Professional Documents
Culture Documents
Sub :- (R&B) Department – EAP- APMCRIP and APRBRP with the loan assistance
from New Development Bank (NDB) –Project Management consultancy
services (PMC) –Request for additional key experts - Reg.
Ref:- Lr.No. Egis India/BZA/NDB/PMC/2021/76752 Dt.27.11.2021 of M/s Egis India
consulting Engineers Pvt. Ltd.,
# # #
The reference cited may please be perused, where in PMC has proposed the
candidate of Mr. R.Rama Krishna along with his CV for the position of Quantity surveyor
(Sub-key) as per Clause 31.1 of GCC as additional sub key expert.
In this connection, it is submitted that as per note orders on page no.77 & 78 of note file
ante, the proposal of appointing the following additional sub-key expert for a period of one year as per
Clause 31.1 of GCC is accepted considering the work volume in regard to finalization of plan &
profiles for phase-I works and phase-II DPRs.
Further as per the terms of Reference under clause.4 “Team Composition &
Qualification Requirements for Key and sub-key experts” the following qualification
and experience is required.
Asst. Quality Cum Material Degree in Civil Engineering with an overall experience of 10
Engineer years and minimum of 5 years in the relevant field.
260 260
21Y-8M 21Y-
8M
Summary of the evaluations:
Experience
S.
Designation Name of key person Relevant Remarks
No Over all
field
Sub-Key Professionals
As per ToR of
Quantity surveyor
1. Mr. R.Rama Krishna 21Y-8M 21Y-8M AQCME,
(Sub-Key)
Qualified
# # #
The reference cited may please be perused, where in the Government have
accorded Administrative sanction to take up 1.24 Km length of Revendrapadu –
Seethanagaram road from Km 7/400 to 8/835 with an estimated cost of Rs.10.40 Cr with NDB
Share of Rs.7.28 Cr and State Government Share of Rs.3.12 Cr under head of account 5054
- COL on Roads and Bridges, 04 – District and Other Roads -MH 337 – Road Works -GH 03
– Externally Aided Projects -SH (11) - Andhra Pradesh Mandal Connectivity and Rural
Connectivity Improvement Project - 530 – Major Works-531 – Other Expenditure on
condition that the addition expenditure to be met from the overall savings. No budget
allocation will be provided.
Sub: NDB – Guntur Phase-I Works – (R&B) Circle, Guntur – Widening and
Strengthening of 13 roads works in Guntur District – (i) Environmental Impact
Assessment (EIA) Reports and (ii) Social Impact Assessment (SIA) and R&R
Entitlement Reports for Phase-II Works of Guntur District submitted by the DPR
Consultants – PMC Concurrence Communicated - Regarding
Ref: 1) PMC Consultants Letter No: Egis India/ BZA/ NDB/ PMC/ 2022/ 78825,
Dated: 25-01-2022.
2) PMC Consultants Letter No: Egis India/ BZA/ NDB/ PMC/ 2022/ 78824,
Dated: 25-01-2022.
******
Kindly peruse the references cited. Where in the PMC Consultants have stated
that the DPR Consultants attended remarks pointed out by PMC regarding EIA, SIA and R&R
Reports.
The PMC has communicated their concurrence for (i) Environmental Impact
Assessment (EIA) Reports and (ii) Social Impact Assessment (SIA) and R&R Entitlement
Reports for Phase-II Works (10 Roads) of Guntur District, vide references 1st & 2nd cited
respectively and recommended for approval.
Based on the recommendation of PMC, the EIA, SIA and R&R Reports for the
all 10-road works of Guntur District (Phase-I) are herewith put up for approval.
# # #
In this connection, it is submitted that the huge hike in the estimate is due to
change of Spun poles to M+ Towers and subsequent changes in accessories due to M+ towers.
The variation is due to incorporation of M+9 & M+12 Towers in place of Spun
poles. The necessity of M+ Towers pole has to be explored. Usually for road crossings the
provision of tower poles is being utilised. The proposed widening road runs on a bund. One side
with Buckingham canal and other side fields.
On orders, (1) The Chief Managing Director, APCPDCL may be addressed duly
discussing the budgetary details of APMCRCIP scheme and request to shift the HT/LT lines with
old provision of Spun poles. Meanwhile (2) the S.E (R&B) Guntur may be requested to submit
strip plan duly showing the details of RoW and the level difference between edge of RoW to the
proposed RCL for exploring the necessity. (3) The Chief Engineer (R&B) Electrical may be
requested to submit a detailed report on necessity of M+ Towers on the proposed stretch.
# # #
The reference cited may please be perused, where in M/s Egis India consulting
Engineers Pvt. Ltd., has proposed the candidate of Mr.Ambarapu Venkateswarlu along
with his CV as replacement for the position of District Co-ordinator Cum Engineer-11,
Ananthapuram (Sub-key Expert) in place of Mr.Gudiseva Sridhar who was resigned due to
his personal reasons and requested to accord the approval to the replacement.
Clause 32.3 of GCC (Page-19): “Any replacement of the removed Experts or Sub-consultants
shall possess better qualifications and experience and shall be acceptable to the Client.”
It is submitted that as per the terms of Reference under clause.4 “Team Composition &
Qualification Requirements for Key and sub-key experts” the following qualification
and experience is required.
Experience
S.
Designation Name of key person Relevant Remarks
No Over all
field
Sub-Key Professionals
District Co-ordinator
Mr.Ambarapu As per ToR,
1. Cum Engineer-11, 17Y-0M 17Y-0M
Venkateswarlu Qualified
Ananthapuram
Further the PMC has represented that no other person of similar experience
of previous District Co-ordinator cum Engineer is willing to join this position. Since
long time, this position is vacant and we are unable to fulfil our obligations as per ToR to
assist the PM, which in turn is affecting the progress of contract works due to non-clearance
of various pending issues.
It is submitted that as per the Clause 32.3 of GCC, the replacement shall be
with better qualifications and experience. Mr.Ambarapu Venkateswarlu is provisionally
qualified as per ToR clauses but he is having lesser experience than Mr.Gudiseva Sridhar.
# # #
The reference cited may please be perused, where in the Superintending Engineer
(R&B) Guntur has submitted that Variation order No.1 for execution of the work “Widening and
Strengthening of Revendrapadu – Seethanagaram road from Km 7/400 to 8/700 in Guntur District”
(missing stretch) and requested to approve the same.
1. Variation abstract.
2. Preamble to Variation order
3. Variation order No.1
4. Cumulative variation summary.
Based on note orders on page ante, the following drafts are put up for approval.
# # #
The reference cited may please be perused, where in the Superintending Engineer
(R&B) Guntur has submitted that Variation order No.2 for shifting of electrical utilities the work
“Widening and Strengthening of Revendrapadu – Seethanagaram road from Km 7/400 to
8/700 in Guntur District” (missing stretch) and requested to approve the same.
The variation order for shifting of utilities initiated by the contractor and
submitted the Superintending Engineer (R&B) Guntur has examined and the following reports
prescribed by the PMC are submitted for approval duly deleting the GST @ 18% with net
amount of estimate
1. Variation abstract.
2. Preamble to Variation order
3. Variation order for shifting of utilities (1/GNT/Utility shifting)
4. Cumulative variation summary.
# # #
The reference cited may please be perused, where in the Superintending Engineer
(R&B) Guntur has submitted that Variation order for shifting of electrical utilities the work
“Widening and Strengthening of Revendrapadu – Seethanagaram road from Km 7/400 to
8/700 in Guntur District” (missing stretch) and requested to approve the same.
On orders, the S.E (R&B) Guntur may be requested to obtain the clarification
from APCPDCL on application of GST on estimate proposal shifting of electrical utilities. If
applicable, revised estimates may be called for duly applying the GST .
# # #
The reference cited may please be perused, where in the Superintending Engineer
(R&B) Guntur has informed that the stretch from Km 11.400 to 11.667 of Ponnuru-Pandrapadu road
was originally included in the list of roads. But this stretch is spread across the Kommamuru canal.
Considering low traffic on this road, the proposals of new HLB as per IWAI guide lines was
dropped due to high cost involved. The stretch was deleted and the project cost was finalised.
However, while preparing the bid document, the stretch was inadvertently included. In this
connection, the SE (R&B) Guntur has requested to issue necessary instructions to exclude the
stretch from 11.400 to 11.660 from the scope of work.
In this connection, it submitted that the work “Widening & Stretching of Ponnuru
- Pandrapadu road from Km 1.400 to 2.200 & 11.400 to 11.660 (GTMD-061) in Guntur District”
was administratively sanctioned for Rs.2.23 Crores vide G.O.Rt.No.304 T, R&B (R.I)
DT.22.11.2019 and technically sanction for Rs.1.96 Crores.
Further the stretch from Km 11.400 to 11.660 was not considered at time of issue
of technical sanction. Further scope of work in the bid document, it was clearly mentioned the
stretch as from Km 1.400 to 2.200 only. the stretch from Km 11.400 to 11.660 was deleted from
the scope of work.
On orders, the same may be informed to the S.E (R&B) Guntur. Subjected to
approval, a draft memo addressed to the S.E (R&B) Guntur is put up below for approval.
Sub: - (R&B) Circle, Guntur -NDB Scheme – W&S of 13 Roads in Guntur District
taken up under APMCRCIP with NDB loan assistance – Application by the
Contracting agency for grant of interim Extension of Time - Reg.
# # #
The contracting agency vide their letter No. BVSR/Guntur NDB works/21-
22/71 Dt.8.11.2021 has requested to grant an interim extension of time for a period of 8
months (i.e., up to 30.11.2023) for completion of the project work with the following
sequence of events.
1. Delay in handling over of Encumbrance free right of way for taking up the work.
2. Delay in felling of trees due to discrepancy in the Girth and height of the trees as
provided in the estimates and actual measurements taken at sites.
3. Delay in shifting of utilities for talking up the work.
4. Delay due to mismatch of control point data, scope of the project.
5. Delay in execution of the work due to COVID-19.
6. Regarding change of the start date of the Project.
But the contractor was not submitted the details of status information as requested
by sub-clause SCC16.2.1 and the same was reminded by S.E (R&B) Guntur vide
Lr.No.NDB/MDRs/Pkg-3/AEE-3/2021 Dt.9.12.2021. Subsequently the Superintending
Engineer (R&B) Guntur has forwarded the above subject to PMC for favour of vetting.
In this connection, the PMC has evaluated the contractor’s application for
interim extension of time and submitted the point wise observations, comments &
recommendations as follows.
Mangalagiri -
i) 8.10 Survey to be done for EROW
Thadikondda
Horizontal alignment to be
finalized by DPR consultant
iv) Tenali - Siripuram 0.46 according to the Existing ROW
fixed by the Govt. surveyors at
few locations
Chilakaluripeta -
v) 0.25 Survey to be done for EROW
Kottapakonda
Chebrolu -
vi) 12.630 Survey to be done for EROW
Vatticherukuru
The Contractor has stated that as on date, the revised drawings duly incorporating the
required corrections, relating to Horizontal Alignment are not yet finalized, even after
completion of time period of 7 months after concluding the agreement.
In addition to the above, the Contractor has submitted that, even though, no contract
condition warrants to submit a deviation statement for obtaining approval of the GFC
Drawings, the Project Manager advised to submit the Deviation Statement for each of
the submitted drawings duly comparing with the Tender Drawings, which is
unwarranted at this stage and is a laborious process and will require a substantial time
in doing so, thus resulting in delay in submission of working drawings in-line with
revised drawings issued to the contractor duly incorporating the required corrections
after conducting joint inspection.
The Contractor has stated that as on date, 12Nos Hume Pipe Culvert Working drawings
of Thulluru to Amaravathi Road and 2Nos Minor Bridges of Prathipadu to Edlapadu road,
along with deviation statement are submitted vide letter No: BVSR/Guntur NDB
Work/21-22/40 dated 11.08.2021, 6Nos Hume Pipe Culvert Working drawings of
Mangalgiri to Tadikonda Road along with deviation statement are submitted vide letter
No: BVSR/Guntur NDB Work/21-22/45 dated 25.08.2021.
In addition to above 17Nos Hume Pipe Culvert Working drawings, 2Nos Slab Culverts
Working Drawings, 1No Minor Bridge Working Drawings and 1No Major Bridge Working
Drawings of Road Chilakaluripeta-Kottapakonda along with deviation statement vide our
L.R. No: BVSR/Guntur NDB Work/21-22/61 dated 01.10.2021, 2Nos Hume Pipe Culvert
Working drawings of Road Revendrapadu to Sithanagaram along with deviation
statement vide our L.R. No: BVSR/Guntur NDB Work/21-22/67 dated 20.10.2021.
But, the same are not yet approved even after lapse of more than 2months from the
date of submission resulting delay in execution of the work.
PMC Observations, Comments & Recommendations:
With regard to the discrepancies found in the coordinates and PCL not matching with
the ECL, the Contractor’s attention is invited to Clause 109 of MoRTH Specifications for
Road and Bridges, setting out and fixing of center line as per ground conditions is the
responsibility of the Contractor and in case any discrepancies in the provided
information in tender drawings, action on the DPR consultants will be dealt separately
by the Employer. There is no need for the Contractor to wait for the DPR consultants
for fixing of PCL and the delays caused by the DPR consultants shall not be
considered as compensation event in light of the Clause 107.3 of Supplementary
technical specifications of the Contract agreement based on which the Contractor , on
the basis of tender drawings, shall prepare 4 sets of detailed construction drawings/
working drawings with necessary field/ construction information and shall submit the
same to the Project Manager for approval.
As per Clause 109.6 of MoRTH specifications for Road and Bridge Works (Fifth revision
2013): “The Engineer (here defined as the Superintending Engineer/Project Manager)
will provide the Contractor with the data necessary for setting out the centre line. All
dimensions and levels shown on the drawings or mentioned in documents forming part
of or issued under the Contract shall be verified by the Contractor on the site and he
shall immediately inform the Engineer of any apparent errors or discrepancies in such
dimensions and levels. The Contractor shall, in connection with the staking out of the
center line, survey the terrain along the road and shall submit to the Engineer for his
approval, profile along the road center line and cross sections at intervals as required by
the Engineer.
The Contractor shall correct any deficient staking or construction work which resulted
from inaccuracies in the staking operations or from the Contractor’s failure to report
inaccuracies in the plans or survey data furnished by the department.”
Clause 108.1 of MORT&H Specifications for Road and Bridge Works (fifth revision) :the
information about the site of work and site conditions in the Tender documents is
given in good faith for guidance only but it shall be the responsibility of the Contractor
to satisfy himself regarding all aspects of site conditions. Further, this holds good as
the specifications supersede the drawings as per the order of priority as per Clause 2.3
of GCC.
The Contractor’s attention is also invited to Clause 113.6 of Section VII : Specification &
Performance Requirements of the Contract Agreement based on which the Contractor
has to provide sufficient number of qualified surveyors, helpers and labourers etc.,
as and when required by the Project Manager to facilitate survey checks and/or during
measurement of works. The cost of the same shall be deemed to be included in the
item rates quoted by the Contractor and no additional payment whatsoever shall be
made by the Employer.
Hence, neither the Employer nor the DPR Consultants are bound to fix the center line
and coordinates. After giving the access to site as per Clause 21.1, it is the first duty of
the Contractor to set out the center line of the handed over project highway by
verification of dimensions and levels shown in the tender drawings and communicating
to the Project Manager, in case of discrepancies (As per Cl. 109.6 of MoRTH
specifications for Road and Bridge Works (Fifth revision 2013)).
There is no condition as a pre-requisite for giving possession of site to the Contractor
without having any discrepancies in the GPS coordinates/OGLS.
The necessity of issuing the instructions to the DPR Consultants was only due to the
delays made by the Contractor in verification of dimensions and levels shown on the
drawings and communicating to the Project Manager.
With regard to the Contractor's contention about their difficultly in preparation and
submission of working drawings, as per Clause 107.4 of MoRTH Specifications for Roads
and Bridge works 5th revision (not amended), “The tendered rates/prices for the work
shall be deemed to include the cost of preparation, supply and delivery of necessary
drawings, prints, Tracings and negatives which the Contractor is required to provide in
accordance with the contract.”
The Contractor’s contention that “submission of the Deviation Statement for each of
the submitted drawings duly comparing with the Tender Drawings is unwarranted at
this stage and is a laborious process and will require a substantial time in doing so, thus
resulting in delay in submission of working drawings in-line with revised drawings issued
to the contractor duly incorporating the required corrections after conducting joint
inspection” is against the agreed terms of contract and this submission is to be made
continuously as per the planned progress of work during the construction period but
not at once.
Under the above circumstances, the event of discrepancies/mismatch of the coordinates
and OGLs given in tender drawings cannot be categorized and not tenable as
compensation event under Clause 44.1 (f) of Conditions of Contract.
[With regard to the delays in approval of working drawing submitted by the Contractor
for various culverts and minor bridges, etc., the PMC submits the details given
hereunder:
The following working drawings have been reviewed and comments were submitted to
the Engineer-in-Chief, R&B Admin., & NDB, copy marked to the Superintending Engineer
(R&B), Guntur by the PMC:
a. 12Nos Hume Pipe Culvert Working drawings of Thulluru to Amaravathi Road
and 2Nos Minor Bridges of Prathipadu to Edlapadu road vide letter no. Egis
India/BZA/NDB/PMC/2021/73355 dated 31.08.2021 for &
b. 6Nos., Hume Pipe Culvert Working drawings of Mangalgiri to Tadikonda Road
vide letter no Egis India/BZA/NDB/PMC/2021/74155 dated 25.09.2021 for
Whereas, thefollowing Working drawings, which were said to be submitted by the
Contractor were not yet received by the PMC for review:
a. 17 Nos Hume Pipe Culverts, 2Nos Slab Culverts , 1No Minor Bridge and 1No
Major Bridge of Road Chilakaluripeta-Kottapakonda along with deviation
statement (vide Contractor’s letter No: BVSR/Guntur NDB Work/21-22/61
dated 01.10.2021)
b. 2Nos Hume Pipe Culvert Working drawings of Road Revendrapadu to
Sithanagaram along with deviation statement (vide Contractor’s letter No:
BVSR/Guntur NDB Work/21-22/67 dated 20.10.2021.)
The status of the above may kindly be verified at the office of the
Superintending Engineer, Guntur for replying to the Contractor’s allegation that
the same were not approved.
The above details may kindly be verified at S.E. /PM office for answering the
Contractor’s allegation that the approval of drawings was delayed. If the GFC drawings
were already issued for the above, the same may be clarified to the Contractor about
the dates of approval.]
Claim Event no.5 : Delay in execution of the work due to COVID - 19:
The Contractor has referred to Pandemic “Corona virus-COVID 19” (Second Wave)
which has affected the progress of work from 1st April 2021, i.e. immediately after
concluding the agreement. The Govt. of Andhra Pradesh has imposed a blanket ban on
movement of men and machinery during this pandemic period.
During the month of April-2021, the Contractor’s main staff and another eight members
of their field staff / mechanical team tested positive for Corona Virus, resulting a griping
fear and uncertainty on people working at project site.
