You are on page 1of 8
Seger ani wif oe feores eatrege fees Gare eireat fa A aren TH / soe TE AT ee IE FT) Serer Re, ee ae, xe B34 O31, wrreahe (soe) Central Mine Planning & Design Institute Limited {A Subsiciary of Coa India Liited? Gow. of India Public Sactor Undertaking) (Ueeer'” Gondwana Place, Kanke Road, Ranchi - 834 031, Jharkhand (INDIA) SREMAAM NA CORPORATE IDENTITY MUMAER - UL4rv2THLe7ScorNNLZ29 Speed Post @-mail-{info@mapl.in) wie: Ato Aa ore. A984 (M62 E ~ SYFSIF fer: 04.08.20 . WORK ORDER: (Open Domestic NIT No PICHRI BLOCK (Tender (D: 2019_CMPDI_165931_1) are, Mig Associates Private. Limited., Atwal Nagar, S. B,Gorai Road, Asansol ~ 713301 (W.B) ‘Pea, : Detaled Exploration in the Pichri Block, East Bokaro Coalfield of Bokaro District in the State of Jharkhand (Meterage-16525,Meter). ‘Wek, (1) Your Online Bid Id No. 504126 dated 13th March 2020 (02:35 PM) (2) CMPDI Letter of Acceptance No CMPDI/CMC/2020-21 /LoA/02 Dt. 24.06.2020 v (G) Your Letter of Acceptance No. MAPLICMPDIHQ/1870 Dt. 30.06.2020 waerey, Reference is invited to M/s Mining Associates Private. Limited, aforesaid online Bid submitted as L-1 bidder regarding Detailed Exploration in the Pichri Block, East Bokaro Coalfield of Bokaro District in the State of Jharkhand. CMPDI is pleased to award M/s Mining Associates Private. Limited, the work for Detailed Exploration in the Pichri Block, East Bokaro Coalfield of Bokaro District nthe State of Jharkhand against the above-mentioned on-ine tender as per following ‘scope of work: ‘Scope of work: The detailed exploration is proposed to be conducted inthe block includes following activites to be carried ut by the successful Bidder: HemNo. | Sr.No. | Sub-item Tlem-T —|__1__| Preparation of Exporaion Scheme. 2 | 16525 meters of verical diamond core dling in HQINGIBG o: equivalent sizes having envisaged depth .0f 850 meters (approximate) with >80% recovery in coal and >80% recovery in non-coal portion; sealing cof boreholes and erection of borehole pila. __. 3 Topographical survey (on RF 1:4000'5000) including surface contours, boreholes ard geophysical ponis and determination of reduced levels of boreholes. Surface Contour interval to be decided by the Project Manager | Detailed geological mapping (on RF 7400015000) inuding outcrops of diferent iological untsfooah seams, structural details | Detaied ail core logging ithological characteristics, strictual features, geoteTnical properties, ROD) © | Packing and transportation of coal cores to laboratories for chemical analysis as pet advice ofthe Project Manager __ 7 | Preparation of analyis advices for chemical analysis of coal cores of al boreholes covering required parameters for coking and nen-cokng coal (as the case may be); analysis advice fo include band by band for allcoal seams (100%), proximate (overall analyss (about 50%), determination of calorific value (50%) ‘and special tests for Selected samples (18%) end petrographic studies of minimum two representative coal core samples ofeach potential seams and arrangement for above analysis. _| ‘8 | Packing and transportation of non-coal cores of one-two borehole wherein maximum stata and coal seams have been intersected to laboratory fr physioosmecrenical investigation as per advice ofthe Project Manager. - ‘8 Analysis advoe for physico-mechanial investigation for determination of) RAD, () Density (c) Porosity (@) Compressive Strength, (e) Tensile Strength (f) Cohesion (a) Angle of item ‘iton (h) Young's actus of east () Point ioad test) Slake durability. 