved plan. These items shall be quoted for as per quantities provided in the
tender schedule.
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 45

n. Under no circumstance, any price variation shall be allowed for the pipes and other material
to be supplied as per this contract and the prices quoted shall remain firm.

4.43 The contractor shall be bound to carry out works up to 10% in excess of the quantity specified, if
required during actual execution, on the same terms and conditions
4.44. Not applicable
4.45 The monetary benefit due to any reduction declared by Government of India/ State in the
statutory duties and levies after the tender submission should be passed on to Kerala Water
Authority. For affecting this, the detailed break up of their purchase cost showing clearly the      basic
prices, Taxes, transportation etc., shall invariably be noted. In      cases where these are not
mentioned, any reduction shall be assessed by Kerala Water      Authority with the present market rate
of the material.
4.46 Pipes and other construction materials shall be stacked at site only in consultation with the
Executive Engineer concerned and will not be stacked more than 5 days before commencement      of
work. The excess cut soil, boulders, rubbles, balance pipes/cables should be removed from the      site
at the cost of the contractor immediately after back filling is completed, at any rate within 48      hours
of completion of works.

4.47 The Bar Charts, Work Plan, Work Schedule in the agreement shall be submitted for all works so
as to monitor the progress of the works. The as laid map of pipe line works shall be submitted by
the contractor along with the bill and the same shall be verified by the concerned officers before
making payment. The as laid maps shall be kept in the Division office separately for future
reference and one copy along with the agreement.

4.48 Works should be carried out causing minimum hindrance to traffic and inconvenience to the
public. In cases where traffic is not blocked, trenching, pipe laying, back filling and rectification are
to be done simultaneously.

              If any of the conditions above are in contradiction to any of the clauses in the Form
83, Special conditions, Form 84, the clause/conditions of the additional tender conditions shall prevail.

Executive Engineer

Tenderer Executive Engineer


44
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 46

5. FORMS OF AGREEMENT

(A) FORM OF PRELIMINARY AGREEMENT


"Preliminary Agreement entered on this ………………………….. day of…………. Two Thousand
……………. between Executive Engineer, Project Division, Thiruvananthapuram For and on behalf of
Kerala Water Authority of the one part and Sri...................... ..................................................................... ...
.... ... ... ... ... ... .., ... ... ... ... ... ... ... ... ... .......................... ...
(full name and address of the tenderer) hereinafter called the contractor of the other part for the execution
of the agreement as well as for the execution of the work
…………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………
…………………………………………………………………
Kerala Water Authority (KWA) invited tenders for the work as stated above
…………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………
…………………………………………………………………..by Notification No.......................Dated
in---------the---------------------AND WHERE ………………………….of the notice inviting tenders
stated as follows:

Within fourteen days after the date when the acceptance of the tender has been intimated to him, the
tenderer shall deposit a sum sufficient to make to the balance which together with the amount of earnest
money deposited shall be created as security for the proper fulfillment of the same and shall execute an
agreement for the work in the stipulated manner. If he fails to do this or in the case of the contract to
maintain a specified rate of progress (to be specified in each case in the tender schedule) the earnest money
and performance guarantee shall be forfeited to KWA and fresh tenders shall be called for or the matter
otherwise disposed off. If as a result of such measures due to the default of the tenderer to pay the required
deposit to KWA results in any loss to KWA, the same will be recovered from him as arrears of revenue.
The original contractor shall have no claim whatever to the sum that may be due to the contractor on this or
any other subsisting contracts or under the Revenue Recovery Act or otherwise the KWA may decide.

NOW THESE PRESENT WITNESS AND it is mutually agreed as follows:


The terms and conditions for the said contract having been stipulated in the said tender form to which
the contractor has agreed, a copy of which forms part of this agreement, it is agreed that the terms and
conditions stipulated therein shall bind the part to this agreement extend to which they are abrogated or
altered by express terms and conditions herein agreed to and in which accept the express provisions
herein all supersede those of the same tender form.

1. The contractor hereby agrees and undertakes to perform/fulfill all the operations and obligations with the

Tenderer Executive Engineer


45
execution of the said contract work
……………………………………………………………………………………………………………
…………………………………is awarded in favour of the contractor.
2. If the contractor does not come forward to execute the original agreement after the said work is awarded
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 47

and selection notice issued in his favour commits breach of any of the conditions of the contract as
stipulated in the NIT as quoted above within the period stipulated therein the KWA may rearrange the
work otherwise or loss so sustained by the KWA can be realized from the contractor under Revenue
Recovery Act as if arrears of land revenue as assessed, taking into consideration the prevailing PWD rate
and after giving due notice to contractor. The acquisition taken by such authority officer or officers shall be
final and conclusive and shall be binding on the contractor.