In view of the above, the Contractor could not be able to conduct site survey, verify the
tree evaluations provided by the forest department as well as there is a delay in the
progress of preconstruction activities, such as camp construction, construction of
foundations and erection of Crusher Plant, Wet Mix Plant and Hot Mix Plant etc.,.
The above said difficulties were intimated and were notified pursuant to the terms and
conditions of the agreement to the Project Manager/the Superintending Engineer, (R&B)
Circle, Guntur vide our various letters dated 16.04.2021, 23.04.201 and 30.04.2021.
As there was no specific containment zone declared by the Govt. of Andhra Pradesh,
duly taking the required precautions and safety measures, the Contractor has placed all
their best efforts in convincing the field staff and local labour, to stay-back at project
site during the month of April-2021, May-2021 and June-2021. But, unfortunately, the
same could not be materialized as most of the field staff and local labour were in
gripping fear of pandemic and left the site. The Contractor was able to bring back the
required staff only after reduction of spreading of COVID-19 to certain extent and able
to put them on work from Last week of June - 2021.
PMC Observations, Comments & Recommendations:
The Contractor is entitled for the delays in progress of works due to abnormal increase
and widespread of pandemic COVID-19 second wave as per the early warning notice
issued by them under clause 32.1 to be read with clause 44(f) of conditions of Contract
Agreement subject to the submission of the following details.
The progress of pre-construction activities was hampered during the lock down periods
imposed in the project areas.
The Government of A.P. has imposed restrictions on gatherings from 24.04.2021 to
04.05.2021(11 days) curfew during the day times from 05.05.2021 to 20.06.2021 (47
days) and night times from 6 PM to 6 AM from 21.06.2021 to 30.06.2021 (10 days)
and 10 PM to 6 AM from 01.07.2021 to 21.08.2021(52 days).
Due to the spread of Covid -19 spread of second wave and imposing of curfews, there
was disruption in progress of works.
While the start date of Contract was 23.03.2021 after 30 days of start date the
progress of pre-construction activities and obtaining different statutory permissions and
mobilisation activities shall have been affected.
Even though, there was no ban on construction works in the GOs issued by the
Government, the planned works under mobilization period shall have been affected
due to the imposed curfew hours and the panic stricken environment.
Whereas, there is no possibility for the disruption in mobilization activities and obtaining
the . Statutory permissions after the Curfew hours are shifted during the night time
from 10 PM to 6AM.
Hence, the Contractor shall become eligible for the absolute delay in no., of
days towards mobilization activities as well as in obtaining several statutory
permissions to the extent of no., of days from 24.04.2021 to 20.06.2021 i.e.
58 days, which needs to be compensated.
Due to curfew imposed at nights, there shall be delays in transportation of
materials and equipment and the effect of delays, ay be considered as 50%
of the actual days of night curfew I.e. 50% of days from 21.06.2021 to
21.08.2021 50% of 62 days i.e. 31days.
Total no. of delays to be compensated: 58 days + 31 Days = 89 days.
The Compensation comes under GCC clause 44.1(f) i.e.
“Ground conditions are substantially more adverse than could reasonably have been
assumed before issuance of the Letter of Acceptance from the information issued to
bidders (including the Site Investigation Reports), from information available publicly
and from a visual inspection of the Site”
This compensation Event wouldnot cause additional costs or would prevent the work
being completed before the Intended Completion Date, the Contract Price shallnot be
increased and / or the Intended Completion Date of other milestones shall not be
extended. (GCC.Cl. 44.2)
Hence, the Contractor is entitled for 89days delays on account of this claim event as per
the terms of Contract.
6. Claim Event no.6: Change of the start date of the Project:
The Contractor has stated that the Project Manager / the Superintending Engineer,
(R&B) Circle, Guntur vide Letter No. NDB-MDRs-Package 3/AEE3/2021(2) dated
23.03.2021, received by them on 08.04.2021, without fulfilling the Project Manager
obligations under the terms and conditions of the Contract Agreement as explained in
the preceding paras, has unilaterally issued notice to proceed with the execution of the
project works.
Therefore, left with no other option, the contractor vide Letter No: BVSR/Guntur NDB
Work/21-22/05 dated 14.04.2021 has registered his strongest protest on issuance of
notice to proceed with the work and requested to sort out the following issues on
priority basis prior to the start date.
• Handing over of Encumbrance and Encroachment free Right of way as per the terms
and conditions of the Contract Agreement.
• Sorting out the issue of Ground control points provided to the Contractor along with
tender documents duly deploying DPR Consultant.
• Allotting the Government Earth Quarries for extracting soil for works like
embankment, subgrade, shoulder etc., or issue a variation order to pay additional cost
to the contractor duly increasing the Contract Price, if the employer is not in a position
to allot the government earth quarries.
•Take necessary action for signing of the Adjudicator in accordance with terms and
condition of the Contract Agreement, which needs to be done prior to issuing notice to
proceed with the work.
In addition to above explained reasons, there existed various types of standing crops all
along the project length except built-up areas. It was brought to the PM notice that until
unless the removal of the standing crops, the construction activities of the project work
could not be taken up as the farmers are not allowing to proceed with the construction
activities fearing they will lose their harvest, resulting delay in completion of the project.
In view of the above failures of the Project Manager in fulfilling his obligations under the
contract as explained above, considering the importance of the project to complete at
the earliest, the Contractor have taken over a length of about 30.188 Km out of
96.003Km, till date with certain hindrances to take-up the construction activities.
For the reasons explained above, the delay in completion of the project / non-achieving
the Mile Stone - 1 within the Scheduled period is not attributable to the contractor and
is entitled for an interim extension of time.
Presuming that all the hindrances, revised drawings as well as revised estimates will be
got cleared at least by 30.11.2021, the Contractor as of now proposes an interim
extension of time for a minimum period of 08 months pursuant to the clause 44
(Compensation Event of the General Conditions of the Contract Agreement), and
request the Project Manager to take necessary action for grant of interim extension of
time up to 30.11.2023 and revise the Mile Stones accordingly.
PMC Observations, Comments & Recommendations:
The Contractor’s contention that they do not agree for the start date as 23.03.2021 is
not acceptable as the reasons mentioned by them are not tenable as per the terms of
contract as discussed above.
The reasons for delays mentioned by the Contractor are attributable to them only as
they have delayed in preparation of the working drawings under Clause 107.3 of
Specifications and performance requirements.
As per the terms of contact, the Contractor need not wait for the fixation of PCL for the
entire length of project as there is no prohibition for commencement of works in any
chainage in the project highway and the work programme can be updated accordingly.
As the Contractor himself has admitted that there was about 31% of total project length
was available, commencement and achieving 10% of contract value for Milestone-1 in
180 days from Start date is not a difficult task, if the Contractor has mobilized the
adequate resources and completed the pre-construction activities. Removal of
encumbrances in other stretches can be progressively completed.
The tenability of the Contractor’s mentioned reasons such as handing over of
Encumbrance and Encroachment free Right of way, sorting out the issue of Ground
control points provided to the Contractor and Allotting the Government Earth Quarries,
was already explained in the above paras.
As per Clause GCC 25.1, “The Adjudicator should be in position before notice to proceed
with work is issued to the contractor and an agreement should be signed with the
Adjudicator jointly by Employer/Contractor in the form attached – Appendix3.” The
name of adjudicator was already kept in bid a document which was aware by the
Contractor and only there was delay in agreement for adjudicator which was concluded
on 19.05.2021. As per terms of the Contract, the definition of Start date does not
necessitate for the conclusion of agreement with the Adjudicator and the delay in
conclusion of agreement with the Adjudicator has not in any way caused any hindrance
to the Contractor for commencement of his works and also it was not listed in
compensation events. Hence, this clause will not materially affect the start date of the
Project.
In this context, GCC 1.1(s) stipulates that “No separate possession handing over is
required but for resuming of possession on showing site by the contractor and thereby
the date of agreement is the date of commencement of work and at any cost within the
thirty days stipulated”. Hence, the date of commencement of work cannot be more than
30 days after signing of Contract Agreement.
Hence, the start date of the project shall be only 23.03.2021. No compensation event
entitles the Contractor for necessitating the change of start date.
Conclusions :
1. The Contractorp0resuming that all the hindrances, revised drawings as well as
revised estimates will be got cleared at least by 30.11.2021, as on 08.11.2021 has
proposed an interim extension of time for a minimum period of 08 months pursuant to
the clause 44 (Compensation Event of the General Conditions of the Contract
Agreement), and requested the Project Manager to take necessary action for grant of
interim extension of time up to 30.11.2023 and revise the Mile Stones accordingly.
2. The Contractor has submitted 5 nos. claims events in support of his application for
interim EoT.
3. The Contractor’s Claim event for compensation of delays due to the “Spread of
Covid-19 second wave” is tenable under compensation event as per the terms of
Contract and the Contractor is entitled for 89 days (against the Contractor’s
claim of 122 days) for revision of date for achievement of Milestone-1.
4. The Contractor’s other Claim events for compensation of delays are not tenable under
compensation events as per the terms of Contract as per the discussions made in the
above paras.
5. The construction activities can progress in all the roads by shifting the required
resources from road to road from excavation to the Black topping simultaneously and
hence there will be no cascading effect of delays in the achievement of Milestone-1 on
the scheduled dates for achievement of Milestone-2 & Milestone -3 and completion of
whole of works. The scheduled completion period of all the NDB contract in 13 districts
for achieving 3 Milestones and completion of whole of works was 6 months, 12 months,
18 months and 24 months respectively irrespective of the no. of roads and total length
of the roads. Therefore, maximum float may be available for achievement of successive
Milestone even the preceding Milestone is not achieved on time. Further, it is also not
mandatory as per the terms of Contract Agreement to revise the completion schedule of
other Milestones and whole of works on account of the delays in achievement of
Milestone-1.
6. Hence, revision of scheduled dates for achievement of Miletone-2 & Milestone- 3 and
completion of whole of works at present based on the revised date for achievement of
Milestone-1 will be superfluous.
7. Under the above circumstances, the date for achievement of Milestone -1 may be
revised by 89 days i.e. From 18.09.2021 to 16.12.2021 without changing the scheduled
dates of achievement for Milestone -2, Milestone -3 and date of completion of whole of
works as follows, duly obtaining the prior approval from the Employer as per SCC 4.1.
8. Due to non-mobilization of any resources in the delayed period, this revision of date
for achievement of Milestone -1 shall not cause for any additional costs and the
Contract Price shallnot be increased and / or the Intended Completion Date of other
Milestones shall not be extended as the Contractor is not prevented to complete the
Milestone- 2 & Milestone -3 & whole of works before the Intended date of
Completion Date (GCC.Cl. 44.2)
As per clause GCC 44.1 (f), the PMC has recommended the following eligible
period for interim extension of time due to the restrictions imposed by Govt. of A.P., in
pandemic COVID-19 second wave.
If the interim extension of time for 89 days is considered, the revised mile stones of whole work
as follows.
Recommended Revised
As per Contract Recommended
Milestone date
Extended period in
Duration Scheduled Duration Revised
days
in days date in days Date
(180+89)
1 180 18.09.2021 16.12.2021 89
=269
2 365 22.03.2022 365 22.03.2022 Nil
Completion
of whole of 730 22.03.2023 730 22.03.2023 Nil
works
# # #
The reference cited may please be perused, where in the Superintending Engineer
(R&B) Guntur has submitted that Variation order for shifting of electrical utilities the work
“Widening and Strengthening of Chilakaluripet-Kotappakonda- Narasaraopet road from Km
10.150 to 13.720 and 17.400 to 24.690 in Guntur District” and requested to approve the same.
The cost arrived for shifting of electrical utilities duly deleting the GST @ 18%
with net amount of estimate is Rs. 80,84,734-00 (Rs.78,84,177-00 + Rs.2,00,557-00).
Further as per the note orders in page No.1&2 ante of this note file, variation
order is pending to extent of Rs.34.26 Lakhs towards change in design (Change in FRL) for the
major bridge at Km 21/263 of CKN road.
The RWS & sanitation Department, Narasaraopet has approved an estimate for
Rs.33.00 Lakhs towards the shifting of RWS utilities. The variation order for this shifting is yet
to be initiated by the Contractor.
Consolidate statement of variation proposals of CKN Road:
LS Provision towards Shifting of utilities Rs.72,00,000
in the sanctioned estimate
shifting of electrical utilities now Rs. 80,84,734
submitted
shifting of RWS utilities yet to be Rs.33,00,000
submitted
Rs.1,13,84,734 Rs.41,84,734
Excess
Variation due to change in design for Rs.34,26,000
major bridge at Km 21/263 M
Rs.1,48,10,734 Rs.76,10,734
Excess
Submitted for orders in regard to considering the variation proposal for shifting
of electrical utilities initiated by the contractor for Rs.80,84,734-00
# # #
The reference cited may please be perused, where in the Superintending Engineer
(R&B) Guntur has submitted that Variation order for shifting of electrical utilities the work
“Widening and Strengthening of Revendrapadu – Seethanagaram road from Km 7/400 to
8/835 in Guntur District” (missing stretch) and requested to approve the same.
It is submitted that as per the note orders on page 22 &24, the following
Variation orders approved and contractor signature are also completed.
On orders, the hard copies of the above variation orders may be communicated
to S.E (R&B) Guntur for taking further necessary action.
Based the above note orders, the variation order initiated by the contractor
and submitted by the Superintending Engineer (R&B) Guntur has been examined and the
following reports are submitted for approval duly deleting the GST @ 18% with net amount of
estimate
1. Variation abstract.
2. Preamble to Variation order
3. Variation order for shifting of utilities (2/GNT/Utility shifting)
4. Cumulative variation summary.
# # #
The reference cited may please be perused, where in the Superintending Engineer
(R&B) Guntur has requested to accord permission to take up the above captioned work on “deposit
terms” instead of “turnkey basis” by depositing an amount of Rs.122.50 Lakhs (LS amount) to
APSPDCL and the balance amount is to be deposited after obtaining necessary clearance from
competent authority.
The Superintending Engineer (R&B) Guntur has informed that during the review
meeting with Hon’ble MLA, Mangalagiri on 8.2.2022, it is suggested that APCPDCL authorities
can take up the work on deposit terms by way of deposition of Rs.122.50 Lakhs as per original
sanction in the first instance and the balance amount will be borne by APCPDCL authorities and
complete the work later date, the balance amount is to be deposited by (R&B) department after
obtaining necessary clearance from the competent authority.
In this connection, it is submitted that as per the note orders on page 24-25 ante
of this note file, this office vide letter Dt.4.2.2022 addressed to CMD, APCPDCL and informed
that the finalization of works under NDB scheme are completed to the extent of loan amount. it
is very difficult to accommodate the increased cost with new provisions of M+9, M+12 towers at
this stage, otherwise no option except to drop the total work from NDB scheme and requested to
examine the necessity of M+9, M+12 towers and take up the shifting work as per the provisions
in old estimates. The reply is awaited from CMD, APCPDCL, Vijayawada.
Based on the note orders on page ante, a draft letter addressed to the Govt. is put up below for
approval.
Chief Engineer (R&B) Electrical, Vijayawada, while communicating the SE CRDA, APCPDCL,
has reported that to avoid water seepage from Irrigation canal over period of time and the
electrical structure were designed for future 25 years, considering the abundant scope for further
infrastructure developments along the road side, the APCPDCL authorities were revised the
Based on the above report, subjected to approval, a revised draft letter addressed
Sub:- (R&B) Department – NDB works - APMCRIP and APRBRP with the loan
assistance from New Development Bank (NDB) –Project Management
consultancy services (PMC) – Initiation of the Physical meeting - Reg.
Ref: - PMC contract agreement No.1/2020-21 dt. 23.6.2020
# # #
# # #
The reference cited may please be perused, where in M/s Egis India consulting
Engineers Pvt. Ltd., has proposed the candidate of Mr.Kaki Suman Babu along with his
CV as replacement for the position of District Co-ordinator Cum Engineer-11,
Ananthapuram (Sub-key Expert) in place of Mr.Gudiseva Sridhar who was resigned due to
his personal reasons and requested to accord the approval to the replacement.
It is submitted that as per note orders on Page no.81 to 83 ante of this note file,
the CV of Mr.Ambarapu Venkateswarlu proposed for District Co-ordinator cum Engineer-11
(Ananthapuram) was approved with a penalty of 10% reduction on remuneration due to non-
satisfying the experience as per clause 32.3 of GCC, as an exceptional case considering the
difficulties in assisting the Project Manager, Chittoor. But Mr.Ambarapu Venkateswarlu has
not reported the duty due to personal reasons.
Clause 32.3 of GCC (Page-19): “Any replacement of the removed Experts or Sub-consultants
shall possess better qualifications and experience and shall be acceptable to the Client.”
It is submitted that as per the terms of Reference under clause.4 “Team Composition &
Qualification Requirements for Key and sub-key experts” the following qualification
and experience is required.
Experience
S.
Designation Name of key person Relevant Remarks
No Over all
field
Sub-Key Professionals
District Co-ordinator
As per ToR,
1. Cum Engineer-11, Mr.Kaki Suman Babu 18Y-11M 18Y-11M
Qualified
Ananthapuram
As per the Clause 32.3 of GCC, the replacement shall be with better
qualifications and experience. Mr.Kaki Suman Babu has more experience than Mr.Gudiseva
Sridhar. The replacement may be considered.
# # #
# # #
The reference cited may please be perused, where in PMC has informed that
due to scrutinizing of high magnitude of works arising out of deviations at sites and revisions
required in plan & profiles etc., in phase-1 works and also to deal with works in phase-II
DPRS which are going to be award in near future and proposed the following additional sub
key expert & Key expert for a period of 12 months and requested to accept the additional
man power.
1. Assistant highway Engineer – 1 No.
2. Senior Bridge Design Engineer – 1 No.
In this connection, it is submitted that during physical meeting with the Directors
of JV partners of the Project Management consultancy services (PMC) on 8.3.2022, it was
decided to deploy additional man power for scrutiny the plan profile for Phase – I, II works
& other deviations at sites.
In view of the above, the following credentials may please be accepted as per
the clause 31.1 of consultancy contract agreement as supplementary/ additional experts.
Remuneration
S.No. Position Time input
per month
Asst. Highway Engineer (Sub Key) –
1. Experience in road design is Rs.1,18,973.00 12 months
mandatory.
Senior Bridge Design Engineer (Key
2. Rs.2,92,500.00
expert)
The qualification & experience requirements for the above experts are as per
Clause.4 of ToR. But Asst. Highway Engineer (Sub Key) must have experience in road
design to fulfil the requirements as discussed in the review meeting. The expenditure will be
met from the overall savings.
# # #
The reference cited may please be perused, where in the Superintending Engineer
(R&B) Guntur has submitted the Variation order for the deviations proposed in the bill of quantities
for the work “Widening and Strengthening of Chilakaluripet-Kotappakonda- Narasaraopet
road from Km 10.150 to 13.720 and 17.400 to 24.690 in Guntur District” to an amount of
Rs.1,21,45,687-00 and requested to approve the same.
4. Variation proposal for major bridge at Km 21/263 in the captioned work was not
included.