70 | Geological modeing trough computerincuding al avalable geoTogical and geophysical dala ofthe eck (Refer Clause 1.1.1 of scope of work) aeger ania wifey ure fewer ertrege Tater ete pfocer Ff AO arp Re! TTT FT one ae IN ST di ‘ viveare ier, wif dra, tay — 83-4 O31, reas Core) Central Mine Planning & Design Institute Limited (A Subsiciary ct Cod! nda Linited / Got of dia Puble Sector Undertaking) Tet Gondwana Ploce, Karke Ross, Roce B24 031, dharkbared(N 0 ee een. SEUREAINS, CORPORATE” IDENTITY NUMMER - ULaevaTHLO7SQOLRIe23 11 Formulation of interim Geological Note, Draft Geological Report and Final Geological Report- upto2 | sub-blocks. (Refer Ciause 11.2 of scope of work) [Tite | Geophysical logging ~ 8500 meter. item-3|__—1,| Resistivity Survey 18 Line km ~ ltem- 1 | Dual receiver sonic logging-2000 meter. (tems [1 | Deviation Survey ~ 1015 meter — 1 Note: 1. The total meterage indicated is likely to vary by (+) 30% depending on the complexities revealed ‘during exploration (Refer Clause 5.3 of General Terms & Conditions). Actual requirement shall be ‘assessed on the basis of Interim Geological Note 2. Any additional data of the block provided by CMPD! shall have to be incorporated ar interpreted by the bidder in the GR. 3. Bidder shattprepare Monthly Progress Report (both Hard Copy and Soft Copy) in respect of al activities as per standard format provides by CMPDI and submit to PRCO or his authorised representative for vetfcation and certification for acceptance by CMPD. 4. The Monthly Progress Report(s) submitted by the Bidder and accepted bythe Project Manager (or his. authorized representative) shall be the basis of assessment of the progress. This provisional assessment of LD shalt be done at an.intervalof6 months (excluding month in which Te Work has been awarded to bidder) and finally atthe end of scheduled period of completion! submission of FGR. Restriction: Sub-contracting of drilling shall not be peraitted. Duration of the Contract: Duration of contract shall be as follows: {Period for Mobilization (days) [~ Period for Exploration Period for Geological | Total Contractual activites (days) Repor (days) period (days) 30 — | 165 ie. 375, NIB: Zero date shall be the day ofthe issue of work order or handing over the relevant document ta the contractor for Terms and conditions: 4.4 The rate for payment of various works shall be as per aocepled price bid which Is reproduced Below for reference-and preparation of Exploration Scheme, whichever slater. CMPD! after reviewing the recommendations given by the Bidder in IGN may, however, reducevincrease by 30% the dling meterage at existing terms and conditions. Aocardingly, the duration of the contract would be adjusted on pro rata basis {fof any increaseldecrease in quantities (Refer Clause 5.3 of General Terms & Conditions). 1 record! _ ‘SLNO item Guantiy Rate Total Cost (in RS) 1 Goring Dring (600m) — 5510m 2783 001 4.81,37,268.75 ‘Gating Driling (600-800) 965m 2922.16 Coring Dring (840-1000m) 50m 3064.30 2, __ | Geophysical Logging(Meter) 8500 260,00 21,25,000.00 Ze__| Resistvly Suvey(Line Km) Tine km £26000 00Line Kn 3,60,00000 | 25 | Sonic Logging (Meter) 2000 wow 40000000 2 Deviation Survey(Meter 015m 80,00imr 0,800.00 TOTAL 490,83,100.75 _ - (Say 4,90,83,170.00) - ad GST @ 10% 86,34,970.56 TSOATAL INCLUDING GST 3,79,18,140.31 (Say §,79,48,140.00) ager ana gin as fenea eadreqe fares ter fre RARE ae sg EET / eT NOTE Ee Fee TT) rear fet, why Pre, UaT = R34 O3 1, wreate Corner) Central Mine Panning & Design Institute Limited (A Subsiciny of Coa India Liited / Govt. of cia Public Sector Undertaking) CU eesmor Gondwana Place, Kanke Road, Ranchi - 834 031, Jharkhand (INDIA) GEARING, «CORPORATE IDENTITY NUMBER - ULece2THLE7SCOrNMLz23 ‘The above rates have been taken inclusive of GST as applicable on the last date of submission of the tender. You shall be required to submit reguiarly documents in support of payment of GST. However, such dutes, taxes, levies etc, which is notied after the ast date of submission of tender andior any increase cover the rate existing on the last date of submission of tender shall be reimbursed by the CMPD! on production of documentary evidence in support of payment actually made to the concerned authorities. Any reduction of cost on account ‘of Goxt notification for duties or levies shall be recovered from the bills submited by the Tenderer. 4.2. The above rate shall remain firm & final forthe period stipulated for completion ofthe work, except the escalationide- escalation on account of increase/ decrease inthe price of POL as per provision given at sl. no. 1.3, 14 & 1.5 (only POL component), apart from that the other provisions of ADDITIONAL TERMS & CONDITIONS of GTC will also be applicable. 