3. The tenderer further agrees that any amount found due to the KWA under or by virtue of this agreement
shall be recoverable from the contractor from his EMD and his properties movable and immovable as
arrears of Land Revenue under the provisions of the Revenue Recovery Act for the time being or in any
other manner as the KWA may deem fit in this regard.

4. The contractor further assures it is clearly understood that the settlement of claims either by part bills or
by final bills will be made only according to the availability budget provision and allotment of funds to the
divisional officer in charge of the work under respective heads of account in which the work is sanctioned
and arranged and also subject to seniority of such bills. No claim for interest or for damages whatsoever
shall be made for the belated settlement of claims of bills.

IN WITNESS WHERE OF Sri.--------------------------(here the name of the officers of the KWA) for on
behalf of the Kerala Water Authority (KWA) and Sri …………………
the tenderer have set their hands on the day and year firm above written signed by Sri
-----------------------------------------------------------officer / officers of Kerala Water Authority.
Executive Engineer
In the presence of witness

1.

2.

Signed and delivered by


Sri................................... .............,.......................... ... ... .....the contractor

1.

2.
Note:- The form should be presented in Rs. 200- valid stamp paper of Govt. of Kerala.

Tenderer Executive Engineer


46

(B) FORM OF FINAL AGREEMENT TO BE EXECUTED ON AWARD OF WORK

AGREEMENT No........................................................................................... ...WORKS


CONTRACT.

AGREEMENT entered into..........................day of the..........Two Thousand and


.............................................................between.........................................................................
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 48

of the one part and the Executive Engineer, Kerala Water Authority Project Division,
Thiruvananthapuram for and on behalf of Kerala Water Authority of the other part for the work of
…………………… ………………………… ……………………………
………………………………………………………………………………………………. by the former
for the use of the Kerala Water Authority as per accompanying, plan, specification and conditions of
contract approved by the Executive Engineer, Kerala Water Authority, Project Division,
Thiruvananthapuram – 33. Signed and delivered by the above mentioned.

Sri............. ................ ... ...................... ..............................................the contractor

In presence

1.

2.

Signed and delivered by the Executive Engineer, Kerala Water Authority, Project Division,
Thiruvananthapuram -33 and on behalf of the Kerala Water Authority.

Executive Engineer

In the presence of witness

1.

2.

Tenderer Executive Engineer


47

6. Additional Special conditions regarding GST

The direction contained in the Government circular no.18/2019/Fin dated 01/03/2019(attached) as per
letter no. KWA/HO/WN/KNR/33/97 dated 07/05/2019 of Managing Director, KWA is applicable to this
tender also. It shall also become part of NIT.
“All bidders should have a valid GST registration. The amount quoted shall be exclusive
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 49

of GST which may be paid or become payable on the completed work within the scope of this
tender. In other words, the amount quoted shall be exclusive of GST prevailing as on the due
date of the tender and taxes at applicable rates shall be deducted from the payment to the
contractor as per rules without further correspondence. The deductions from contractor’s payment
shall include Income Tax and Labour Welfare Fund as per the rate in force. However this shall
not mean that only this amount shall be deducted. The payment and deduction shall be made as
per Circular no 18/2019/Fin dated 1.3.2019 of the Finance (Industries and Public work- B)
department, Government of Kerala. (copy of the circular is attached for reference)Any tax rules
issued by Government and implemented in KWA as and when will be applicable to this tender
also.

Tenderer Executive Engineer


48

7. Special Conditions for JJM Contract for FHTCs will form part of
the agreement. The tenderer should clearly go through all these
conditions and the quoted rate will be inclusive of all these special
conditions to follow as listed below.
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 50