5. The details of major variations proposed in Variation order.
A) Road Part :
The quantities of base courses are increased by 4922 Cum (GSB -3373 Cum + WMM -
1529 Cum) due to increase in Profile Corrective course (PCC) in the existing carriage
way. Reasons not mentioned for increase.
a) the quantity of BM for PCC 420 Cum is deleted as the required profile is arrived with
base course layers.
b) The quantities of DBM for widening and reconstruction portions are increased by 822
Cum. The variation is due to laying of DBM in overall with in TCS-2 from Km 23.00 to
23.870 & 23.99 to 24.69. (1570 x 5.5 x 0.095) as against DBM in widening portion as
per the sanctioned estimate. Reasons not reported.
c) The quantity of DBM in overlay portion is reduced by 316 Cum. (As per the variation
quantity is 1082.52 Cum as against sanctioned quantity of 1399.00 Cum. Reasons not
reported.
As seen from the variation proposal overlay with 95 mm thick is proposed instead of
60 mm sanctioned in the estimate.
B) CD Works Part:
Some of quantities are increased abnormally, the Superintending Engineer (R&B) may
be requested to submit detailed measurements for verification.
Based on note orders on page ante, a draft memo addressed to Superintending Engineer (R&B)
Guntur is put up below for approval.
Sub:- (R&B) Department – EAP- APMCRCIP & APRBRP – Certain guide lines
issued on approval of GFC drawings – noncompliance of instructions - Reg.
Ref:- This office Memo No. GFC/NDB/DCE(Rr)/EE-1/DEE-2/AEE-10/2020-21
Dt.27.07.2021.
# # #
In the reference cited, this office has communicated certain guide lines/
instructions on approval GFC drawings and requested to be follow instructions scrupulously
before commencement of the work. But none of SE’s are following the communicated
instructions. Most of the SE’s are approving the GFC drawings without approval of the financial
implications if any from the Engineer-in-Chief (R&B) NDB. In this connection, it is submitted
that the finalization of works under NDB scheme are completed to the extent of loan amount.
Before approving the financial implication, the necessity of deviations are to be justified
considering the loan amount.
In the light of the above, as per the oral instructions of the E-in-c (R&B) NDB, a
draft memo addressed to all SE’s in the state is here with put up below for approval.
# # #
But even after lapse of 2 months 20 days, only quantity surveyor was reported.
the CV’s of Asst. Highway Engineers are not submitted so far.
On orders, the PMC may be reminded for early deployment of eligible Asst
highway Engineers and deploy of Senior Highway Design Engineer. Subjected to approval,
a draft letter addressed to PMC is put up below for approval.
# # #
The reference cited may please be perused, where in the Hon’ble MLA,
Pedakupadu has the following roads (Appx 22 Kms) are badly damaged and villager are
suffering to transport of their agricultural products, sand and public transport and requested to
sanction under NDB phase-II funds at an early date.
Further the Principal secretary T, R&B, Govt of A.P., in the marginal remarks has
endorsed that “If the road from Amaravathi – Rajupalem is sanctioned under
NABARD (RIDF), we may include this as per eligibility”.
Sub:- (R&B) Department – Rural Roads – EAP- APMCRIP and APRBRP with the
loan assistance from New Development Bank (NDB) –Project Management
consultancy services (PMC) –Mobilization of another two hire vehicles - Reg.
Ref:- Lr.No.Egis India/BZA/NDB/PMC/2022/81047 Dt.24.3.2022 of M/s Egis India
consulting Engineers Pvt. Ltd.,
# # #
The reference cited may please be perused, where in the PMC has informed
that the review of DPRs for second phase is under process and the first phase works are in
progress and almost all the staff have been mobilised and they wish to hire two more vehicles
w.e.f., 1.4.2022.
Total vehicle months required for the balance contract period, if 5 Nos of vehicle are
engaged = 16 x 5 = 80 vehicle months. The balance available is 50 vehicle months.
Sub:- (R&B) Department – EAP- APMCRIP and APRBRP with the loan assistance
from New Development Bank (NDB) –Project Management consultancy
services (PMC) –Request for deploy of Senior Highway Design Engineer
(SHDE) - Reg.
# # #
Engineer-in-Chief (R&B) NDB and PMC has promised to deploy the Senior Highway
On orders, as promised, the PMC may be reminded for the deployment of Senior
Highway Design Engineer. Subjected to approval, a draft letter addressed to PMC is put up
# # #
In the reference cited, the Government has issued Gazette notifications for A.P.
Districts Reorganizations and increased the Districts from 13 to 26 Nos duly changing the
District territorial jurisdictions. Due to this, certain roads in the NDB contract agreement are
scattered into another newly formed Districts.
As per the agreement, the scope of each contract works include different roads
falling within the boundaries of the old districts and the Project Manager is the “Superintending
Engineer(R&B), Circle of the respective District.” As per the agreement clauses the Project
Manager is responsible for supervising the execution of the NDB works and administering the
contract.
1. Split of Contract Agreement in to multiple by separating the roads as per the jurisdiction
of newly formed districts and concluding the new agreements with the Contractors by the
Project Managers of new Districts
Even though this will have more administrative feasibility, the following adverse effects
will be there:
i. All the correspondence related to the roads shall be split as per their jurisdiction
and shall be handed over to the new PMs.
ii. The Contractor and his personnel have to report to two PMs instead of one PM
as per original agreement or the Contractor has to deploy additional personnel
for which, the Contractor will claim for additional costs. This will also apply to
deployment of plant and equipment.
iii. The Contractors who have already established one camp office and laboratory
as per original contract agreement may not be willing to establish another one in
another new district. It may not be possible for the Contractor to operate in
multiple districts as may have to deal with other stake holders for different
statutory permissions.
iv. As per original contract agreement, the completion period is 24 months for all
the roads to be improved in the district. In case, new agreement is made for the
new district by separating the roads., the completion period need to be revised
as per the bifurcated roads. This will also effect on the achievement of
milestones. In other way, the configuration of the entire original agreement will
be changed.
v. As the road works are already in progress, split of agreement will become cause
for the Contractor for the reason of slow progress and claim for idle costs.
vi. In case any road is in progress and half way completion, the departmental
officers taking over the road under new agreement may not own the
responsibility of the quality tests conducted by the old officers.
vii. The NDB may also not accept for this option.
2. No change in the original contract Agreement and the Project Manager of the old
defunct District /Circle keeping the same jurisdiction:
For this, the Project Manager of the original un-bifurcated circle as defined in the
Contract Agreement will remain the same until the construction period is completed but
the Executive Engineers to whom delegation of powers have been given by the PM will
be changed as per the change of jurisdiction of the roads in the Contract Agreement,
irrespective of the circle they belong to.
Due to this, the Executive Engineers shall have to report to the original un-bifurcated
circle PM with reference to the implementation of NDB funded project in addition to the
newly formed circle for implementation of other works.
After the construction works are completed, the completed roads shall be transferred to
the respective new circle in which they fall into, by concluding the tripartite agreement
amongst the two Circle officers and the contractor for DLP and O& M period.
In the light of the above, for smooth functioning of the project, the Government
may be requested to issue necessary orders for adopting option “2” for all District package roads
Subjected to approval, a draft letter addressed to the Govt. is put up below for
approval.
DEE-1 EE-1 DCE (RR) ENC (NDB)
Office note submitted Sir,
Sub:- (R&B) Department – CMP No.2445 -Requesting for inclusion certain roads in
Mangalagiri Constituency under NDB Scheme – Report called for - Reg.
Ref:- Govt.Memo.No.RDBS/57/R-I/2022 (1678169) Dt.25.3.2022.
# # #
The reference cited may please be perused, where in the Govt., while
communicating the representation of Sri A.Ramakrishna Reddy Hon’ble MLA, Mangalagiri
and requested to examine the proposals and furnish detailed report for taking further necessary
action.
The Hon’ble MLA, Mangalagiri in his representation Dt.9.3.2022 has requested the
HCM to consider the following roads for improvement under NDB scheme.
As per the marginal orders of the E-in-C (NDB) on the current, the
Superintending Engineer (R&B) Guntur may be requested to submit the detailed report on
eligibility for proposing the above works in NDB scheme. i.e., details of connectivity, PCU’s
and proforma estimate etc.
The reference cited may please be perused, where in the Govt., have
directed to request CMD, APCPDCL to go ahead with the works as originally
proposed since R&B dept., will provide as per the existing infrastructure only. If the
APCPDCL want to go for higher specification than existing, they have to provide the
additional funds. The type of existing poles on the canal banks erected by APCPDCL
can be referred to substantiate the R&B department stand.
The file is submitted to review the Man months proposed for Quarter 2, 2022
(April 2022 to June 2022) based on the present progress of the work.
DEE1 EE-1 DCE(RR) ENC(R&B) NDB
Office note submitted Sir,
Sub:- (R&B) Department – EAP- APMCRIP and APRBRP with the loan assistance from
New Development Bank (NDB) –Project Management consultancy services (PMC) –
Deficiency in performance of services of the staff of J.V partner M/s SATRA
Infrastructure Management Services Pvt. Ltd - Replacement of personnel - Reg.
# # #
But it was reported that the performance of the following key and sub-key personnel are
not satisfactory.
Further, as per the clause 32.2 of GCC (Page-19) of consultancy services contract “ In
the event that any of Key Experts, Non-Key Experts or Sub-consultants is found by the Client
to be incompetent or incapable in discharging assigned duties, the Client, specifying the
grounds therefore, may request the Consultant to provide a replacement.
Hence on orders the PMC may be requested to replace the above persons with suitable
qualified persons immediately.
Subjected to approval, a draft letter addressed to PMC is put up below for approval.
# # #
The reference cited may please be perused, where in the Superintending Engineer
(R&B) Guntur has submitted the clarifications for additional quantities in the Variation order-2 for
the above captioned work.
It submitted that as per note from Page 6 to 11 ante of this note file, this office
vide Memo Dt.24.3.2022 has requested to submit the reasons for variations in quantities along
specific recommendations.
1. The difference in OGL’s w.r.to tender drawings and plan & Profile in 260 Mts interval is
varied from (+)0.126 to (-) 0.043 Mts. Most of them are in (+) ve side. i.e., original ground
level was lowered.
2. From Km 10/150 to 13/740 and 21/100 to 22/000, there are 11 Nos of dips/ valley points
and approaches to Major bridge at Km 21/263 were underestimated by the DPR
consultant.
3. Earth work cross sections for every 20 Mts were already requested from DPR consultant &
Contracting agency, soon after receipt the exact variation will be submitted.
Base Courses:
1. The difference in FRL’s and OGL’s as working drawings are varying from 200 mm to 600
mm. The DPR consultant has not considered the suitable crust to lay on existing road to
attain FRL.
Bituminous courses:
1. The DPR consultant has recommended for 95 mm DBM from Km 18/800 to 23/000 &
23/870 to 23/990 in the central carriage way and the balance stretches for 60 mm. But due
to variation in OGL’s & FRL’s from 200 mm to 600 mm, it is necessitating to follow the
reconstruction/ Strengthening of the road crust. Therefore, the increase in quantities like
GSB & WMM and DBM.
Variations in Minor bridge quantities:
1. This bridge is located near Kotappakonda (Pilgrimage centre), for easy passage of
PRABHA during festive seasons, the width of bridge was increased from 10 Mts to 12 Mts
i.e., widening from 3.00 mts to 5 Mts.
On orders, the variation orderNo.2 along with remarks received from the
Superintending Engineer (R&B) Guntur may be communicated to (1) PMC for offering their
remarks on deviations proposed (2) DPR consultant may be requested to furnish detailed report
on deviations proposed for finalising the variation order No.2.
Based on the note orders on page ante, the following drafts are put up below for approval.
As per the note orders on page ante, the Executive Engineer (R&B) Narasaraopet
along with the representatives from the Contractor are attended in this office on 14.04.2022 and
reviewed the variation order No.2 for additional quantities for the work of “Widening &
Strengthening of Chilakaluripeta – Kottapakonda – Narasaraopet road from Km 10.150 to
13.720 & 17.400 to 24.690 (GTMD-051)”.
In this connection, it was decided to submit the variation orders separately in two
parts i.e., (1) Work completed stretches and (2) Work to be taken stretches duly finalising the
economical Plan & Profile including approved deviations of Major bridge @ Km 21/263 along
with financial implications.
On orders, the S.E(R&B) Guntur may be requested to submit the variation orders
as decided above.
# # #
Further the economical redesigning of plan & Profile for the non-executed
stretches from KM 17/400 to 18/800 Km 10/150 to 13/720 & 21/100 to 22/050 is pending.
The Superintending Engineer (R&B) Guntur has considered the quantities as per estimate
for these stretches in the above variation order.
Further the PMC may be requested to review the Plan & Profile once again
for the roads for which concurrences were already communicated previously.
Subjected to approval, a draft letter addressed to PMC is put up below for
approval.
# # #
It is submitted that vide reference 1 st cited, the L1-Bidder for Package No: SKM/
APMCRCIP/ 1 i.e., M/s Srinivasa Edifice Pvt. Ltd., Vijayawada has furnished performance bank
Guarantee for Rs.35,96,475/-. On request of this office, vide reference 2 nd cited, M/s Union bank of
India, Tenali has confirmed the genuineness of the Bank Guarantee.
On oral request of the contractor for processing of bills, the acceptance certificate of
BG is put up below for approval.
# # #
The reference cited may please be perused, where in the Superintending Engineer
(R&B) Guntur has submitted the Variation proposal for the above captioned work for
Rs.27,75,128/- and requested to accord the approval.
The reference cited may please be perused, where in the PMC has communicated
the vetted variation order No.2 for the additional quantities proposed due to deviation in BOQ
items as per site condition during the execution work for the above captioned work.
The following variation proposals vetted by the PMC is put up below for
approval.
1. Variation abstract.
2. Preamble to Variation order
3. Variation order No.2
4. Cumulative variation summary.
The approved copy of the Variation order No.2 Dt.22.04.2022 for the work
to 8/835 in Guntur District” towards additional quantities due to deviations in BOQ items as
per site condition may be communicated to Superintending Engineer (R&B) Guntur for take
# # #
It is submitted that vide reference 1st cited, the L1-Bidder for Package No: GNT/
APMCRCIP/ 1 i.e., M/s BVSR Constructions Pvt. Ltd., Hyderabad has furnished performance
bank Guarantee for 1,21,46,216/- On request of this office, vide reference 2 nd cited, M/s Union
bank of India, Hyderabad has confirmed the genuineness of the Bank Guarantee.
On oral request of the contractor for processing of bills, the acceptance certificate of
BG is put up below for approval.
# # #
It is submitted that the contractor i.e., M/s Srinivasa Edifice Pvt. Ltd., Vijayawada for
the above captioned work has orally requested a certificate on “NO Contractual Obligations” as
per the guide lines G.o.Rt.No.266 Finance (HR-V-TEFR-A&L-EWF) Dept Dt.15.2.2021 for
processing the work bills.
It is submitted that the Government vide reference cited has issued orders on relaxation
of certain contractual obligations in view of COVID-19 pandemic in the matter of Earnest money
deposit (EMD) and further security deposit (FSD).
# # #
The reference cited may please be perused, where in M/s Egis India consulting
Engineers Pvt. Ltd., has proposed the candidate of Mr.Siva Reddy Boddapati along with
his CV as replacement for the position of Assistant Highway Engineer-1 (Sub-key Expert)
in place of Mr.Venkateswarlu Eerla who was resigned due to his personal reasons and
requested to accord the approval to the replacement.
Clause 32.3 of GCC (Page-19): “Any replacement of the removed Experts or Sub-consultants
shall possess better qualifications and experience and shall be acceptable to the Client.”
It is submitted that as per the terms of Reference under clause.4 “Team Composition &
Qualification Requirements for Key and sub-key experts” the following qualification
and experience is required.
204 204
17Y-0M 17Y-0M
Experience
S.
Designation Name of key person Relevant Remarks
No Over all
field
Sub-Key Professionals
As per the Clause 32.3 of GCC, the replacement shall be with better
qualifications and experience. Mr.Siva Reddy Boddapati has more experience than
Mr.Venkateswarlu Eerla. The replacement may be considered.
Based on the note orders on page ante, a draft letter addressed to PMC is put up below for approval.
# # #
Now, the Hon’ble MLA, Pedakurapadu has requested to take up the work at the
first instance from Km 23.000 (Krosuru) to 49.369 (Dharanikota).
Further, it is submitted that after receiving the administrative sanction for Phase-II
works, the contractor may be requested to take up at the first instant from Km 23.000 (Krosuru)
to 49.369 (Dharanikota).
# # #
In this connection, it is submitted that previously the above two works are
proposed in NDB APRBRP Phase-II scheme and DPRs are prepared with following details.
S. Length Est. Cost
Description PCUs
No (in Kms) (in Rs.Cr.)
Widening & strengthening of Tekkali to Temburu
1. 1009 8.74 19.83
Road from Km 6.000 to 13.200 (SH103)
Widening & strengthening of Temburu to
2. Pathapatnam Road from Km 0.000 to 13.876 669 13.82 37.16
(SH096)
But the above two proposed works were deleted due to not satisfying the PCU’s
(i.e., less 2000) as listed below and also to restrict the amount to loan sanction amount.
In this connection, it is submitted that the Superintending Engineer (R&B) Guntur has
re-submitted the Variation No.3 duly considering the following quantities.
Details of stretches Quantities taken
As per execution
17/400 to 18/800 – Widening only
From Km 17/400 to 21/100 & 22/050 to 24/690
18/800 to 21/100 – up to BT layers
22/050 to 24/690 – up to BT layers
From Km 10/150 to 13/720 & 21/100 to 22/050 As per estimate
But during the submission, the savings of BM quantity under PCC for executed
stretches were not deducted in the variation proposal. The same was deducted to extent of 300
Cum from Anticipated quantity. The total savings works out to Rs 15,54,900/-
Further, the following new rates are considered other than BOQ rates as per
agreement. The new rates are arrived based SoR 2019-20. The RMR and rate analysis are
enclosed in V.O. for approval.
The Variation order book let containing the following proposals vetted by the PMC is
put up below for approval.
1. Variation abstract.
2. Preamble to Variation order
3. Variation order No.3
4. Cumulative variation summary.
5. Rate analysis
The approved copy of the Variation order No.3 Dt.28.04.2022 for the work
from Km. 10.150 to Km. 13.720 and Km. 17.400 to Km. 24.690 (GTMD 051)” towards
additional quantities due to deviations in BOQ items as per site condition may be communicated
to Superintending Engineer (R&B) Guntur for take further necessary action. Further the
Superintending Engineer (R&B) Guntur may also be requested to follow the circular guide lines
During the review of Variation orders of the captioned subject, the E-in-C (R&B) NDB has
instructed to issue a circular instruction on fixing FRL’s if OGL’s are differed from Tendered
OGL’s.
In this connection, a draft circular memo addressed to all SE’s in the state is here with put up
below for approval.
Based on the note orders on page ante, a draft letter addressed to PMC is put up below for approval.