1.3 Performance Securty'Secunty Deposit is Rs.28,95,910.00 in accordance with Clause 42 of NIT & 4.2 of General Terms & Conditions of the tender document. 2. Scope of Work 21 Bidder's Scope of work ent Rane R a ‘Geological Modeling: The Bidder shall take up geological modeling through computer including al! avaiable geological ‘and geophysical data ofthe block. Bidder to provide the software based geological model in MINEX format () Interim Geological Note (IGN): (@) Bidder shall prepare and submit two copies of IGN to CMPD! within one month after completion of 60% of the estimated driling meterage forthe bloc. () The IGN shall contain the following: '* Borehole location plan (RF 1:4000/5000) '* Geological plan (RF 1:4000/5000) '* Graphic and descriptive og of the completed boreholes ‘+ Coal seam wise geological structure + Representative geological cross-sections ‘Coal seam wise seam-folio plans showing so-thickness and iso-grades lines ‘+ Recommendation in respect of revised estimate of exploration and scope of sub-biocking for separate GR for CMPDI's consideration and approval (W)_ Draft Geological Report (DGR): Bidder shall prepare sub-biock wise DGR and submit two copies to CMPD for vetting purpose. The DGR shall as per the format given at GTC. (Ill Final Geological Report (FGR): Bidder shall attend and incorporate in FGR al vetting comments given on the DGR and shall submit 5 copies of FGR within one month of receipt of vetting comments. Bidder shall also submit two soft copies of the FGR on CDs. 2.2, CMPDI's Scope of Work 2) CMPD shall arrange necessary statutory clearances for exploration in Forest Areas, (i) Status of permission for exploration in Forest Areas: Note: In case statutory clearance(s) is not provided within the contract period/mutually agreed extended period; ‘the work order will be terminated (Party or Fully) without any financial implication on either side. b) CMPDI shall scrutinize the exploration scheme, suggest and approve the borehole locations, seleclapprove boreholes for special tests, randomiyiregulaly check and verfy completed and ongoing works; and decide need ‘of geophysical logging!surface geophysical surveys, etc. by BidderiCMPDI. 2 10. 11. 12. 43. eer ania RT owe Rom eae Pare (che rear tine See moe / see eT ana te vice ihe, sof fs, the - 834.031, ereene Cae) cm di Gontral Mine Planning & Design institute Limited (A Subse Co in ited! Got of ns Pe Soca Uncenating) San Seen TY Gorawarn Pace, Kar Rood, Rare 4031, shaker NDA) A ia Rate Copy lost courowate IDENTITY NuMadR ~ Usageariive7saOsaeiz23 ¢} CMPDI shal assess the recommendations given in IGN by the Bidder in respect of revised estimate of exploration and respond within 15 days 4) CMPD) shall scrutinize the DGR submitted by the Bidder and submit its comments/observations within 30 days hich needs to be incorporated by the Bidder in FGR. ) CMPD! shall scrutinize the FGR to verify incorporation ofits comments given earlier on DGR within 15 days. Bidder with his deciared ownedileased dis and equipment shall cary out driling in HQINQIBQ sizes, Restuction in size of boreholes below BQ size shall not be allowed. Bidder shall mobilize within mobilization period all the rigs declared in the bid submitted against the tender of the block. Bidder shal make efforts to obtain maximum core recovery in coal seams and non-coal strata. Inno case the recovery should be less than 80% in non-coal and 90% in coal strata, exceptin faut zone, weathered zone, soll and structurally disturbed area Boreholes are desired to be vertical. Bidder wil take ll possible precautions and ski to maintain veticalty ofthe boreholes. The locations ofthe boreholes finalized in consultation to CMPD! shat be fixed on the ground by the Bidder. ‘After completion of driling, each borehole shall be sealed (plugged) by the biddes. After sealing, the bidder shall ‘construct and erect pilars (of standard size to be specified by CMPD! with Borehole Number a the borehole stes at his cost The bidder shall