1. The tenderer should have qualified Key personnel and engineering staff to execute and supervise the quoted work
with minimum requirements as specified.
2. The progress of work shall be updated every day by the Contractor to the concerned officer.
3. Before commencement of the work on field, the contractor, in coordination with Local
PanchayatAuthoritiesshallpreparealistofbeneficiariestowhomtheFunctionalHousehold Tap Connections (FHTC) to
be given in that particular Panchayat in coordination with the concerned Assistant Engineer,KWA.
4. 10% of the estimate amount is by beneficiary contribution included in Tendered PAC. The beneficiary contribution can
either be cash or kind. If the beneficiary contribution as kind such as supply of materials, labours etc. and it shall be
accounted as per current schedule of rates and recovered from the bill.
5. Tender excess/below if any quoted by the bidder shall not be applicable for KWA connection fees and other
charges and will be as per actuals.
6. The contractor should have mobile connection/email ID/WhatsApp No. in his name or his representative. The
contractor should produce documentary proof to this effect..
7. The contractor shall survey the site, identify the households and assess the actual quantity of pipe line extension,
road cutting, number of connections and length of each connection to be provided shall be prepared with materials
to be used. Shop drawings (Working drawings) needs to be prepared, for the approval of the concerned Assistant
Engineer/Asst. Executive Engineer in charge of works and later submitted to Division office along with bills for
the connections executed..
8. Any work shall be considered as completed only when the FHTCs are completed, commissioned, Geotagged and
incorporated in the GIS mapping with required attributes as instructed for the as-built drawings.
9. Pipes and other materials shall be inspected by departmental officers or third party as per the prevailing rules in
KWA. There shall be a guarantee period of 18 months for the works executed and materials used
10. After obtaining necessary approval on due processes, the mandatory fee for connection shall be remitted
11. Safety measures including traffic control, protection of excavated trenches, putting sign boards, night watchers,
etc., in the site area shall be provided by the contractor.
12. The procedure of work execution at site is described in brief as follows;-

i. Finalise the consumers to whom water connection shall be given.


ii. Identify the location and measure the length of pipeline extension/ water connection.
iii. Arrange and ensure necessary workforce/ pipes, specials and other
materials/tools/dewatering pumps/Testing pumps and testing equipment/
compactionequipment/safetyequipmentatworksitefortheexecutionofwork.
iv. Arrange for valve control/ traffic diversion, if necessary.
v. Road cutting/ excavation may be executed as per the schedule by taking necessary
safety measures such as sign/caution boards, fencing etc.
vi. Direct house connections, Interconnection works, etc.,which can provide maximum
number of FHTCs should be attended first. Road cutting permissions should be intiated
well in advance for road crossing works. Pipe cutting, if any, may be done using cutting
machines/ power or manual saws etc. Any kind of chipping using chisels etc will not be
allowed at site. Adequate specials/joints(CID/CIR/Mechanical Joints)/fittings may be used
for providing interconnections. Contractor shall take special care on precise

Tenderer Executive Engineer


49

measurements while executing interconnection works. Interconnection works shall be


totally leak proof.
vii. asphalt / concrete cutter should be used for cutting tar/ concrete roads.
viii. Ensure availability of sufficient water before providing water connections. Check the
possibility and provide interconnection etc., for the availability of sufficient quantity of
water in case of non-availability of water in the distribution popes. The site work will be
Draft #1 of File KWA/PDT/DB4-11181/2022_26_2_1/JJM Approved by Executive Engineer on 21-Jul-2023 03:01 PM - Page 51

counted as completed only when water is supplied through the FHTCs.


viiii. Water connections may be taken from the nearby distribution pipe to the premise of the
consumer by fixing saddle pieces, GM Valves, ferrule, and connecting to the service pipe
using adaptors, connectors, tees, elbows, air valves if necessary, water meters, valves,
meter boxes, connection tap (FHTC), etc., as per schedule and as per relevant IS
Specifications.
ix. Mark the consumer number in the meter cover/ meter box using permanent markers/
paints with stencils as approved by the Engineer.
x Geo-tag the location and details of water connection and consumers.
xi For mapping the location and attributed in GIS, supplement details immediately on
completion of FHTCs.
13. If any damages occur to the utility service of other agencies during the works, the completion cost of rectifying the
damages are to be borne by the contractor. Prior information should be given to such concerned departments
before commencing the work.
14. The contractor shall be responsible for the safety of all activities at site. The contractor alone is responsible for the
safety of his laborers, public, if any payable under prevailing laws.
15. When excavation have been made where there is likelihood of accident, the contractor should comply with any
requirement of law on subject and shall provide suitable fencing, lighting, watchman etc., as necessary.
16. In the event of accidents where compensation may have to be paid, the Executive Engineer has the right to retain
payments due to the contractor to meet the liability.
17. .the contractor is liable to carry out the extra items and excess over the schedule quantities, if necessary, as per the
direction of the departmental officers
18. The guidelines for the implementation of JJM and prevailing rules of KWA will be applicable for the work.

Executive Engineer

Tenderer Executive Engineer

You might also like