# # #
The reference cited may please be perused, where in M/s Egis India consulting
Engineers Pvt. Ltd., has proposed the candidate of Mr.Md. Tanweer Alam along with his CV
for the position of additional Assistant Highway Engineer-4 (Sub-key Expert) and requested to
accord the approval.
In this connection, it is submitted that vide this office letter Dt.4.1.2022 has
permitted the proposals of appointing the additional Assistant Highway Engineer – 2 Nos from
the overall savings to finalise the plan & profile for phase-I works & Phase-II DPRs.
It is submitted that as per the terms of Reference under clause.4 “Team Composition &
Qualification Requirements for Key and sub-key experts” the following qualification and
experience is required.
Experience
S.
Designation Name of key person Relevant Remarks
No Over all
field
Sub-Key Professionals
High raised
Additional Assistant buildings & As per ToR,
1. Mr.Md. Tanweer Alam 15Y-6M
Highway Engineer-4 Internal Dis-qualified
roads
# # #
The reference cited may please be perused, where in M/s Egis India consulting
Engineers Pvt. Ltd., has proposed for the deployment of additional MIS key expert for 6.50 Man
months to update the existing MIS tool to custom suite to NDB project requirements and
requested to approve the same.
In this connection, the following clauses may please be perused under terms of
reference (ToR) in regard to Project monitoring & Reporting requirements
Clause 3.3.2.J: Planning, scheduling and monitoring of the projects using MS Project/
MIS of R&B Department and any latest IT tools and techniques such
as online monitoring of work sites with the aid of cyber tools, which are
under development.
Clause 5.IV.: Monthly Contract Performance and Management Reports using WMS
(Work Management System)/MIS System using Project
Management IT tools for each contract during entire project period.
It is submitted that as per the above clauses, the monitoring of the project has to be
done using MIS of R&B department. But MIS system of R&B department is not utilising since
long time due to administrative reasons. In this connection, it is necessitated to develop an IT tool
to customise to our project with the help of cyber tools.
Further Phase-1 works are already grounded and proposals for phase-2 works are
already submitted to Government for according administrative sanctions. It is already delayed in
developing MIS system.
Hence, as per the clause 31.1 of consultancy contract agreement, the proposals for
the deployment of additional MIS key expert for 6.50 Man months may be accepted from the
overall saving of the contract agreement.
# # #
The reference 2nd cited may please be perused, where in Sri B.Venkata Ramana has
represented to give an opportunity to work as MIS expert in PIU, of NDB projects.
It is submitted that the Govt. vide reference 1 st orders for formation of Project
implementation unit (PIU) for taking up Improvements of State Highways and Major district
roads with two projects i.e., APMCRIP and APRBRP with the loan assistance from New
Development Bank (NDB) along with sanction of certain posts for a period of five (5) years
subjected to re-distribution of the existing cadre without any fresh recruitment and permitted
to recruit the certain resources on outsourcing basis up to the completion of project i.e., 2024.
S. Present status of
Post / Designation Nos Remarks
No. placement
1 Chief Engineer 1 1
2 Deputy Chief Engineer 1 1
3 Executive Engineer 2 2 2
4 Deputy Executive Engineer's 4 6
5 AEE/AE’s 8 7
6 Environment Expert 1 Out sourcing Proposed A.J.Rao SEE (Retd) APPCB,
Govt orders awaited
7 Procurement Expert 1 Out sourcing Proposed Mr. M.Rajendra Prasad,
EE/RDC. Govt orders awaited
8 Finance Management Expert 1 Out sourcing
9 MIS Expert 1 Out sourcing
10 Divisional Accounts Officer 1 1
11 Office Superintendent 1 1
12 Senior Assistants 2 1
13 Junior Assistants 4 --
14 Data Entry Operator 2 Out sourcing Addressed the Govt for permission to
paid salary through APCOS
15 Sub-Staff 6 Out sourcing --
Further, it is submitted that out of four outsource experts, two experts i.e.,
Environmental & Procurement experts are proposed with Retired (as per GO.Ms.No.89
Dt.16.7.2015) and existing Govt servant. But for recruiting the balance outsource experts i.e.,
MIS & Finance experts, Request for proposal (RFP) may be invited in Central Public
procurement portal (PPP) on Quality and Cost Based Selection (QCBS) basis.
On order, the PMC may be requested to prepare Request for proposal (RFP) for
recruiting the MIS & Finance experts through CPPP.
The Government vide G.O Ms.No.89 Finance (HR. I) Department Dt.16.7.2015 have issued
certain guide lines for procurement and contracting of consultancy services as follows.
I) Back ground: Government have accorded permission to recruit the certain resources
(MIS Expert & Finance Management Expert) on outsourcing basis up to the completion
of project i.e., 2024 vide G.O.Rt No.257 T, R&B (SER) Dept Dt.5.10.2019. Since the MIS
& Finance Management experts are not available in the existing human resources of the
department.
II) The process: The department should prepare well defined terms of reference (ToR) duly
showing the duration of assignment and strategic assessment of the planning,
implementation and monitoring capacity of the department at all operational levels.
III) Procurement of firms: The procurement firms through the following four types of selection
methods.
Middle level consultant may be adopted for procurement of MIS Expert & Finance
Management Experts.
a. Empanelment Method
b. Advertisement Method
c. Single Source Method
Advertisement method may be adopted for procurement of MIS Expert & Finance Management
Experts.
On orders, while communicating a copy Request for Proposal (RFP) model pertains
to RDC wing, the PMC may be requested to prepare the RFP duly considering the above
credentials and prepare well defined terms of reference (ToR) to suit the NDB project.
Subjected to approval, a draft letter addressed to PMC is put up below for approval.
Sub: NDB – Guntur Phase-II Works – (R&B) Circle, Guntur – Widening and
Strengthening of 13 roads works in Guntur District – (i) Environmental Impact
Assessment (EIA) Reports and (ii) Social Impact Assessment (SIA) and R&R
Entitlement Reports for additional roads/ Phase-II Works of Guntur District
submitted by the DPR Consultants – PMC Concurrence Communicated –
approval -Regarding
Ref: 1) PMC Consultants Letter No: Egis India/ BZA/ NDB/ PMC/ 2022/ 81809,
Dated: 18-04-2022.
2) PMC Consultants Letter No: Egis India/ BZA/ NDB/ PMC/ 2022/ 82160,
Dated: 28-04-2022.
******
Kindly peruse the references cited. Where in the PMC has communicated their
concurrence for (i) Environmental Impact Assessment (EIA) Reports and (ii) Social Impact
Assessment (SIA) and R&R Entitlement Reports for the following additional / Phase-II roads
proposed in Guntur District.
Additional Roads
1. Vinukonda -Kopperapadu Road from Km 0.000 to 21.085 (SH-275)- 21.085 Kms
2. Durgi-Veldurthi Road from Km 0.000 to 17.460 (SH-318)- 17.460 Kms
3. Loyapalli- Latchambavi Road Km 4.600 to 25.765 (GTOD-46) – 20.965 Kms
4. Ipur-Bommarajupalli Road from Km 0.000 to 7.949 (GTOD-45)- 7.949 Kms
Based on the recommendation of PMC, the EIA, SIA and R&R Reports for the
above road works of Guntur District are herewith put up for approval.
Sub:- (R&B) Department – EAP- APMCRIP and APRBRP with the loan assistance from
New Development Bank (NDB) –Project Management consultancy services (PMC)
–Egis India Consulting Engineers Pvt. Ltd., - Non-reporting of Environmental
Expert – immediate action requested - Reg.
# # #
It is submitted that the Environmental Impact Assessment (EIA) and Social Impact
Assessment (SIA) and R&R Entitlement Reports for Phase-II works are Under finalization for all
the districts. The Environmental key expert is not reported to the project for last 5 months.
But some of the EIA reports are finalized without contribution of Environmental key expert. The
NDB may comment on quality of EIA reports.
Further PMC has not reported the hindrances for reporting the Environmental expert
to the project, even though 2-man months are approved in each quarter Q1(Jan-Mar) & Q2 (Apr
to Jun) 2022.
# # #
The reference cited may please be perused, where in the Chief Engineer (R&B)
Electrical, A.P., Vijayawada has informed that as per the suggestions of CMD, CPDCL, joint
inspection was conducted with Superintending Engineer, CRDA, APCPDCL and Superintending
Engineer (R&B) Electrical and submitted the necessity of M+ towers as per site condition.
It is submitted that as per note from Page 24 to 26 of this note file ante, the Chief
Engineer (R&B) Electrical was requested to submit a detailed report on necessity of M+ towers
and changes in accessories vide this office Letter Dt.4.2.2022.
In this connection, it is submitted that as per note orders on page 30 of this note
file, this office has already addressed the CMD, APCPDCL and informed the R&B stand and
requested to issue necessary instructions to concerned APCPDCL authorities to take up the
shifting work with old provisions as per estimate already communicated.
Since, the Govt has already given direction on the subject, this current may
record after perusal.
# # #
The reference cited may please be perused, where in PMC has submitted the draft
RFP for the procurement of MIS & Financial expert for the captioned subject.
It is submitted that as per note from page 6 to 8 ante, this office has requested the
PMC to prepare RFP as the guide lines communicated in G.O Ms.No.89 Finance (HR. I)
Department Dt.16.7.2015 duly communicated the required credentials.
In this connection, it is submitted that PMC has prepared the RFP on Least Cost
Selection (LCS) method and Criteria and Scoring Scheme for evaluation of technical proposal
evaluation, which are to be modified.
Further, after verifying the application of Mr. B. Venkata Ramana, MIS specialist,
PMU, APDRP, the salary fixed to him as on 1.4.2017 is Rs.70,000/- per month. i.e., below
Rs.1.00 Lakhs per month. At the 1 st instance, procurement for MIS expert may be initiated by
inviting sealed covers.
In this connection, the draft RFP for Procurement of MIS expert submitted by PMC
is corrected with (1) selection method to Quality and Cost-Based Selection (QCBS) (2)
criteria and scoring of technical evaluation as follows and (3) other corrections.
The following criteria is prepared to satisfy the minimum score as per guide lines
communicated in G.O Ms.No.89 Finance (HR. I) Department Dt.16.7.2015.
Minimum
Max.
Sl.no. Criteria Technical
points score
stipulated
Qualification 10
BE/B.Tech in Computer Science/Information
1.
technology/ Information Systems = 7
PG in Computer Science/Information
technology/ Information’s Systems = 10
2. Professional experience 35
6 to 12 Years = 25
More than 12 years = 35
Similar Experience: 35
The candidate shall be fully Knowledgeable in
75
current IT hardware and software matters as
well as ICT communications/ connectivity
3. matters particularly as relevant to technical and
business information management requirements
in the infrastructure sector context in INDIA.
Shall have extensive professional experience
and adequate professional skill in the
implementation.
3- 4 years = 25
More than 4 years = 35
Approach & Methodology to be adopted 20
4
responding to Terms of Reference
Total Points for Criterion 100
2. Least Cost Selection (LCS) method is replaced with Quality-Cum-Cost Based Selection
(QCBS) as follows.
The total score is calculated by weighting the technical and financial scores and
adding them as per the following formula.
The formula for determining the financial scores (Sf) of all other
Proposals is calculated as following:
Sf = 100 x Fm/ F, in which “Sf” is the financial score, “Fm” is the lowest price,
and “F” the price of the proposal under consideration.
The weights given to the Technical (T) and Financial (P) Proposals are:
T = 80 and
P = 20
Proposals are ranked according to their combined technical (St) and financial (Sf)
scores using the weights (T = the weight given to the Technical Proposal; P = the
weight given to the Financial Proposal; T + P = 1) as following: S = St x T% + Sf x
P%.
Financial Score Fm/F x 100 x 20% (P)
The highest combined technical and financial scores, will be invited for
negotiations.
3. Other corrections: (a) The following clauses are added as General conditions of contract.
Working : a. Working hours are as per the working hours of PIU unit
Hours, of APRBD (NDB) HOD office, Vijayawada and holidays are
Overtime, as declared by Govt of A.P.,
Leave, etc :
b. The Experts shall not be entitled to be paid for overtime
nor to take paid sick leave or vacation leave.
After carrying out the above corrections, the document was already vetted by contract
management expert (CME).
The draft Request for Proposal (RFP) for procurement of MIS expert is put up below for
approval.
The following applicants are shown interest (Expression of interest) for the position
MIS expert in PIU.
S. Total
Name & Address E-Mail.
No experience
Mr.Goneda Venu,
H.No.11-8-79,
1. 17 Y-9 M gonedavenu@gmail.com
Lenin Nagar,
Khammam - 507001
Mr. Kolaventi Siva
Kumar,
2. 6Y kolaventisivakumar@gmail.com
D.No.10117,Vanukuru,
Vijayawada -521151
Mr.M.Siva Prasad,
D.No.35-3-69/29,
3. Sanjay Gandhi Colony, 11 Y sivaprasad.marella@gmail.com
Devudi Cheruvu,
Ongole
Mr.A.Chennakesavulu,
D.No.41-29/5-1/1,
4. 13 Y kesava.anumati@gmail.com
Krishna Lanka,
Vijayawada – 520013
Mr.C.Aashrith Kumar,
Flat No.207, Prashanti
Nilayam Apts,
5. 5Y aashrith2@gmail.com
Saipuram Colony,
Gollapudi one centre,
Vijayawada – 521225
Mr.B.Venkata Ramana,
Flat No.A-110, Devi
6. Homes, 18 Y apdrpmis@gmail.com
Maddilapalem,
Vishakapatnam
Smt. Thōgata Pallavi,
Flat No.109,
7. Saishasu Apts, 13 Y
Gollapudi,
Vijayawada
Mr.V.V.Vara Prasad
Badugu,
8. D.No.26.1.34/10, 15Y varaprasadbadugu@gmail.com
Ramachandrapuram
E.G -533255
The remuneration is fixed in RFP is below Rs.1.00 Lakh for MIS expert, hence
notification for inviting sealed Invitation of seal proposals for Request for proposal
(RFP) for individual consultancy services as MIS Expert in PIU may be
released.
Sub:- (R&B) Department – EAP- APMCRIP and APRBRP with the loan assistance from
New Development Bank (NDB) –Project Management consultancy services (PMC) –
Egis India Consulting Engineers Pvt. Ltd., - Request for additional Man months for
Asst. Bridge Engineer-I - Reg.
# # #
The reference cited may please be perused, where in PMC has requested additional
man months for Asst. Bride Engineer - I by 13 Months from the savings accumulated from Senior
Bridge Design Engineer (SBDE) balance man months and requested to approve the same.
The status of Man months consumed for bridge work positions as on 4/2022 as follows.
Total Man MM
S.
Position months as per Consumed up Balance Remarks
No.
agt. 4/2022
Senior Bridge The consultant wants to
1. 9 4.25 4.75
Design Engineer cease the Balance MM
Asst. Bridge Man months will
2. 24 19.85 4.15
Engineer -1 close by 8/2022
Asst. Bridge
3. 24 7.76 16.24
Engineer -2
Senior Bridge Due to slow progress of
4. 24 -- 24.00
Engineer works, not deployed
It is submitted that PMC has proposed additional 13-man months for Asst. Bridge
Engineer -1 duly abolishing the balance 4.75 Man months of Senior Bridge Design Engineer and
informed that the services of SBDE shall be provided at no cost basis from available in-house experts
of SATRA(JV partner).
In this connection, the following points are submitted for perusal and orders.
Total Saving from Balance Man months of SBDE is 4.75 x 292500 = Rs.13,89,375/-
Total man months can be accommodated for ABE-1 from Savings is 1389375/110700 =
12.55 months or Say 12.00 Months.
Due to delay in progress of the projects, the services of the Asst. Bridge Engineer-1 are
need to be extend.
This will neither comes under additional work nor variations of scope of the work.
As per clause GCC 41.2, additional 12-man months can be accommodated to Asst. Bridge
Engineer-1 from the savings of balance MM of SDBE.
# # #
The reference cited may please be perused, where in M/s Egis India consulting
Engineers Pvt. Ltd., has proposed the candidate of Mrs.Ponaka Saritha along with his CV for
the position of additional Assistant Highway Engineer-4 (Sub-key Expert) and requested to
accord the approval.
In this connection, it is submitted that vide this office letter Dt.4.1.2022 has
permitted the proposals of appointing the additional Assistant Highway Engineer – 2 Nos from
the overall savings to finalise the plan & profile for phase-I works & Phase-II DPRs.
It is submitted that as per the terms of Reference under clause.4 “Team Composition &
Qualification Requirements for Key and sub-key experts” the following qualification and
experience is required.
Experience
S.
Designation Name of key person Relevant Remarks
No Over all
field
Sub-Key Professionals
# # #
The reference cited may please be perused, where in Govt. while communicating a
copy of D.O. Lr.No.004/MIN(SW)/2022 Dt.12.5.2022 from Dr. Merugu Nagarjuna. Hon’ble
Minister for Social welfare have requested to examine and take necessary action in the matter.
The Hon’ble Minister for Social welfare in his D.O. letter has represented that the
following roads are having high intensity traffic and bad condition requiring immediate widening
& strengthening.
1. Brahmanakoduru – Repalle Road from Km. 5/0 to 22/0 & 30/0 to 31/870
2. Tenali – Vellaturu from Km 17/400 to 20/800 and 21/900 to 25/400
In this connection, it is submitted that the work (1) widening & Strengthening of
Brahmanakoduru – Repalle Road from Km. 0/0 to 22/0 & 30/0 to 31/870 was considered in
APRBRP phase-II works and DPR was prepared for Rs.88.71 Crores. But due to limitation of
Loan amount, the stretch from Km 0/0 to 5/0 ( Connectivity to Tsunduru Mandal) was
considered and proposals are submitted to Govt. for Rs.21.41 Crores.
(2) Tenali- Vellaturu - Peddapulivaru - Penumudi road is comes under state highway
(SH-265) with PCU’s 4179. This road is not considered in priority list of roads communicated to
NDB in 8/2019.
Hence, as requested by Hon’ble Minister for Social welfare, the Govt may be
requested to propose above two roads in any suitable scheme for state highways.
Based on note orders on page ante, a draft letter addressed to the Govt., is put up below for
approval.
DEE-1 EE-1 DCE (RR) ENC (NDB)
# # #
The reference cited may please be perused, where in Govt. have requested to furnish
the proposals under SH plan budget and budget check list for the following works.
1. Brahmanakoduru – Repalle Road from Km. 5/0 to 22/0 & 30/0 to 31/870
2. Tenali – Vellaturu from Km 17/400 to 20/800 and 21/900 to 25/400
It is submitted that as per the note on page 36 ante, this office has requested the
Govt. to propose the above works in any other scheme pertains to SH.
The referred memo was already addressed to Chief Engineer (R&B) & MD APRDC
for taking further necessary action. Hence this current may be recorded after perusal.
Sub:- (R&B) Department – EAP- APMCRIP and APRBRP with the loan assistance
from New Development Bank (NDB) –Project Management consultancy
services (PMC) –Request for deploy of Senior Highway Design Engineer
(SHDE) - Reg.
Engineer-in-Chief (R&B) NDB has reviewed economical crust designs as per the soils
available and decided to review the plan & profiles with Senior Highway Designer Engineer.