be responsible for: ‘a. Preservation of cores with proper depth markings atthe end of every run, b. Gealoaical fogging ofthe cores and keeping cores ready for inspection by CMPD c. Providing sttong core boxes and preserving samples therein duly wrapged in polythene, d. Sending packed core boxes for chemicaliphysico-mechanical investigations on coal cores/borehole cores to laboratories designated by CMPD! for analysis at his cost. CMPD! wil bear the cost of analysis. In case the designated laboratory expresses its inabilty to undertake analysis of cores, the bidder shall be free to select an accredited laboratory to get the anlysis completed within the project schedule, However, CMPDI shall reimburse the actual cost of analysis on production of certified iaboratory bills. The maximum reimbursable rates shall be CIMFR rates applicable for CMPD! In case of lower core recovery in normal geological conditions or jamming of the boreholes before completion of depth, deviation driting/te-driling shail be carried out by the bidder at his own cost on the instruction of CMPDI However, if r-drling is resorted to, the borehole location point shall be at the nearest possible distance from the ctiginal borehole and the bidder shall be free to do non-coring driling upto the depth from where the coring dling is equited for generating cores with stipulated recovery. {fa borehole fails to dril up tothe targeted depth due to driling dificultes or otherwise the bidder shall have to re- aril afresh borehole i lieu ofthe abandoned borehole, However, bidder need not to dil afresh borehole in ieu of that abandoned borehole in which more than 80% of the targeted depth has been achieved provided that number of such abandoned boreholes are within 10% ofthe planned number of borehole forthe block and they are scattered ‘over the block. CMPD! shall pay for driling against such abandoned borehole(s) up to 3 (three) m depth beyond floor of last correlated seam CMPD: shalt have no responsibilty towards construction of approach roads to fed sites, arranging the water supply for driling, watch and ward, and safety of men and material of the Bidder. Decision for closure of the boreholes shall be taken by the Project Manager with approval of PRCO. immediately after completion of work on each site, the Bidder shall at his own cost remove all equipment and unused ‘materials; fil in and level pts and reinstate the site to its original conditions. Seger anda er ure fast eaters fortress é (ae NE a et / er we eer) Sirscare her str tres that M38 OST, wee Ce) c i Central Mine Planning & Design institute Limited a (AS of on I nd Cov fn Pub Sat Unda) 14, 15, 16. 7. 18. 19, 2. 24, % Teer t Goncwana Mace Karke Road, Ranch = 24 031, Jarthand INDIA) th) 1h Ran Copy Beng, Sama a ene od Rare 34 srs nc No extra cost shall be paid towards any “ishing” operation in connection with failure of tubular, bit etc, inside the borehole. No time extension willbe provided for “ishing" operation and delay shall attract LID clauses. ‘The Successful Bidder’s Scope of Work shall also include all the obligations covered in NIT, General Terms & Conditions, Additional Terms and Conditions and Technical Document, The Scope of Work shal include bringing in and! or procurement andi or deployment of Bidder's own equipment and personnel, Site preparation, supply, transportation to site, water arrangement, lighting, etc., shall be responsibilty of the successful Bidder ‘The manpower deployment hy the Bidder should be in conformity to the laws and regulations applicable in India. However, CMPD! will have no liailty, whatsoever, with regard to the manpower provided by the selected Bidder within or after the contractual period ‘The Bidder shall also submit recorded data of geophysical investigations carried out by him in digital format, ‘The bidder is required to carry out mult-parametric geophysical logging as defined in the scope of work to verify and support the driling data. The multrparametric geophysical lagging must iniude folowing: —_ - (i) DUAL DENSITY, (i) CALIPER, (ll) NATURAL GAMMA RAY, (IV) SINGLE POINT RESISTANCE (V) SP. SELF POTENTIAL (SP) AND (V)) RESISTIVITY LOGS. ‘Payment for Geophysical Logging can only be made when above mentioned compulsory parameters are logged {SI No. (9 0 (i). ‘+ Regarding Other Parameters 10% deduction shall be made in case of absence of SI. No. (v) and 20% in case of Sl.No. (i. ‘© Further the 10% and 207% deduction shall be made from the overall cost of Geo physical Logging for that particular Borehole ‘+ In addition to above Geo-physical logging following parameters wil be taken up as per following detais: Dal receiver Sonic Logging and Deviation Survey will be carried out as per Scope of Work In case CMPD! itself decides to take up geophysical logging of any boreholeland surface geophysical survey, the bidder shall have to provide access to boreholes and extend all logistic support to CMPDI for conducting the investigations and survey of profile lines at bidder's cost. The logistic support in geophysical logging would include washing of boreholes, fishing of stuck up borehole and space for logger van atthe dri ste. The casing provided in the borehole needs to be kept intact ill completion of geophysical logging. In case of geophysical survey, the logistic support shall include physical sighting of boreholes in the biock besides supply of coordinates of boreholes. Locations of ai surface features (natutal& artical) shall be surveyed by the Bidder for ther three dimensional co- ‘ordinates. Spot levels a suitable intervals shall be taken up for generating contours at specified interval forthe entre area. The detailed survey fr topogranhical mapping shal be carried out with reference to the primary order of Control Stations or by establishing secondary cider of Conttol Stations (with reference to primary order of control station), depending upon nature and extent of the area. Any unusual condition or formation on the ground, forest area, location (of ok outcrops (if visible onthe surface) and springs / fas, possible aggregate deposits etc, shall also be surveyed Spot levels shalibe taken at about every 20m interval and also at closer interval wherever abrupt change in ground elevations found so that sufcient points properly cistibuted over entre area shall be located for generating contours at specified intervals ‘Al surface features, contours including control stations, boundary pillars, forest area existing and ? or abandoned quarried etc. shall be shown on topographical plan / map by means of conventional symbols (preferably syirbal of Survey of iia Maps) The field survey work shall be conducted with DGPSITotal Station associated with software(s), Auto Set / Precise leveling and other required surveying equipment inthe following steps, |. Establishing horizontal and vertical contrals of primary and secondary! tertiary orders, Sager aris ahi ure Reuss eawreqe ferries er Tine fine Fe acc oe NUE ERT 7 SO) ainmcerrat Ker, owfin fre, che = Nd O91, errcehm Care) Cernrat Mine Planning & Design institute Limited {A Subsiaiory of Cot Inia Liited / Govt of nda Puc Sect Undarakng) Gondwana Piace, Kanke Road, Ranchi - 834 031, Jharkhand (INDIA) CORPORATE IDENTITY NUMBER ~ ULaeaTHiy7EcOrNDt223 Il. Detailed surveying and leveling for locating all kinds of surface features (natural & man made) and contours at specified intervals, Ill surveying and leveling operations shall commence and close upon known control stations. IV. All necessary precautions as per standard survey practice should be scrupulously observed to avoid various types of errors. V. Borehole and Block Boundary to be surveyed on WGS-64 Platform. The base should be fixed in consultation with CMPDI. 