If required, addition man months will be sanctioned to SHDE to reduce the PCC quantities.
In this connection, PMC has promised to deploy the Senior Highway Designer Engineer after
a month time. i.e., from 7.4.2022. In spite of several phone calls and follow up, the SHDE
Man -Months
Qtr Month Period No.of Days
Approved
October 2021 NIL --
Q4, 2021
1 Man Month
November 2021 NIL --
(30 Days)
December 2021 NIL --
January 2022 NIL --
Q1, 2022
Now the scrutiny of high magnitude of works arising due to deviations at sites
and revisions required in plan & profiles etc., in phase-1 works and also to deal with works
Further as per Clause 3.1.a of ToR under scope of work, “the design shall meet
the techno economic aspects for best possible solution after consideration of various
available alternatives.” But the PMC is not focusing on economical crust designs as per the
soils available. Recently PMC has given concurrence for Plan & profile for Chilakaluripet -
Kotappakonda- Narasaraopet road in Guntur District without verifying the PCC quantities.
On enquiry, it was learnt that the contracting agency has not given details of extra financial
implication, so PMC presumed that no additional PCC quantities are required. But Variation
orders was received for Rs.56.14 Lakhs for PCC quantities. It shows the negligence /quality of
work. PMC has to assist the Employer in PIU. But PMC is blaming the contracting agency for
not submitting details of extra financial implication. Once PMC is given concurrence that must
On enquiry, it came to know that the PMC is verifying the profiles with hard
copies of P&P drawings instead of verifying the profiles on soft copies in related scientific
software.
Under the above circumstances, on orders show cause notice may be issued to PMC
on non-reporting of Senior Highway Designer Engineer even though repeated requests are made
Sub:- (R&B) Department – EAP- APMCRIP and APRBRP with the loan assistance
from New Development Bank (NDB) –Project Management consultancy
services (PMC) –Renewal of all Licenses and Insurances, Maintenance of
Records and Registers and update the information required by PMC by
Contractor - Reg.
# # #
The reference cited may please be perused, where in PMC has informed that (1)
most of the licenses and insurances are going expire during this period of 2022. The contractors
may be reminded to renew the same. (2) as per the agreement the required registers and records
such as Grievance register and accident register are to be maintain at site level. Till now there
is no one event recorded in the registers. The PMC has requested to monitor these issues and
inform the SEs to take necessary action.
It is submitted that as per the monthly progress report for April 2022, the status of
Licences, Insurances and statutory permission as follows.
On orders, all SE’s (R&B) may be requested to pay attention and see that all
Licences and insurance policies are in continue live status and also requested to insist the
contractor for all Statutory permission as per the NDB norms along required updated registers in
the site.
# # #
The reference cited may please be perused, where in M/s Egis India consulting
Engineers Pvt. Ltd., has proposed the candidate of Mr.Ch.Ramanujula Rao along with his
CV as replacement for the position of District Co-ordinator Cum Engineer-08, Prakasam
District (Sub-key Expert) in place of Mr.G.Venkata Rao who was resigned due to his
personal reasons and requested to accord the approval to the replacement.
Clause 32.3 of GCC (Page-19): “Any replacement of the removed Experts or Sub-consultants
shall possess better qualifications and experience and shall be acceptable to the Client.”
It is submitted that as per the terms of Reference under clause.4 “Team Composition &
Qualification Requirements for Key and sub-key experts” the following qualification
and experience is required.
Note : Sri Ch.Ramanujula Rao has taken voluntarily retirement with effect from 30.11.2019. He
retired as Dy. Executive Engineer (R&B)
Experience
S.
Designation Name of key person Relevant Remarks
No Over all
field
Sub-Key Professionals
District Co-ordinator
Mr.Ch.Ramanujula As per ToR,
1. Cum Engineer-8, 27 Y -0 M 27 Y-0 m
Rao Qualified
Prakasam
As per the Clause 32.3 of GCC, the replacement shall be with better
qualifications and experience. Mr.Ch.Ramanujula Rao has more experience than
Mr.G.Venkata Rao. The replacement may be considered.
Based on the note orders on page ante, a draft letter addressed to PMC is put up below for
approval.
# # #
The reference cited may please be perused, where in the Superintending
Engineer (R&B) Circle, Guntur has requested to issue revised variation order with BoQ items as
per sanctioned estimate by the APCPDCL for processing the bill in CFMS.
But the HR bill could not be processed and returned due to (1) for creation of
work bill in CFMS phase-II, Digital M.book is necessary for the items included in the agreement
(2) if payment proposed more than Rs.500/- the officer concerned shall check measure (3) the
GST can’t be reimbursed as stipulated in GCC (45) of agreement condition.
It is to submit that as per note on page 24 ante, the Variation order was issued
for shifting of utilities for the captioned work with a condition that the variation amount shall
not constitute for adjustment of initial Contract price and shall be dealt separately, as
no tender premium is applicable on the rates approved by the service provider.
This Variation Order Shall constitute for adjustment of initial Contract price , but subject to
the following:
i. Advance payment 5% shall be paid on contract price excluding the cost of V.O. towards
Shifting of Utilities amount. (SCC 51.1)
ii. Subcontracting 10% to 25% of Contract Price excluding the cost of V.O. towards
Shifting of Utilities amount. (GCC 7.1)
iii. The PM shall not adjust rates from changes in quantities if thereby the initial contract price
is exceeded by more than 15% (excluding the cost of V.O. towards Shifting of Utilities
amount), except with the prior approval of the Employer. (GCC 38.2)
iv. Contract Price, excluding the cost of V.O. towards Shifting of Utilities amount, shall be
adjusted for increase or decrease in rates (GCC /SCC 47.1b)
v. Maintenance charges shall be 0.5% of Contract price, excluding the cost of V.O. towards
Shifting of Utilities amount, per year for last three years out of 5 years (SCC 16.1)
vi. Retention money @ 6% from each bill subject to maximum of 5% of final contract price
including the cost of V.O. towards Shifting of Utilities amount (GCC 48.1).
vii. No tender premium is applicable on the rates approved by the service provider.
viii. This variation order superseding the Variation order No.1 GNT/Utility Dt.7.2.2022
for shifting of utilities and V.O.No.1 GNT/Utility Dt.14.2.2022 stands cancelled.
Subjected to orders, Variation order to V.O. No.04 duly imposing the above
conditions is here with enclosed for approval.
# # #
The reference cited may please be perused, where in the PMC has submitted the
CV of Mr. Tarigoppula Srinivasa Rao for the replacement of Environmental Expert in
place of Dr.Alok Pandey, who’s performance is not satisfactory and requested to approve the
CV.
It is submitted that as per elucidated sub-clauses under Clauses 30(ii) of GCC, the
following six key experts are already replaced with the reduction of remuneration.
S. % of reduction in
Sequence Position Replaced with
No Remuneration
1. 1st Replacement Team Leader Mr. P.Raghunandan 5%
Road safety
2. 2nd Replacement Mr. M. Bhushan Kumar 10%
Expert
Senior quality
3. 3rd Replacement cum Material Mr.Y.Vasudeva Rao 15%
Engineer
Senior Bridge
4. 4th Replacement Mr.M.Madhusudan 15%
Engineer
5. 5th Replacement Team Leader Mr. Vijay Rohidekar 15%
Social
6. 6 Replacement
th
Management Mr. Jagadish Behera 15%
Expert
1. The proposed Team Leader has secured equal points on par with the original
technical evaluation.
2. Replacement can be considered as 6 th replacement on reduction of remuneration
equal to 15% (Fifteen percent) of the total remuneration specified for the
Key Personnel.
# # #
The reference cited may please be perused, where in the Government while
communicating a copy of CMP No.1599/Addl.secy(MR) /2021 Dt.26.11.2021 has requested
to furnish the latest stage of the work “Construction of HLB over Kommamuru canal at
Km 15/8 of Guntur-Chirala Road in Guntur District” for taking further necessary action.
Subjected to orders, a draft letter addressed to Govt is put up below for approval.
Sub:- NDB – Guntur Phase-I Works – (R&B) Circle, Guntur – Widening and
Strengthening of 13 roads works in Guntur District – Bill for Chilakaluripet –
Kotappakonda- Narasaraopet Road – submitted by the Executive Engineer –
Depth of scarification – clarification – Requested – Regarding
Ref:- Lr.No.NDB-MDRs-Pkg-3/AEE-3/2021 Dt.12.5.2022 of Superintending Engineer
(R&B) Guntur.
# # #
The reference cited may please be perused, where in the Superintending Engineer
(R&B) Guntur, while communicating the QCR report signed by Chief Engineer (R&B) Quality
control for the above captioned work has requested to issue necessary instructions whether to
consider the depth before scarification or after scarification for assessment of crust thickness/
quantity for payment criteria.
It is submitted that vide point.9 in QCR report, it was reported that “the contractor
furnished levels taken after scarification the existing bitumen surface as pre-levels,
however as per MoRTH stds pre-levels are those taken before scarifying BT surfaces, AS
per clause 501.8.8.1 of MoRTH (V) revision, scarifying the existing bituminous surface
included compensation for labour, material, tools, equipment and incidentals
including excavation and backfilling necessary. In such case taking pre-levels
after excavation is in correct as the rate for repair/ reworking is included in the rate for
dismantling (Scarifying) etc., Hence, the PM is instructed not to consider levels after
scarifying for assessment of crust thickness/ quantity for payment criteria.”
In this connection, please read the clause 501.8.8.1 – “Rate for scarifying: the
contract unit rate for scarifying existing bituminous surfaces, including repairing/
reworking disturbed under laying layers and removing and stacking reusable and
unusable materials shall include but not necessarily be limited to the cost of all labour,
supply of materials needed for repair/ reworking, hire changes of tools and plant and
transportation of scarified materials with all leads and lifts.”
However, as per the sanctioned estimate there is no item for scarifying BT surface,
dismantling of flexible pavement quantity is incorporated based on the levels.
In this connection, please read the clause 202.7 – Rates for dismantling pavements.
The contract unit rates for the various items of dismantling shall be paid in full for carrying out
the required operations including full compensation for all labour, materials, tools, equipment,
safe guards and incidentals necessary to complete the work. the rates will include excavation and
backfilling to the required compaction and for handling, giving credit towards salvage value
disposing of dismantled materials with all lifts and leads.
It is submitted that the compensation for labour, material, tools, equipment and
incidentals including excavation and backfilling necessary mentioned in the report is meant for
repairing/ reworking of the disturbed under layers only. For level payments, levels are to be
taken in every stage. If the levels before dismantling of flexible pavement were considered, the
quantity of disposed materials will not come in crust thickness/ quantity for payment criteria.
In the light of the above, the comment made in QCR stating that “taking pre-levels
after excavation is incorrect” may not be appropriate.
Sub:- (R&B) Department – EAP- APMCRIP and APRBRP with the loan assistance from
New Development Bank (NDB) –Project Management consultancy services (PMC) –
Egis India Consulting Engineers Pvt. Ltd., - Submission of CV of CADD Engineer –
Approval requested - Reg.
It is submitted that as per the terms of Reference under clause.4 “Team Composition & Qualification
Requirements for Key and sub-key experts” the following qualification and experience is
required.
No.of Sub key No.of Man-
Position Minimum Qualification of Proposed Staff
positions months
Degree/ Diploma in Civil Engineering with an
CADD
One 18 overall experience of 10 years and minimum of 5
Engineer
years in the relevant field.
S. Experience
Designation Name of key person Remarks
No Over all Relevant field
Sub-Key Professionals
As per ToR,
1. CADD Engineer Mr. Killivalavan. J 17Y-11 M 14Y-6M
Qualified
# # #
The reference 1st & 2nd cited may please be perused, where in the
Superintending Engineer (R&B) Guntur has requested the clarifications for the following.
1. Seigniorage Charges paid by the contractor are reimbursable based on the details furnished
by the agency.
2. Whether the price adjustment is allowed to pay more than that of the amount incorporated
in the T/s estimate to that financial year.
In this connection, the PMC vide reference 3 rd cited has furnished clarification as
follows.
As per GCC 45.1, the rates quoted by the Contractor shall be deemed to be
inclusive of the all the duties, taxes and other levies except GST, NAC and
Seigniorage that the Contractor will have to pay for the performance of this
Contract.
As per GCC 43.1, “Payments shall be adjusted for deductions for advance
payments, retention other recoveries in terms of contract & taxes to be deducted at
source [TDS] as per applicable law”.
As per new Sub- Clause 301.9.6 “ The Contract unit rate for rebate of materials
obtained from excavation/cutting shall take into account for full compensation to be
made by the Contractor who shall be responsible for arranging approval, payment
of royalty and complying the requirement of mining department and other
authorities of Central / State Government for reuse of materials obtained for rock
cutting.”
Based on the above Conditions of Contract, the rates quoted by the Contractor do
not include the seignorage / royalty charges but he is responsible for payment of
the same to comply with requirement of mining department. Therefore, the
seignorage charges paid by the Contractor are reimbursable based on the
details furnished by the Agency as follows.
The Contractor shall assess the quantum of minerals consumed in the completed
works of the previous month and arrive at the seignorage charges on the same
as per the rates in the latest Government G.O, and shall include in the monthly
payments for reimbursement with proof of challans paid directly to the Mining
Department along with the following details:
Challans submitted for the road metal, Sand quantity way bills and the Name of
work / Road number should be mentioned on challan/way bill.
1. Receipts of payment to the Department regarding royalties to be provided.
2. Statement required for the total quantity of individual items required for the
particular project road.
3. Weight slip should be submitted.
4. Material stock register should be maintained at site.
B. whether the price adjustment is allowed to pay more than that of the
amount incorporated in the T/S estimate to that financial year:
As per GCC 47.1, Contract price shall be adjusted for increase or decrease in rates
and price of labour, materials, fuels and lubricants and other inputs to the works in
accordance with the principles and procedures outlined below. A table of
adjustment data is included in the SCC which indicates the coefficients of various
inputs and the sources of indices for various schedules of BOQ
As per GCC 47.1(a), the price adjustment according to sub para (d) below, shall
apply for the work done from the start date given in the SCC up to the end of the
Intended Completion Date. If there is delay in completion beyond such date for
reasons attributable to the contractor, the Price Adjustment for the work carried out
during such period, for reasons attributable to the Contractor, shall be regulated by
sub-para (f) below.
As per 47.1(f): If the Contractor fails to complete the Works within the Intended
Completion date, adjustment of prices there after shall be made using either: (i)
index or price applicable for each cost element tabulated in the tables of
adjustment data on the specified date prior to the expiry of the Intended
Completion Date, or (ii) the current index or price applicable for the period in
question, whichever is more favourable to the Employer.
As per 47.1(h): Unless otherwise stated in the SCC., the Price adjustment shall be
done in each monthly IPC. The coefficients and indices are given in the Tables of
Adjustment Data in SCC.
From the above, it is clear that there is no limit for payment of price adjustment
payment and it is not linked to the year wise /road wise amounts incorporated in
the internally technical sanctioned estimated amounts. Hence, the price
adjustment is allowed to pay more than that of the amount incorporated
in the T/S estimate to that financial year and the revised amounts shall
be incorporated and got approved in the revised T.S.
Therefore, as per the terms of Contract, the Contractor shall be paid the actual
price adjustment amount based on the formulae specified in the Table 1&2 of
Adjustment Data given in Appendix 2 to SCC of SCC. In this context, the
Contractor shall provide the purchase invoices for cement and steel for application
of correct index for adjustment as it is specified in the Table that the index for
adjustment for cement shall be “ WPI for the month which the cement is brought to
site or one month prior to the month to which IPC is related, whichever is less "&
the cost for adjustment for bitumen shall be “ the cost per unit quantity on the
first day of the month in which the material is brought to site or two months prior
to the date to which IPC is related , whichever is less.”
On orders, a copy of the reply furnished PMC may be forwarded to Superintending
Engineer (R&B) Guntur for taking further necessary action.
# # #
The reference cited may please be perused, where in the PMC has submitted the
CV of Mr. Tarigoppula Srinivasa Rao for the replacement of Environmental Expert in
place of Dr.Alok Pandey, who’s performance is not satisfactory and requested to approve the
CV.
It is submitted that as per elucidated sub-clauses under Clauses 30(ii) of GCC, the
following six key experts are already replaced with the reduction of remuneration.
S. % of reduction in
Sequence Position Replaced with
No Remuneration
1. 1st Replacement Team Leader Mr. P.Raghunandan 5%
Road safety
2. 2nd Replacement Mr. M. Bhushan Kumar 10%
Expert
Senior quality
3. 3rd Replacement cum Material Mr.Y.Vasudeva Rao 15%
Engineer
Senior Bridge
4. 4th Replacement Mr.M.Madhusudan 15%
Engineer
5. 5th Replacement Team Leader Mr. Vijay Rohidekar 15%
Social
6. 6th Replacement Management Mr. Jagadish Behera 15%
Expert
# # #
The reference cited may please be perused, where in the PMC has submitted the
CV of Mr. V.V.Subba Rao for the replacement of Senior Quality Material Engineer in place
of Mr.Y.Vasudeva Rao, who is available and requested to approve the CV.
It is submitted that as per elucidated sub-clauses under Clauses 30(ii) of GCC, the
following seven (7) key experts are already replaced with the reduction of remuneration.
S. % of reduction in
Sequence Position Replaced with
No Remuneration
1. 1st Replacement Team Leader Mr. P.Raghunandan 5%
Road safety
2. 2nd Replacement Mr. M. Bhushan Kumar 10%
Expert
Senior quality
3. 3rd Replacement cum Material Mr.Y.Vasudeva Rao 15%
Engineer
Senior Bridge
4. 4th Replacement Mr.M.Madhusudan 15%
Engineer
5. 5th Replacement Team Leader Mr. Vijay Rohidekar 15%
Social
6. 6th Replacement Management Mr. Jagadish Behera 15%
Expert
Environmental Mr. Tarigoppula
7. 7th Replacement File in circulation.
Expert Srinivasa Rao
It is submitted that the position for Senior quality cum Material Engineer was
already replaced as 3rd replacement with Mr. Y.Vasudeva Rao.
Sub:- (R&B) Department – Rural Roads – EAP- APMCRIP and APRBRP with the
loan assistance from New Development Bank (NDB) – Request for Proposal
(RFP) for Project Management consultancy services (PMC) – Replacement of
Senior Quality Material Engineer -Requested - Reg.
Ref:- 1.Lr.No.Egis India/BZA/NDB/PMC/2022/83753 Dt.13.6.2022 of M/s Egis India
consulting Engineers Pvt. Ltd.,
2.This office Lr.No. NDB/PMC(HR)/DCE(RR)/EE-1/DEE-1/AE-2/2019
Dt.12.04.2022.
# # #
The reference 1st cited may please be perused, where in the PMC has submitted
the CV of Mr. V.V.Subba Rao for the replacement of Senior Quality Material Engineer in
place of Mr.Y.Vasudeva Rao, who was notified to replace as per clause 32.2 of GCC.