25. —_Acouracy ofthe surveying & leveling: Linear accuracy of triangulation /rlateratton (b) should be 1:1000. Minimum aocuracy ofthe surveying and leveling shail be 2s folaws SL Type of surveying & | Accuracy in ‘Accuracy | Remarks No. leveling surveying in leveling Angular Linear ~ Pimary order ] Where LCis the a) Traversing Lcvn 10000 | - least count of the second instument and n is no. of traverse 'b) Triangulation | -do- - stations Trilateration 15second | (discrepancy (triangles | between closure) measured & computed base) ) Levelling for . (+) fom \ BM, - perkm | establishment 2 ‘Secondary order 2) Traversing 10Vn 45000 : -do- second ~~ b) Levelling for’ - = (+4 om BM. per km [ establishment 1 26 Statutory Rules Its proposed that the following statutory rules and regulations be folowed by the successful Bidder undertaking the detailed coal exploration: (2) The successful Bidder should follow all statutory rules, regulations applicable laws etc. and statutory requirement related to goverment icenses, workmen compensation, insurance etc, including Minimum Wage ‘Act, for their personnel. Machine operators and others, to whom the work would be allotted, should be provided safety shoes and helmets etc. by the successful Bidder. The successful Bidder is required to . indemnify CMPDI from any lability faling on CMPDI due to an 2c of commissionlomission by the successful Bidder or by its representatives or by its employees or by any third party in execution ofthe contract. If CMPD is made liable for such claim by the Court or other Authority, the same should be reimbursed to CMPD! by the successful Bidder as if CMPD! nas paid on their behalf eee wh ore frond gatreqe fafaee Cae heer ORL Wr seen muh / er we or we oe) Grane ker ater AS ther? 4 OSI oes (ren) Contral Mino Planning & Design institute Limited {aSiotsarf Gold tos Got or Pure Sector Una) CYENRE ‘Gondwana Piace, Kanke Road, Ranchi - 834 031, Jharkhand (INDIA) AM: Ree we Sgies comoncre Toenrrvy uunee ucaceztiayreaDTeeL223 ‘The Successful Bidder is not required to indemnify CMPD! in the event of an act of commission/omission by (CMPD including that contributing to the injury, sickness, disease or death. (0) During the course of execution of the work, if any accident ocours whether major or minor, the successful Bidder or his supervisory staff should inform the same immediately without any delay to the concerned authorities and fake steps in accordance with the Mines Act and other relevant laws, else, itis envisaged to take necessary action against the successful Bidder or his supervisory sta for violation ofthe mines act and other relevant laws, Execution of the work with contract labour is protibited vide notification UIS 10(1) contract labour (Regulation & Abolition) Act, $.0 2083, dated 21.08.1988. So, the successful Bidder should execute the work in such a way that the above Acts not violated in any manner 27 Accommodation, site office: Bidder shall have to make his own arrangement for accommodationisite office/store etc. The Successful Bidder shall deploy all Supervisory & operation personnel and pay a8 per his norms. CMPDI shall not cary any Tesponsibity forthe personnel deployed by the Bidder. 28 Wage Payment The successful Bidder shell make payment of inimurn wages tots staffipersonnel as per Contract Labour(R&A) ‘Act 1970 and Contract Labour (R&A), Central Rules 1971, The successful Bidder shall submit to CMPDI monthly return of payments made to its employees. Copies of retums towards payment of provident fund on behalf ofits employees shall also be submitted to CMPD! within seven (7) days of its submission. inadequate wages paid and other statutory dues (including provident fund) not paid to the employees in terms of minimum wages act or other statutory rules and regulations in force in India, shall be termed as breach of contract. 29. Other Obligations of Successful Bidder: ‘The responsibilty of acquiringihiring land required for dril sites and other allied operations as well as payment of ‘compensation to land owners shai be the responsiblity of the Bidder. 30. Paying Authority: |. _Allitams of work cartied out by the contractor in accordance wit the provisions ofthe contract having a financial value shall be entered in the Measurement Book, etc. as prescribed by the company so that a complete record is obtained of all work performed under the contract and the value of the work carried out can be ascertained and determined therefrom, Il. General Manager (Finance) of CMPDI, Ranchi shal be the paying authority forall purposes. You shall submit monthly bill in triplicate for the work carried out in accordance with the contract to the Project Manager. The Project Manager shall then arrange for cerification of the meterage claimed in the bills) with reference to the measurements taken or to be taken or any other records relevant forthe purpose and sent to PRCO for acceptance and forwarding it to the paying authority for checking and payment. The payment will become due and payable by CMPDI within 30 days from the date of receipt of billinvoice/ debit note by CMPDI. ML. Payment agains! the bill claimed will be made only to the account mentioned in the mandate form as given below: Account Number (03240330000054 Bank Name HDFC BANK LIMITED Branch Code HDFC0000324 IV, Payment on account shall be made on the Project Manager certifying the quantiy for which the contractor is considered entitled by way of interim payment for the work executed as coveted by the bil after deducting the amount already pac, if any, the security deposit and such other amounts as may be deductible or recoverable in terms ofthe contract. * V. The advance payment, if any and 5% towards retention money shall be recovered by adjustment from on Ale bils of the contractor. The payment excluding advance payment, if any and retention money shall be made based on the tmeterage drilled by the contractor during the month only when the logs of all the boreholes drilled during the month au Sage AT weir aes frost eecheqe Ferre Ceserstiee fetter pend / soc ree ee ne) ‘reece er, wife ey N= B34 OST, eee Cae) Central Mine Planning & Design institute Limited {A Subsiciary of Coa nda Lite) Got. of india Puble Seater Undertaking) Gondwana Place, Kanke Road, Ranchi -834 O91, Jharkhand (NDIA) CORPORATE IDENTITY NUMBER - UL4zeates e75cOINNaZa are received by CMPD with the monthly progress report. The retention money along with performance security shall be returned after satisfactory completion of the work VI. Any certificate given by the Project Manager/PRCO for the purpose of payment of monthly bills shall not have itself ‘be conclusive evidence that any work to which it relates is in accordance with the contract and may be mexifed or corrected by he Project Manager/PRCO by any subsequent certificate or by the final certificate VIL. The Company reserve the right to recoverlentorce recovery of any overpayments detected after payment as a result of post payment audit of technical examination or by any other means, notwithstanding the fact that the amount of disputed claims, fany, of the contractor exceeds the amount of such overpayment and inespective ofthe facts whether such disputed claims ofthe contractor are the subject matter of arbitration or not. The amount of such overpayments may be recovered from the subsequent bills under the contract, fling that from contractor's claim under any other ‘contract withthe company ot from the contractor's security depositor from the amount retained as per Clause 4.6 or the contractor shall pay the amount of overpayment an demand. Ill, Amount payablelrepayable for any subsequent change in the statutory tax and duties on Works Contract will be made to/from the Contractor after departmental verification of such changes of tax law issued by Statutory Authority. Settlement of disputes/claims: In case of any dispute/ctaim in respect of execution and quality of work, interpretation and application of the provisions of the contract, you shall make request in writing to the General Manager (Exploration) or his authorised representative for settiement of such disputelciaim within 30 (tity) days of arising ofthe cause of disputertlai fang which no disputeyclaim shall be entertained by the CMPD. If differences persist, the settlement ofthe dispute shall be dealt wth as per the Guidelines issued by the Ministry of Finance, Govt of india inthis regard, Delay in execution of work: Delay in execution of work on account of Force Majeure or other reasons shall be dealt in accordance to provision of clause 6.0 (and its sub-clauses) of GTC.

You might also like