It is submitted that the position for Senior quality cum Material Engineer was
already replaced as 3rd replacement with Mr. Y.Vasudeva Rao with a reduction in
Remuneration of 15%. This office vide reference 2 nd cited has notified as per the clause 32.2 of
GCC to replace the SQME with suitable qualified person, due to deficiency in Consultant’s
obligations of standard of performance under Clauses 20.1 & 20.2 of the Consultancy
Services contract. The SQME has attended the office for 4 days only after issue of
notification.
Further, the PMC has informed that there is no proper response from the
candidate and proposed to replace the SQME with Mr. V.V.Subba Rao who possesses equal
or better qualifications and experience than Mr.Y.Vasudeva Rao as per clause 32.2 of GCC.
Replacement 32.2: In the event that any of Key Experts, Non-Key Experts or Sub-
of key experts consultants is found by the Client to be incompetent or
incapable in discharging assigned duties, the Client, specifying
the grounds therefore, may request the Consultant to provide a
replacement.
32.3: Any replacement of the removed Experts or Sub-consultants
shall possess better qualifications and experience and shall be
acceptable to the Client
30.(iv) (ii): If the employer finds that any of the personnel has reasonable
ground to be dissatisfied with the performance of any of the
personnel, then the consultant shall, at the employer’s written
request specifying the grounds there fore, forthwith provide a
replacement with qualifications and experience acceptable to
him. For such replacement there will be no reduction in
remuneration.
Subjected to orders, the CV of Mr. V.V.Subba Rao has been evaluated as per
the clause 21.1.2 under RFP Document, the Criteria, sub-criteria, and point system for the
evaluation of the Technical Proposals, which are approved by Engineer-in-Chief (R&B)
NABARD on 20.11.2019. The proposed Senior quality cum Material Engineer Mr.
V.V.Subba Rao has achieved 95 points against total 100 Points. i.e., Senior quality cum
Material Engineer weightage marks: 7 x 95% = 6.65. The evaluation sheets are put below
for approval.
As per the original technical bid, the weightage marks for Senior quality cum
Material Engineer is 6.58. The proposed SQME for replacement has secured more mark on
par with original SQME.
# # #
The reference cited may please be perused, where in the PMC has submitted
the CV of Mr. Ravishekar Gotimukul for the position additional MIS expert and requested
to approve the CV.
In this connection, the proposals for the deployment of additional MIS key expert
for 6.50 Man months is accepted from the overall saving of the contract agreement to develop
an IT tool to customise to our project with the help of cyber tools.
the CV of Mr. Ravishekar Gotimukul has been evaluated as per the clause
21.1.2 under RFP Document, the Criteria, sub-criteria, and point system for the evaluation of
the Technical Proposals, which are approved by Engineer-in-Chief (R&B) NABARD on
20.11.2019. The proposed additional MIS expert of Mr. Ravishekar Gotimukul has
achieved 93 points against total 100 Points.
Further as per the minutes of Technical Evaluation Committee (TEC) held on
30.12.2019, the minimum technical score required to pass is 70 Points. The proposed
additional MIS expert has secured eligible marks.
Based on the note orders on page ante, draft Variation order No.4 for shifting of electrical
utilities for the work “Widening and strengthening of Revendrapadu to Sithanagaram from
Km. 7/400 to 8/835 in Guntur Distric (Missing Stretch)" is put up below for approval.
Subjected to orders, a memo addressed to S.E(R&B) Guntur is put up below for approval.
(July 2022 to Sep 2022) based on the present progress of the work.
It is submitted that vide this office letter Dt. 26.8.2021, the proposals for 2 nd
phase works under Andhra Pradesh Roads and Bridges Reconstruction Project (APRBRP)
scheme were submitted for Rs.1398.54 Cr covering erstwhile six (6) Districts i.e.,
Srikakulam, East Godavari, Guntur, Nellore, Chittoor & Kurnool Districts. But the
Administrative sanction for the proposed works are awaited from the Government.
On orders, the above captioned work may be deleted from the finalised list of 2 nd
phase APRBRP scheme in Guntur District.
Further, the proposals for phase-II are prepared based on SSR 2021-22 in
August 2021. The same are to be revised with the current SSR 2022-23 along with latest
Bitumen & steel rates. The savings due to deletion of the captioned work may be utilised
during the revision of Phase-II works & variations arising from Phase-I works of APRBRP
scheme.
Accordingly, the finalised phase-II works are bifurcated as per the new district
jurisdictions. The details are as follows.
APRBRP APMCRCIP
S.No. New District No.of Est. No.of Est. Total
Length Length
works Cost work Cost
1 Srikakulam 5 72.58 182.40 182.40
2 Vizianagaram 2 31.09 63.30 6 84.18 208.16 271.46
3 Manyam 1 7.40 15.76 4 30.97 80.42 96.18
4 Visakapatnam 3 38.38 113.30 113.30
Alluri sitarama
-- -- -- -- -- -- --
5 Raju
6 Anakapalli 13 69.00 162.54 162.54
7 East Godavari 2 16.33 51.03 51.03
8 Kakinada 2 26.19 76.70 76.70
9 Konaseema 8 33.18 102.17 102.17
10 West Godavari 5 41.89 159.88 159.88
11 Eluru 5 35.40 104.00 104.00
12 Krishna 4 30.88 112.36 112.36
13 NTR 3 16.49 42.08 42.08
14 Guntur 1 0.42 0.81 0.81
15 Baptla 4 38.52 118.78 3 33.16 82.13 200.91
16 Palnadu 5 95.15 248.74 248.74
17 Prakasam 5 54.47 134.47 134.47
18 Nellore 4 61.84 134.99 1 12.10 30.02 165.01
19 Chittoor 3 38.18 98.72 98.72
20 Sri Balaji 2 37.11 102.61 102.61
21 YSR Kadapa 6 69.23 189.36 189.36
22 Annamayya 2 20.20 54.48 5 52.39 132.50 186.98
23 Ananthapuramu 8 93.02 258.86 258.86
24 Satya Sai 3 50.69 126.49 126.49
25 Kurnool 5 64.20 165.02 165.02
26 Nandyal 4 13.39 34.06 34.06
1987.6
48 539.45 1398.54 76 728.59 0 3386.1
# # #
The reference cited may please be perused, where in M/s Egis India consulting
Engineers Pvt. Ltd., has proposed the candidate of Mr.D.Lakshmi Narayana along with his CV
for the position of additional Assistant Highway Engineer-5 (Sub-key Expert) and requested to
accord the approval.
In this connection, it is submitted that vide this office letter Dt.4.1.2022 has
permitted the proposals of appointing the additional Assistant Highway Engineer – 2 Nos from
the overall savings to finalise the plan & profile for phase-I works & Phase-II DPRs.
It is submitted that as per the terms of Reference under clause.4“Team Composition &
Qualification Requirements for Key and sub-key experts” the following qualification and
experience is required.
Sub:- NDB – Guntur Phase-I Works – (R&B) Circle, Guntur – Widening and
Strengthening of 13 roads works in Guntur District – Bill for Chilakaluripet –
Kotappakonda- Narasaraopet Road – submitted by the Executive Engineer –
Depth of scarification – clarification – Requested – Regarding
Ref:- Lr.No.NDB-MDRs-Pkg-3/AEE-3/2021 Dt.20.6.2022 of Superintending Engineer
(R&B) Guntur.
# # #
The reference cited may please be perused, where in the Superintending Engineer
(R&B) Guntur has requested to issue necessary instructions whether to consider the levels after
scarifying for assessment of crust thickness/ quantity for payment criteria or not against the point
No.9 of QCR report for the captioned work.
It is submitted that as per the note from Page 19 to 20 of this note file ante, this
office vide memo Dt.13.6.2022 has requested to refer the clause 202.7 of MoRTH (V) revision
for dismantling of pavement and take appropriate action.
Further it is submitted that the Superintending Engineer (R&B) Guntur has not
communicated her specific remarks on the point No.9 of QCR No.GNT/NRT/NDB/02/CE-1/I
Dt.23.2.2022 issued by the Chief Engineer (R&B) QC, Vijayawada.
As per the oral instructions of the Engineer-in-Chief (R&B) NDB, a draft memo
addressed to Superintending Engineer (R&B) Guntur for obtaining the specific remarks on the
subject is put up below for approval.
As per the oral instructions of the Engineer-in-Chief (R&B) NDB, a draft letter addressed to
PMC for obtaining the specific remarks on the subject is put up below for approval
# # #
In the reference cited, the Request for Proposal (RFP) was invited for
individual consultancy services as MIS expert in PIU for APRBD with last date of
submission for seal bids on 17.6.2022. The above notification was communicated to eight (8)
interested applicants and displayed in notice boards of E-in-C (R&B), all Circle and
Divisional offices.
The sealed bids are opened on 17.6.2022 @ 3.30 PM, and the following
individual applicants are submitted the sealed bids for MIS expert in PIU.
1. Mr. K. Siva Kumar,
D.No.10117, Vanukuru,
Vijayawada -521151
2. Mr.B.Venkata Ramana,
Flat No. A-110, Devi Homes,
Maddilapalem, Vishakapatnam
3. Smt T.Pallavi,
Flat No.109,
Gollapudi, Vijayawada
4. Mr.A.Chennakesavulu,
D.No.41-29/5-1/1, Ranigari thota
Krishna Lanka, Vijayawada – 520013
5. Mr.B.V.V.Vara Prasad,
Opp: RTC Complex, D.No.26.1.34/10,
Ramachandrapuram, E.G -533255
The Request for proposals of the above applicants is evaluated as per the
following evaluation Criteria and scoring scheme approved in RFP.
Max. Minimum
Sl.no. Criteria Technical score
points
stipulated
Qualification 10
Degree in Computer Science/Information technology/
1.
Information Systems = 7
PG in Computer Science/Information technology/
Information’s Systems = 10
2. Professional/ Essential experience. 35
6 to 12 Years = 25
More than 12 years = 35
Similar / Required Experience: 35
The candidate shall be fully Knowledgeable in current IT 75
hardware and software matters as well as ICT
communications/ connectivity matters particularly as relevant
3. to technical and business information management
requirements in the infrastructure sector context in INDIA.
Further the candidate shall have extensive professional
experience and adequate professional skill in the
implementation.
3- 4 years = 25
More than 4 years = 35
Approach & Methodology to be adopted responding to 20
4
Terms of Reference
Total Points for Criterion 100
The evaluation sheets of 5 applicants are here with submitted for approval.
Subject to approval of technical scores, the qualified 3 applicants financial
bids may be opened for evaluating the bids on Quality cum cost-based selection (QCBS)
method.
The Price bids of the following three (3) qualified applicants are opened in my presence
duly following the procedure as per RFP.8.
Mr.B.Venkata Ramana :
85,000x100x20% 20.00
Financial FL/F1 x100 x20%
85,000
Technical Score x80% 90 x 80% 72.00
Combined score: 92.00
Smt T.Pallavi:
85,000x100x20% 17.00
Financial FL/F2 x100 x20%
1,00,000
Technical Score x80% 80 x 80% 64.00
Combined score: 81.00
Mr.B.V.V.Vara Prasad:
85,000x100x20% 17.02
Financial FL/F3 x100 x20%
99,900
Technical Score x80% 80 x 80% 64.00
Combined score: 81.02
Hence, the Highest scorer Mr. B.Venkata Ramana may be invited for
negotiations.
Submitted for orders.
# # #
In continuation of note from Page 16 to 17 ante of this note file, the highest
scorer Mr.B.Venkata Ramana, has attended this office on 18.7.2022 for negotiations. After
negotiations, Mr.B.Venkata Ramana has accepted for a consolidate pay of Rs.81,000-00 per
month and given consent letter (reference 3 rd cited)
As per the submitted Curriculum Vitae (CV) of Mr.B.Venkata Ramana, the consolidate pay
fixed as per the office order RT.No.151 Revenue (DM.NCRMP) Dept Dt.24.3.2017 is
Rs.70,000/- per month.
The consolidated pay was revised based the formula adopted in Revised pay scale 2018:
In Rs.
Pay 58256-00
DA 20.02% 11663-00
HRS 24.00% 13981-00
Total 83900-00
Quoted Price : Rs.85,000-00
Justified Price : Rs.83,900-00
Negotiated Price : Rs.81,000-00
The negotiated price for Rs.81,000-00 per month for individual consultancy
services as MIS expert in Project Implementation Unit (PIU) may be accepted.
As per the clause 11 of RFP, after negotiations, the APRBD shall award the
contract to the selected individual.
Sub:- (R&B) Department – EAP- APMCRIP and APRBRP with the loan assistance
from New Development Bank (NDB) –Project Management consultancy
services (PMC) –Request for deploy of Senior Highway Design Engineer
(SHDE) – Negligence in reviewing of Plan & Profile - Reg.
# # #
The reference cited may please be perused, where in PMC has given compliance
to show cause notice issued on non-deployment of Senior Highway Design Engineer
(SHDE) and negligence in reviewing the plan & Profiles.
The point wise replies as follows.
1. In spite of several phone calls and follow up, the Senior Highway Design Engineer
(SHDE) has not turned up as scheduled in the project from 1.10.2021 to 30.5.2022.
but attended very few days. i.e., 7.2.22 to 12.3.2022 (6 Days) & 18.4.2022 to
30.4.2022.(13 Days).
Reply: The proposed Senior Highway Design Engineer (SHDE) for this project is an in-house
permanent employee stationed at Headquarters office, New Delhi who deals with multiple
projects across the country and works as per the requirement and the need of respective
project on intermittent basis and cannot be exclusively deputed for particular project and he
is unable to be physically present and give his continuous inputs not more than a week.
The Major issue as highlighted by your selves is the PCC optimization thickness which does
not require the input of a senior highway design engineer and requires the inputs of senior
spite of several requests and even in review meetings with director level also, the issue was
raised. But the SHDE has reported only 19 days out of 9 months (i.e., from October 2021 to
June 2022), But during Jan 2021 to March 2021, the man months for SHDE are claimed
continuously for a period of 3 Months (Covid-19 period)., which shows the violation their
self-explanation stated above. (i.e., His inputs are possible not more than a week) As
request the deploy, key expert then PMC has to do so. Now after issuing show cause notice,
PMC has raised about the services of senior pavement Specialist for verifying the PCC
quantities. The PMC is on board from August 2020; the requirement of Senior pavement
Specialist may be brought to notice of the employer as per clause 31 of GCC long back.
However please read the clause 4 of ToR under responsibility of the SHDE: The SHDE shall
be responsible for checking the designs of Highways and any other structure to be
shall include soil investigations/ computer aided design methods for civil/
As per the above clause, the SHDE has to review the horizontal and vertical alignments
proposed in DPR and correlate in computer aided design methods if required. The
finalisation of PCC quantities is coming under vertical alignment, which decides the cost of
project. The pavement specialist is specialised in deciding the crust thickness-based soils &
But PMC has ignored the seriousness of the issue and given irrelevant reply. Even after
issuing the show cause notice, the Consultant has not given the deployment schedule of
2. Recently the PMC has given concurrence to Plan & profile for the work
the Profile Corrective Course (PCC) quantities. The contractor has executed the work
as per approved profile and submitted variation for Rs.56.14 Lakhs. On enquiry, the
Reply: PMC vide letter no.78849 Dt.25.1.2022 mentioned that “the levels FRL and OGL are
modified as per site verification and revised in comparison to tender drawing. The plan &
From the above, the PMC has not recommended for approval of the plan and profile with
V.O., As the V.O. was not brought to our notice, it was thought that the FRLs shall have
been modified to reduce the type and quantities of the PCC to reduce the additional costs.
The contractor has violated and acted against the clauses of 32.1, 40.5 & 44.4 of contract
agreement and executed the works without prior intimation of the cost implication, for which
Remarks: The consultancy service in PIU is to assist the employer for smooth functioning of
the project and see that all clause mentioned in agreement must be scrupulously
implemented. If the contractor or Project Manager violated the clauses, the same are to be
given without any scientific analyzation. The quantities in the said V.O were verified by
3. On enquiry, it came to know that the PMC is verifying the profiles with hard copies
Reply: the review of P&P is done on parameters depicted on the drawing mentioning the
curve details, radius adopted, speed, and super elevation, ISD, SSD etc. so it is immaterial
whether the verification is done on hard copies or soft copies using scientific software. It was
not mentioned in your letter, the reason for insisting to review the P&P in soft copies.
However, we have no reservations to check on scientific software, if the same are submitted
Remarks: The curve details, radius adopted, speed, and super elevation, ISD, SSD etc. can
be evaluate easily on Hard copies. But verification of PCC quantity on hard copies is
difficult. The PMC has not cross checked even the PCC quantities based on levels of OGL &
It is submitted that the consultant has given high handed vague reply to the show cause
notice on deployment of SHDE and failed to give amicable remedy for verifying the PCC
quantities.
GCC 18.1 : The Client may by written notice of suspension to the consultant,
suspend all payments to the consultant here under if the consultant fails to perform
any of its obligations under this contract, including the carrying out of services ,
provided that such notice of suspension (i) shall specify the nature of failure, (ii)
shall request the consultant to remedy such failure with a period not exceeding
thirty (30) calendar days after receipt by the consultant of such notice of
suspension.
suspending all the payments to consultant towards failure to give amicable remedy for
verifying the PCC quantities even after giving show cause notice on the subject.
# # #
The reference cited may please be perused, where in the Superintending Engineer
(R&B) Guntur has submitted the Variation proposal for the above captioned work for
Rs.25,09,147/- and requested to accord the approval.
It is submitted that Government have accorded administrative sanction for the
captioned work vide Govt. Memo.No. RDBS/167/2021(1517123) T, R&B (R-I) dept.
Dt.18.01.2022 for of Rs.10.40 Cr from the overall savings APMCRCIP Scheme. The same
was technically sanctioned for Rs.10.40 Cr. on 31.01.2022. The following variation orders
were issued to the BOQ item with revised rates for additional quantities to execute the
captioned work.
S. Amount
V.O.No./ Date Remarks
No ( in Rs.)
Execution of missing stretch from 7.400 to
1. VO No.1 Dt.12.4.2022 5,74,24,677 8.835
Additional quantities due to deviation in
2. VO No.2 Dt.22.4.2022 27,75,129 BOQ items as per site condition during
execution of work
6,01,99,806
Further during the execution, as per the instructions of higher authorities, the
following items are necessitated as per the site condition.
S. Rate Amount
Description Qty Remarks
No (Rs) (Rs)
1. P&L RCC Hume pipe NP-4 class – 55.00 1943 106865 In place of 800 mm dia.as per
500 mm dia RM site condition
2. P&L RCC Hume pipe NP-4 class – 25.00 2989 74725 In place of 800 mm dia.as per
600 mm dia RM site condition
3. S&F of precast floor saucer drain 300 1786 53580 At road edge in front of
manufactured in M-30 of size Sqm Camp office building
600x300x75 mm thick
4. S&F of Cobble stones of size 272 4115 1119280 For improving the Junction
4”x4”x4” Sqm
5. S&F of 110 mm dia HDPE pipes – 326 479 156154 For divider gaps to run cables
8.0 Kg/Sq.cm RM
6. S&F of 600 mm dia RCC collar 16 RM 340 5440 Inspection chambers in
suitable for RCC Chambers dividers for utility ducts
7. Construction of median and island 987 1142 1127154 Filling the median
above road level with approved Cum with selected earth to
materials suit horticulture.
8. Dismantling of Flexible Pavement 11.350 920 10442 For laying cobble
(By Manual) Cum stones
Saving due to deletion of provision
1. P&L RCC Hume pipe NP-4 class – -27.50 5060 -139975 Replaced with
800 mm dia RM 500,600 dia RCC
pipes in 2 rows.
2513665
Further out of eight (8) variation items, the following two items are observed
as non-SOR.
1. Supply, Fixing and laying of precast floor saucer drain manufactured by M-30 grade of
concrete of size 600x300x75 mm thick.
2. Supply and Fixing with Cobble stones of size 4”x4”x4”.
In this connection, the S.E (R&B) Guntur has obtained the quotations for the
above two non-SOR items and recommend for approval as follows.
Further the S.E has proposed (1) the provision for dismantling of flexible
pavement by Manual means for laying cobble stones with dia of 17 Mts. (2) Median
filling earth was proposed with 42 Kms lead to suit for planting of Horticulture trees. The
SE has not furnished the certificate of lead and cost of earth.
It is submitted that the plantation work is under preview of Horticulture
department/ CRDA. The quality earth required is not under purview of R&B department.
On enquiry, there are no instructions from CMO to supply of earth in medians. Hence
median filling provision may be deleted.
Subject to approval of the above, the following provisions along rates are
put up below for approval for issuing Variation order.
S. Unit
Provision Rate
No
S&F of precast floor saucer drain manufactured in M-30 of size
1. Sqm 1849.00
600x300x75 mm thick at road edge from Km 8/320 to 8/420
S&F of Cobble stones of size 100x100x100 mm for improving junction
2. Sqm 3136.00
at Km 8/390
P&L RCC Hume pipe NP-4 class – 500 mm dia in place of 800 mm dia
3. RM 1943.00
@ Km 7/740 & 8/425
P&L RCC Hume pipe NP-4 class – 600 mm dia in place of 800 mm dia
4. RM 2989.00
@ Km 8/830
S&F of 110 mm dia HDPE pipes – 8.0 Kg/Sq.cm For divider gaps to
5. RM 393.00
run cables @ KM 7/860, 8/400, 8/500, 8/650 & 8/830.
S&F of 600 mm dia RCC collar suitable for RCC Chambers Inspection
6. No 340.00
chambers in dividers for utility ducts
Dismantling of Flexible Pavement (By Manual) for laying Cobble
7. Cum 920.00
stones.
8. Construction of median and island Deleted
Sub:- NDB – Guntur Phase-I Works – (R&B) Circle, Guntur – Widening and
Strengthening of 13 roads works in Guntur District – Bill for Chilakaluripet –
Kotappakonda- Narasaraopet Road – submitted by the Executive Engineer –
Depth of scarification – clarification – Requested – Regarding
Ref:- 1.Lr.No.NDB-MDRs-Pkg-3/AEE-3/2021 Dt.25.6.2022 of Superintending Engineer
(R&B) Guntur.
2.Lr.No.Egis India/ BZA/NDB/PMC/2022/84338 Dt.25.6.2022 of M/s Egis India
consulting Engineers Pvt. Ltd.,
# # #
The reference 1st cited may please be perused, where in the Superintending
Engineer (R&B) Guntur has informed that the QC wing that “ as per MoRTH standards, pre-
levels are those taken before scarifying of BT surface” where as in the MoRTH
specifications no such wordings are found however, it is submitted that the
contractor is claiming the quantity which has been actually carried out on the
ground for which he is eligible for the payment and also as the approved plan
& profile and requested to issue necessary instructions on the above subject.
In the reference 2nd cited, the PMC has submitted the following clarification on
depth scarification.
1. The BOQ tender item for this package for scarification and dismantling is
enclosed and is evident that there are two separate items. The unit for
Dismantling is Cu.m while for scarifying it is Sq.m.
4. There is no provision of Scarifying item as per the Tender in this road. (refer
enclosed BOQ )
From the above (point 3), it is to note that Quantity of dismantling existing flexible
pavement is to be paid in Cu.m considering the levels from the Existing BT level (Before
dismantling or pre levels whichever terminology is used) and the levels after
dismantling. Hence the Contractor needs to record levels before dismantling and after
reaching the required depth. These levels will be used to calculate the dismantling
quantity.
From (point 2) above, it is clear that Overlay BT layers of DBM / BC is done after
dismantling the existing BT surface & the Quantity to be paid is Cu.m based on
difference between the levels after dismantling to level to the finished level of that
particular layer.
Hence, we conclude that in the above scenario, the levels before dismantling is required
for payment of the item (Dismantling) and levels after dismantling is also required for
payment of DBM and BC layers which are in Cu.m.
Note : If in case the Existing BT has been scarified (up to 50 mm) by milling or any
other mechanical means and balance crust of BT layer has been retained , then a VO
item for Scarifying needs to be agreed with rates and paid in Sq.m.
Subject to orders, a draft memo addressed to S.E (R&B) Guntur is put up below
for approval.
Based on the note orders on page ante, draft variation proposals are put up below for approval.
1. Variation abstract.
2. Preamble to Variation order
3. Variation order No.5
4. Cumulative variation summary.
5. Quantity calculation sheet.
The approved copy of the Variation order No.5 Dt.04.07.2022 for the work
to 8/835 in Guntur District” towards additional quantities due to deviations in BOQ items as
per site condition may be communicated to Superintending Engineer (R&B) Guntur for take
Sub:- (R&B) Department – EAP- APMCRIP and APRBRP with the loan assistance from
New Development Bank (NDB) –Project Management consultancy services (PMC)
–Egis India Consulting Engineers Pvt. Ltd., - Communication of Quality
Assurance & Quality control manual - Reg.
# # #
As per the instructions of the E-in-C (R&B) NDB during the review meeting
with PMC, the PMC has submitted hard copy of the manual for Quality assurance plan and
quality related activities meeting the terms of contract for APMCRIP and APRBRP with the
The hard copy manual in original may be communicated to Chief Engineer (R&B)
# # #
The reference cited may please be perused, where in the Chairman and
Managing Director, APCPDCL, Vijayawada has informed that the revised sanctioned estimate
(D-2019-09-01-41-04-027 – Rs.597.83 Lakhs) is prepared after thorough study of the technical
feasibility as per technical standards and holds good. The work can be carried out on turnkey
basis on payment of the supervision charges in view of the monsoon season.
In this connection, it is submitted that the estimate for Shifting of HT/LT line
for the work “Widening and Strengthening of Revendrapadu – Seethanagaram road
from Km 0.110 to 6/859 in Guntur District” has been revised by APCPDCL from
Rs.107.55 Lakhs to Rs.597.83 Lakhs by changing the existing electrical structure with
M+9, M+12 towers and its consequent changes in accessories. The same was appraised to
Govt for further proceedings.
Accordingly, as per note orders on page 30 ante, this office has addressed
the CMD, APCPDCL, Vijayawada vide letter Dt.21.4.2022 to issue necessary instructions to
concerned APCPDCL authorities to take up the shifting of HT/LT lines with old provisions
as per estimates already communicated. If the APCPDCL wants to go for higher
specification forecasting the future development, R&B department is liable to stand to
replace existing electrical structures only.
It is submitted that as per the road sanctioned estimate, the average PCC
Thickness including overlay is 340 mm. After considering camber @2.5% in BT and 3% in
Shoulder & Embankment, the raise at the end of embankment will be 162.5 mm (340-177.5).
However, the electrical lines will be laid at the edge of Right of way (RoW). Hence the clearance
between ground level to conductor may not be accountable considering the existing clearance.
M+ towers can be allowed where road crossing is there, otherwise transmission line will be laid
with PSCC/Spun Poles as proposed in the old estimate.
1. The CMD, APCPDCL may be addressed duly quoting the Govt. instructions i.e., “If the
APCPDCL want to go for higher specification than existing, they have to
provide the additional funds.” duly explaining the road levels as discussed above.
2. The Govt may be addressed duly explaining the CMD, APCPDCL stand and requested to
address the Energy department to take up the shifting of HT/LT lines with their funds as
per revised estimate of new provisions.
Based on the note on page ante, the following drafts are put up below
Sub:- (R&B) Department– EAP- APMCRIP and APRBRP with the loan assistance from
New Development Bank (NDB) –Project Management consultancy services (PMC)
–Egis India Consulting Engineers Pvt. Ltd., - Issue of Variation order for Providing
consultancy services for Preparation of Toll Policy along with bid documents for
Category one roads –– Requested –Reg.
In this connection, it is submitted that as per note orders on page 47 & 48 ante, this
office vide refence 2nd cited has given formal consent to utilize the services of the existing PMC
consultant for preparation of toll policy subject to the approval from Government and requested
to furnish the cost finalised for the task for obtaining approval from the Govt.
Further, in the reference 3rd cited the C.E (R&B) SH & M.D., APRDC, Vijayawada
has furnished the following details of break up cost for preparing the “Financial modelling and
Preparation of toll policy” for the project “Development of roads by Tolling” and requested
to issue the variation order to the existing PMC agreement.
Accordingly, the variation proposals were submitted to Govt along with the
proposals for revised administrative sanction for PMC. The Govt. vide GO.Rt No.191 TR&B
(R-I) Dept Dt.8.7.2021 have accorded permission for issuance of variation order to the
existing NDB PMC agreement for Rs.17,83,650/- (State Govt. Share) towards utilisation of
NDB PMC services for preparation of the “Financial modelling and Preparation of toll policy”
for the project “Development of roads by Tolling” to the following head account.
The rate mentioned for the above man-months are as per the agreement rate agreed
in LS Agt.No.01/2020-21 Dt.23.06.2020 with M/s Egis India consulting Engineers Pvt. Ltd.,
excluding GST. The Total variation value comes to Rs.15,11,568.00 + 18% GST =
Rs.17,83,650-00
Further, the PMC has informed that out of the following four tasks, three tasks
are completed and submitted to the Chief Engineer (R&B) SH & MD, APRDC and requested to
issue variation order to raise the invoice.
1. Preparation of Toll Policy
2. Financial analysis for cession period
3. Preparation of bidding document
4. Evaluation of Bids.
The variation order for the work “Financial modelling and Preparation of toll
policy” for the project “Development of roads by Tolling” for Rs. 17,83,650-00 may be
initiated.
Based on orders on page ante, a draft letter addressed to PMC is put up below for
approval.
Sub:- (R&B) Circle, Guntur – “Rehabilitation of the existing HLB & Urgent Repairs
to wing walls and approaches of HLB across Krishna Western main canal near
camp residence of Hon’ble C.M of A.P., at Tadepalli in Guntur District.” -
Preparation of DPR with existing consultant – permission requested - Reg.
Ref:- 1.This office Letter No NDB/Guntur (General)/DCE(RR)/EE-1/DEE-1/AE-2/2020
Dt.25.03.2021 addressed to Govt.
2.Lr.No.HLB across Western Main canal/MDR/DEE-4/AEE/2022 Dt.21.7.2022
of Engineer-in-Chief (R&B) MDR, Vijayawada.
# # #
It is submitted that as per the note on page 31 ante, In the reference 1 st cited, this
office has requested the Govt. to issue further instructions/directions on allowing the existing
DPR consultant for Package -III (i.e., Krishna & Guntur Districts) M/s Aarvee associates
architects, Engineers & Consultants Pvt. Ltd., Hyderabad for NDB works for preparing the
DPR for the proposed new bridge across Krishna Western main canal near camp residence of
In the reference 2nd cited, the Engineer-in-Chief (R&B) MDR has informed that
the existing bridge is old and constructed in the year 1960 by irrigation canal with 3.66 Mts.
The Hon’ble CM convoy consisting of Bullet resistant cars and jammer are frequently
In view of the condition of the bridge and also considering the heavy vehicle
movement, it is very essential to construct new bridge with 2 lane carriage way to cater the
present needs of the traffic. The Hon’ble CM is also given instructions for construction of
requested to take necessary action for entrustment of preparation of DPR for the subject work
to M/s Aarvee associates architects, Engineers & Consultants Pvt. Ltd., Hyderabad at an
early date.
Further the proposed bridge is not coming under the scope of NDB project, it
In view of the above, on order, (1) the Govt may be requested to issue further
instructions/directions on allowing the existing DPR consultants for Package -III (i.e.,
Krishna & Guntur Districts) for NDB works for preparing the DPR for the above proposed
bridge work along with a copy to (2) M/s Aarvee associates architects, Engineers &
Consultants Pvt. Ltd., Hyderabad with a request to take up the DPR for the proposed bridge
Subject to orders, a draft letter addressed to the Govt is put up below for
approval.
Sub:- (R&B) Circle, Guntur – “Rehabilitation of the existing HLB & Urgent Repairs
to wing walls and approaches of HLB across Krishna Western main canal near
camp residence of Hon’ble C.M of A.P., at Tadepalli in Guntur District.” -
Preparation of DPR with existing consultant – permission accorded - Reg.
Ref:- Govt. Memo.No.RDBS/207/R.I/2022 (1793344) T, R&B R.I Dept
Dt.28.7.2022.
# # #
The reference cited may please be perused, where in the Govt. have accorded
permission to take up the DPR for the work “HLB across Krishna Western main canal
near camp residence of Hon’ble C.M of A.P., at Tadepalli in Guntur District” with the
existing DPR consultant M/s aarvee associates architects, Engineers & Consultants Pvt. Ltd.,
Hyderabad and send the proposal for RAS at appropriate time.
It is submitted that as per note from page 38 & 39 ante of note file, this office
has addressed the Govt. to issue further instructions/directions on allowing the existing DPR
consultants for Package -III (i.e., Krishna & Guntur Districts for NDB works for preparing
the DPR for the above proposed bridge work.
As per the marginal note orders of the E-in-C (R&B) NDB, a draft letter
addressed to M/s aarvee associates architects, Engineers & Consultants Pvt. Ltd., Hyderabad
is put up below for approval.
Based on the note orders on page ante, The following variation order forms are
put up below for approval.
1. Variation abstract.
2. Preamble to Variation order
3. Variation order No.1
2nd Saturday of every month as non-working day (Holiday) for which their HO has given consent.
It is submitted that as per clause 34 of GCC (Working hours, overtime, leave etc.,),
it is not clear on holidays list. Generally, holidays declared by the Government under negotiable
instrumental act treated as holidays. Further 2 nd Saturday is declared as holiday for all state
Government establishments.
# # #
The reference cited may please be perused, where in the Superintending
Engineer (R&B) Circle, Guntur has submitted the variation order proposal “ for reimbursement
of cost of shifting of 11 KV/LTlines on turn key basis approved by APCPDCL " and
requested to issue revised variation order with cost of shifting as BoQ items as approved earlier
for the Revendrapadu-Sitanagaram road for processing the bill in CFMS.
It is submitted that as per the note from Page 3 to 5, Variation order for shifting
of electrical utilities for the captioned work was issued for Rs.80,84,734.00, where in cost of
shifting & supervision charges were considered as Non-BoQ without adjustment of initial
contract price. But PAO has raised objections for processing of cost of shifting bills in Hand
Receipt format. Hence the cost of shifting utilities is considered as BOQ item for creation of
work bill in CFMS for the work “W&S Revendrapadu-Sitanagaram road”.
This Variation Order Shall constitute for adjustment of initial Contract price , but subject to
the following:
i. Advance payment 5% shall be paid on contract price excluding the cost of V.O. towards
Shifting of Utilities amount. (SCC 51.1)
ii. Subcontracting 10% to 25% of Contract Price excluding the cost of V.O. towards
Shifting of Utilities amount. (GCC 7.1)
iii. The PM shall not adjust rates from changes in quantities if thereby the initial contract price
is exceeded by more than 15% (excluding the cost of V.O. towards Shifting of Utilities
amount), except with the prior approval of the Employer. (GCC 38.2)
iv. Contract Price, excluding the cost of V.O. towards Shifting of Utilities amount, shall be
adjusted for increase or decrease in rates (GCC /SCC 47.1b)
v. Maintenance charges shall be 0.5% of Contract price, excluding the cost of V.O. towards
Shifting of Utilities amount, per year for last three years out of 5 years (SCC 16.1)
vi. Retention money @ 6% from each bill subject to maximum of 5% of final contract price
including the cost of V.O. towards Shifting of Utilities amount (GCC 48.1).
vii. No tender premium is applicable on the rates approved by the service provider.
viii. This variation order superseding the Variation order No.2 GNT/Utility Dt.21.2.2022
for shifting of utilities.
Subjected to orders, Variation order to V.O. No.06 duly imposing the above
conditions is here with enclosed for approval.
Sub:- (R&B) Circle, Guntur – “Rehabilitation of the existing HLB & Urgent Repairs
to wing walls and approaches of HLB across Krishna Western main canal near
camp residence of Hon’ble C.M of A.P., at Tadepalli in Guntur District.” -
Preparation of DPR with existing consultant – permission accorded - Reg.
Ref:- Govt. Memo.No.RDBS/207/R.I/2022 (1793344) T, R&B R.I Dept
Dt.28.7.2022.
# # #
The reference cited may please be perused, where in the Govt. have accorded
permission to take up the DPR for the work “HLB across Krishna Western main canal
near camp residence of Hon’ble C.M of A.P., at Tadepalli in Guntur District” with the
existing DPR consultant M/s aarvee associates architects, Engineers & Consultants Pvt. Ltd.,
Hyderabad and send the proposal for RAS at appropriate time.
It is submitted that as per note from page 38 & 39 ante of note file, this office
has addressed the Govt. to issue further instructions/directions on allowing the existing DPR
consultants for Package -III (i.e., Krishna & Guntur Districts for NDB works for preparing
the DPR for the above proposed bridge work.
As per marginal note orders of the E-in-C (R&B) NDB, a draft letter addressed
to M/s aarvee associates architects, Engineers & Consultants Pvt. Ltd., Hyderabad is put up
below for approval.
Sub:- (R&B) Circle, Guntur – NDB- Widening and Strengthening of 13 Nos of Roads
in Guntur District taken up under NDB loan assistance – Variation proposal for
execution of deviations in quantities of the road Revendrapadu- Seethanagaram
road from Km 0.110 to 6.859 – Submitted for approval - Reg.
Ref:- Lr.No.NDB–MDRs-Package-3/AEE-3/2021 Dt.21.7.2022 of Superintending
Engineer (R&B) Guntur.
# # #
It is submitted that the captioned road runs on the bund of Buckingham canal.
Due to this one side widening was proposed by the DPR consultant. Based on the following
soil reports, the DPR consultant has not proposed the sub-grade for this road. But the
contractor has proposed the sub grade duly utilizing the excavated materials for the
construction of embankment.
Details of Classification of Soil, Soaked CBR of the Road are as follows.
Chainage
S.No IS Soil Classification Soaked CBR (%)
(km)
1 1/0 SC 17
2 2/0 SC 14
3 3/0 SC 8
4 4/0 SC 16
5 5/0 CI 6
6 6/0 SC 10
The following deviations are observed in earth work quantities. Total extra cost
on earth work is (+) Rs.60.41 Lakhs.
S.No. Description As per estimate As per VO Variation.
1. Trench cutting 3751 25645 (+)21894
2. Excavation of U/s soils -- 7842 (+)7842
3. Forming Embankment with 23694 -- (-) 23694
Borrow earth
4. Forming Embankment with 4216 17803 (+)13587
excavated earth
5. Forming subgrade with -- 28106 (+) 28106
barrow
Further as per the estimate the two pipe culverts are considered for widening. Pipe
culvert at Km 2/450 was considered for reconstruction and pipe sluice at Km 3/496 was
considered for widening. But in the variation proposal, the following CD works are
proposed, which are not covered under original scope of work. the Extra cost is Rs (+)12.80
Lakhs
Pipe culverts:
1. Km 0/350 – widening
2. Km 1/335 – widening
3. Km 6/400 – widening
Slab culvert:
1. Km 0/340 – widening.
On orders, the Plan & Profile along with variation proposal due to deviation in the
anticipated quantities may be communicated to PMC for verifying the Plan & Profile and
related quantities of earth work & Granular layers.
Subject to approval, a draft letter addressed to PMC is put below for approval.
Sub: - (R&B) Department – EAP- APMCRCIP & APRBRP – Certain guide lines on
issue of approval of GFC drawings - Principal secretary, R&B review meeting on
16.8.2022 - Request for early finalization of GFC drawings - Reg.
It is submitted that as per note page 11, 17 to 18 of this note file, the following
1. If the coordinates and levels furnished by the DPR consultant are not tallying/matching
with the present levels / coordinates, then the SE should consult the DPR consultant for
conducting joint survey and submit working drawing duly signed by three parties along
financial implications if any under intimation to this office. PMC will review and
recommend for approval of GFC drawings.
2. If the coordinates and levels furnished by the DPR consultant are tallying/matching, and
if there are any medications proposed by the contractor, and the SE feels that the
proposed changes are necessary then the comprehensive proposals may be sent to this
office along with feasibility and financial implication with a copy marked to PMC. Based
on the feasibility and financial implication of the proposals, necessary approvals will be
accorded.
3. Whenever OGL’s are not tallying with tender drawing, the Plan & Profile should be
redesigned to achieve economical design by adjusting FRL’s with reference to OGL’s in
economical sections. The same are to be vetted by PMC. Even if the OGL’s are tallying,
the Superintending Engineers (R&B) shall verify whether the quantities provided in the
sanctioned estimates are sufficient. If not, suitable proposals shall be submitted. (i.e.,
FRL can be changed for achieving economical design)
But some of Plan & profiles are approved at PMs level for the roads which are not
having any financial implications. In this regard, the PMs may be requested to communicate a
copy of the approved plan & profile to this office for record. and also the PMS may be informed
that If any financial implication will arise for these roads after execution, the PMs / SEs
Further it is submitted that during the review meeting held on 16.8.2022 with
principal secretary T, R&B, contractors and PMs, the Principal secretary has expressed
dissatisfaction on progress of approval of GFC drawings. Even after lapse of 17 months period
from agreement, some of the approvals to plan & profiles & GFC drawings are still pending.
In the light of the above, all the Superintending Engineers (R&B) may be
requested to pay attention on Plan & Profiles approvals and complete the approvals on before
Subject to orders, a draft circular memo addressed to all SEs is put up below for
approval.
Variation order No.6 Dt.29.7.2022, on orders, a copy of the variation order may be
communicated to the Superintending Engineer (R&B) Guntur for uploading the shifting of
Subject to approval, a draft memo addressed to Superintending Engineer (R&B) Guntur is put up
Sub: (R&B) Department – EAP – New Development Bank (NDB) - APMCRCIP and
APRBRP with the loan assistance from New Development Bank in 70:30 (70%
NDB share & 30% State share) – Quality Control Reports insisting for Shifting
of Electrical utilities for uploading bills – Certain clarifications - Regarding
# # #
It is submitted that during uploading of the bills for shifting of electrical utilities,
PAO’s are insisting for quality control reports for shifting work.
is taken up on turnkey basis under the supervision of respective service provider. Quality control on
shifting work in not under the scope of R&B quality control. The work done certificates are being
In the light of the above, the Director of works may be requested to admit the bills
of shifting of utilities on work done certificates issued by the electrical department and also inform
all PAO’s / Joint director of work & projects dealing the bills for the said two projects so as to make
the payment of shifting of electrical bills and also to complete the projects in time.
Subject to approval, a draft letter addressed to the Director of works is put up below
for approval.
Subject to orders, a memo addressed to S.E(R&B) Guntur is put up below for approval.
# # #
As oral instructions of higher authorities, a draft letter addressed to AP
Greenery & Beautification work for the road “Revendrapadu – Seethanagaram road from
Km 7.600 to 8.835” in front of Hon’ble Chief Minister’s camp office in consultation with
the Variation order No.1 Dt.25.7.2022, on orders, a copy of the variation order may be
communicated to the C.E (R&B) SH & M.D., APRDC, Vijayawada for arranging payment to
Subject to approval, a draft letter addressed to the C.E (R&B) SH & M.D., APRDC, Vijayawada
Sub:- (R&B) Circle, Guntur – NDB- Widening and Strengthening of 13 Nos of Roads
in Guntur District taken up under NDB loan assistance – Variation proposal for
execution of deviations in quantities of the road Revendrapadu- Seethanagaram
road from Km 0.110 to 6.859 – Submitted for approval – Review of PMC - Reg.
Ref:- Lr.No.Egis India/BZA/NDB/PMC/2022/86202 Dt.17.8.2022 of M/s Egis india
consulting Engineers Pvt. Ltd.,
# # #
The reference cited may please be perused, where the PMC has submitted the
observation on the variation proposals submitted for the captioned work and requested to
modify the profile and optimise the PCC quantities and justification for sub grade for
carrying out CBR tests.
It is submitted that as note from Page 1 to 2 of this note file ante, this office has
requested the PMC to verify the Plan & profile and related quantities and communicate the
concurrence for the variations.
1. The FRL’s as per tender have been retained whilst the OGL’s considered as per site
condition. The PMC has communicated the details of difference of between FRL &
OGL and highlighted the excess and unwanted PCC quantities. The PMC suggested
to redesigned to optimise the PCC quantity.
2. The CBR values of the DPR consultant is for reference only and shall not be
construed by the contractor for execution. The CBR values as obtained by the
contract shall be submitted and based on the same provision of subgrade can be
decided. Also, as the DPR CBR results, there are only two stretches where CBR
values are less than 8.4 CBR, which may require borrow are soil. However, in this
submission, the contractor has considered replacing the entire stretch with barrow
soil which is not justified. (Total positive cost implication amount on account
submitted is for Rs.1.25 Cr.)
3. WMM quantity provision as per tender is more than required and hence a savings of
appox 48.00 Lakhs is indicated. This WMM cost implication may be retained in
resubmission and may be accepted.
Sub:- (R&B) Circle, Guntur – NDB- Widening and Strengthening of 13 Nos of Roads in
Guntur District taken up under NDB loan assistance – Variation proposal for
execution of deviations in quantities of the road Mangalari – Tadikonda Road Via
Neerukonda Road from Km 1.200 to 14.900 in Guntur District (GTMD-138) –
Submitted for approval –- Reg.
Ref:- Lr.No.NDB-MDRs-Package-3/AEE-3/2021 Dt.6.8.2022 of the Superintending
Engineer (R&B) Guntur
# # #
The reference cited may please be perused, where the Superintending Engineer
(R&B) Guntur has submitted the variation proposal for the captioned work and requested to issue
instructions in this regard.
In this connection, the variation proposals are reviewed and the following
observations are noted.
1. From Km 5.000 to 10.980 is falls in the CRDA layouts, the provisions of road and
structures are considered as savings and deleted from the scope.
2. From Km 11.000 to 14.900 is proposed for reconstruction from sub-grade level, based on
the present condition of the road. The specific reasons are not mentioned in the report.
On enquiry, it is leant that due to (1) Floods to Kondaveti vagu (2) running of the
field channels on both side of the road and the surface of road is damaged. The
Superintending Engineer (R&B) Guntur has proposed the reconstruction from the
subgrade level.
3. The provision of sub-grade from barrow soil was proposed in the widening there by the
deviation of Rs.1.85 Crores was arrived. But based on the soils report, the DPR
consultant has not proposed the Sub-grade.
4. In the deviation proposal, the calculation sheets based on the levels are not enclosed.
5. Certain Hume pipe culverts at Km 3/007 & 10/095 are missed in the original scope of the
work. the same are considered in this variation proposal
6. The authentication of Superintending Engineer (R&B) /Projects Managers was not done
to the variation proposal.
However, on orders, the variations proposals submitted by the Superintending
Engineer (R&B) Guntur may be communicated to the PMC for technical audit and concurrence
for the above proposed deviations in consultation with the Project Manager and field staff.
Subject to approval, a draft letter addressed to PMC is put below for approval.
# # #
The reference cited may please be perused, where in the Government have
communicated the Minutes of meeting on 3.8.2022 held in the chamber of Principal secretary to
Govt., T,R&B department in connection with Relocation of existing HT/LT lines to utility
corridor for the captioned work.
Based on the marginal note orders of E-in-C/NDB on the current, a draft memo
addressed to S.E (R&B) Guntur is put up below for approval.
Based on the note orders on page ante, the following drafts are put up below for approval.
Ref: Letter No. BVSR/Guntur NDB Work /22-23/169 Dt: 18.08.2022 addressed to
Superintending Engineer (R&B) Guntur with a copy to this office.
# # #
The reference cited may please be perused, where in the contractor M/s BVSR
constructions has furnished certain remarks on maintenance of roads under clause 3001 of the
agreement and requested to issue directions to submit the cost implications for maintenance of
roads in agreement.
It is submitted that the contractor has given the irrelevant reply for maintenance of
roads in agreement period duly projecting the clause 3001 in contractor favour.
In this connection, the subject was referred to PMC for vetting. The PMC has
given point wise reply as follows.
The contractor has denied to undertake the maintenance of roads and requested to issue necessary
orders under Clause 39 (Variations) & Clause 40 (Payments for variations) so as to undertake the
maintenance works as directed by the department.
Para1: The request was made in compliance to Clause 3001 of Specifications and performance
requirements, based on which the contractor is obliged to maintain the exiting road to facilitate
safe and uninterrupted traffic, as per Clause 3001 of Specifications and performance
requirements.
Para 2 : The Contention of the Contractor that “most of the existing roads are in severely
deteriorated condition as there was no maintenance done by the department from the time of
DPR preparation” has no validity without having any reference to the Contract Agreement.
This issue shall have been dealt by the prospective bidders during the pre-bid meeting., which has
not been done.
Para 3 : The strength of the existing high way is being deteriorated due to non-maintenance
of the same by the Contractor from the date of its handing over for widening
Para 4 : The Contractor’s request for issue of variation order under Clause 40 for taking up
maintenance works on damaged stretches of project roads as there is no provision in BOQ is
not valid in view of the Clause 3001 and it is incidental to other works as there is no provision
made in the items of BOQ for payment.
Para 5: The request made by the Contractor is beyond the terms and conditions of contract and
therefore was not accepted by the Employer. The reservations and communication made by the
Contractor are not accepted by the Employer as per Clause 34.1 of BDS wherein it is stated that
the sum stated in LOA that the Employer shall pay the Contractor in consideration of the
execution, completion, and maintenance of the Works
by the Contractor as prescribed by the Contract (hereinafter and in the
Contract called the “Contract Price”). Here, the word “maintenance“means during the 2 year
construction period but not during the 5 year maintenance period as the Contract price done
not include the payments to be made during the maintenance period as specified under Clause
16.1 SCC and the Contractor is deemed to have carried out preliminary surveys of the relevant
Roads prior to bidding in order to evaluate all Ordinary Maintenance (OM) related obligations.
Para 6: With regard to submissions made by the Contractor, Comments are given hereunder:
i. The Contractor’ s contention that they will provide maintenance to the existing highway and
diversion roads in the project section during construction of particular stretch as per Clause
3001 is not tenable due to the following reasons :
ii. The construction works were delayed for the reasons attributable to the Contractor themselves
and hence cannot be linked to the maintenance of the exiting road to facilitate safe and
uninterrupted traffic , as per Clause 3001 of Specifications and performance requirements. The
existing project highway was already given under possession of the Contractor from start date.
iii . The works under maintenance of existing road as per Clause 3001 of Specifications and
performance requirements shall be carried out using light duty machinery or manual means
provided the quality of the end product does not suffer. In case the maintenance is delayed, the
specified performance requirements will not be adequate and the the quality of the end product
does suffer causing for the increased costs and time, which shall be accountable to the
Contractor.
iv.. Sub clause 112.6 is linked with the commencement of construction activities and deals
with traffic safety and control as per clause 112.4 and maintenance of diversion of Traffic
control devices as per clause 112.5 and for the failure to carry out the above activities, contractor
shall be liable to be imposed with penalty for the first week of non-compliance report as
mentioned in the contract documents. Beyond first week ,the same work will be carried out by
third party, the cost of which is to be deducted from the contractor’s IPC in the same month.
There is no separate item for measurement for maintenance under Clause 3001,
similar to the Clause 3002.5 in specification and performance requirements and hence the costs
for compliance to Clause 3001 are incidental to other works.
Iv. Under the above circumstances, the Contractor is required to maintain the existing road
which was given under their possession from the start date without linking the same to the start
of the construction activities.
As there is no item in BOQ towards measurement for payment towards maintenance during the
Construction period., there is no validity for the Contractor’s statement that the measurements
for each item of maintenance cannot be measured and paid. This issue shall have been dealt by
the prospective bidders during the pre-bid meeting which has not been done.
Sub para “c” : These BoQ items 21 & 22 for BT patch works also include the “ filling of pot
holes and compacting with power Road roller of 8 to 10 T “ and shall be measured and paid as
per the works executed.
Sub para “d” : As per Clause 16.1 SCC , the Contractor is deemed to have carried out
preliminary surveys of the relevant Roads prior to bidding in order to evaluate all Ordinary
Maintenance (OM) related obligations and the costs are deemed to include in the Contract Price
and the sections are damaged /and will be further damaged due to not fulfilling the obligations of
the contractor by not carrying out maintenance work from the date of commencement.
It is the Contractor, who has not been fulfilling his contractual obligations
towards maintenance of roads as per the terms of Contract agreement from the date of handing
over , which has caused for the present deteriorated condition of roads and is now requesting
for the variation towards repairs throwing the blame on to the Employer stating that periodical
renewal of the roads was not carried out from the date of DPR preparation., without any basis.
The reasons for the major repairs under maintenance are purely attributable to the Contractor due
to the delays in progress of works as well as the Contractor’s intentional reluctance towards
taking up maintenance works for long time., for want of claiming additional costs towards
variations, which is against the terms of contract Agreement.
This does not constitute as variation towards additional costs under Causes 39 and
40 of Conditions of Contract, as the reasons for incurring additional costs are purely attributable
to the Contractor. Hence, the additional costs, if any, shall be borne by the Contractor himself
and the same shall have been avoided by them, if early action has been taken similar to the saying
“ a stitch in time saves nine”. The more delays in carrying out of maintenance works, the more
will be the quantum of works.
Under the above circumstances, the Contractor may be directed to take up the
maintenance works on emergency basis as per the scope of contract agreement, in view of the
public safety, failing which, it will be considered as fundamental breach of the Contractor for
taking further suitable action as per the terms of contract agreement.
# # #
It is submitted that the invitation for bids (IFB) .2/ENC(R&B)ADMN&
NDB/1-2/APRBRP Dt.01.09.2022 was communicated to SE (R&B) Guntur and requested to
take necessary action for creation and publishing the tender in NIC portal (CPPP). The
SE(R&B) Guntur was further requested to obtain the prior approval of ENC(R&B)ADMN &
NDB before publishing the tender in NIC Portal.
The SE(R&B) Guntur has submitted the copy of the details of Tender uploaded
in NIC portal as follows.
a) Tender ID Generated: 2020_NDBRB_710514_1
The BOQ template, Bid document along with drawings for the above subject
work are verified. Tender details generated in CPPP along with BOQ template are here with
put up for favour of perusal and approval.
On approval, the approved tender details sheet may please be communicated to
S.E(R&B) Guntur for publishing the tender in NIC portal.
# # #
The reference cited may please be perused, where has the Project Management
consultancy services submitted the progress report on Environmental, Social, Health and
Safety (ESHS) matrics set out in Appendix-B and requested to instruct the PMs to follow ut
with their respective Contractors for submission of the reports on ESHS on regular basis or
proper implementation at project sites, and to maintain regularity in reporting system.
“In addition to the progress report the Contractor shall also provide a report on
the Environmental, Social, Health and Safety (ESHS) metrics set out in Appendix B. In
addition to Appendix B reports, the Contractor shall also provide immediate notification to
the Project Manager of incidents in the following categories. Full details of such incidents
shall be provided to the Project Manager within the timeframe agreed with the Project
Manager.
Subject to approval , a draft circular memo addressed to all SEs in the state is
here put for approval.
# # #
The reference cited may please be perused, it is to inform that the Contractors
are to be submitted the following details to the Project Management consultancy services at
monthly intervals as per conditions and Technical specifications of the Agreement and their
remarks on the Contractor’s submissions for preparation of their consolidated Monthly
progress reports.
Subject to approval , a draft circular memo addressed to all SEs in the state is
herewith put for approval.
Sub:- Sub:- (R&B) Circle, Guntur – NDB- Widening and Strengthening of 13 Nos of
Roads in Guntur District taken up under NDB loan assistance –Widening and
Strengthening of 1) Revendrapadu – Sithanagaram road from km 0.000 to 6.859 in
Guntur District (GTMD-185) ,2) Mangalagiri – Tadikonda (via) Neerukonda road
from km 1.200 to 14.920 in Guntur District (GTMD -138)– Submission of modified
variation order - Reg.
Ref:- 1.Lr.No.NDB-MDRs-Package-3/AEE-3/2021 Dt.27.09.2022 of the Superintending
Engineer (R&B) Guntur
2.Inspection Note of Sri K.Venugopal reddy, Engineer-in-Chief (R&B) Admin &
NDB , Vijayawada, dt,12-09-2022.
# # #
The reference 1st cited may please be perused, where the Superintending Engineer
(R&B) Guntur has submitted the soil testing reports for the proposed sub-grade for the
captioned works based on 3 soil reports (2 reports for RS Road and 1 report for MTN
Further, the Engineer-in-Chief (R&B) Admin. & NDB, Vijayawada was inspected
the above captioned roads and submitted the inspection notes. The S.E (R&B) Guntur may be
requested to resubmit the variation proposals duly complying the instructions of the Engineer-in-
Chief (R&B) NDB and propose the provisions based on outcome of the balance soil reports
# # #
The reference cited may please be perused, where has the Project Management
consultancy services are reviewed the soft copies of the Initial Social Impact Assessment
Reports for all 7 roads of Srikakulam District (PHASE – ii) and submitted the Hard copies
for the same roads without any change and given concurrence to the above reports subject to
the following conditions .
Subject to that a draft letter addressed to the DPR Consultant is here put for
approval.