You are on page 1of 71

1

Vishveshraiya Bhawan, Vibhuti Khand Gomti Nagar, Lucknow - 226010


Website : www.uprnn.co.in, Fax No. 0522-2720846 (Lucknow)

Tender Notice No. 25 Dated : 08-01-2015

TENDER DOCUMENT

FOR

CONSTRUCTION
OF
Construction of Type IV Residence Work (Balance
Civil Work) , Bundelkhand University, Jhansi(U.P.)

UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.


VIBHUTI KHAND, GOMTI NAGAR LUCKNOW.
2

U.P. RAJKIYA NIRMAN NIGAM LIMITED


(A Govt. of Uttar Pradesh Undertaking)

Sealed Percentage rate Tenders are invited for the following work in two bid envelop system (a) Technical
bid (b) financial bid from eligible and approved contractors/Executed the work of central Govt., State Govt.or
any P.S.U.

Sl. Name of works Approxim Earnest Cost of Bid Time of Address of Address of
No. ate Cost Money document Completion Tender Sale Tender
of civil (Rs. in lacs) Office receiving
item
(Rs. in
lacs) only

1 2 3 4 5 6 7 8

1 Construction of 2100.00 42.00 10000.00 9 Months Unit Incharge Office of


Type IV Residence (Stationary the
Work Charges)= U.P.R.N.N. General
Ltd.
(Balance Civil Rs. Manager
Work) Package 10000.00+ Jhansi Unit Jhansi
Vat Jhansi Zone
@ 13.5% BIET
for each Campus
package Kochhabh
awar,
Kanpur
Road,
Jhansi
(U.P.)

2 Sale of Tender 19.01.2015 to 09.02.2015 Submission to tender 10.02.2015 upto 1:00 P.M.

For further details kindly visit our www. Uprnn.com.in or Unit Incharge office, Jhansi Unit ,Jhansi

(Er R.P.Singh)
Unit Incharge
UPRNN LTD. Jhansi Unit
Jhansi
3

2- The Contractors who fulfil the following requirements shall be eligible to apply. Joint ventures
are not accepted.
i) Should have successfully completed similar works during the last Three years ending 31 Mar
2014, as a prime contractor satisfying either of the following.
a) Three similar completed works each costing not less than 40% of Tendered cost.
Or
b) Two similar completed works each costing not less than 60% of Tendered cost.
Or
c) One similar completed work costing not less than 80% of Tendered cost.
Similar work shall mean construction of RCC framed structure / hospital building
ii) Should have had average annual financial turnover should not be less than 40% cost of project
during last three years, ending 31 Mar 2014 ( copy of certificate from CA to be submitted).
iii) Should not have incurred any loss in more than two years during the last five years. Solvency
Certificate from Bankers to be submitted.
iv) Information regarding projects in hand, current litigation, orders regarding exclusion, expulsion
or black listing, if any should be indicated.
3- A Pre-bid conference will be held in the office of Unit Inchagre U.P.R.N.N.Ltd, Jhansi Unit ,Jhansi
,BIET Campus , Kanpur Road, Kochhabhawar, Jhansi for clarifying issues and clearing doubts, if
any.
4- The bids shall remain valid for acceptance for a period of 90 days from the last date of submission of
bids. Bids once submitted cannot be withdrawn.
5- Bidders shall place two separate envelops marked “technical bid” and “financial bid” in outer
envelope.
6- Financial bids shall be opened to those bidders whose bids are Technically qualified and eligible.
[

7- A set of Bidding documents may be purchased from the office of concerned Unit Incharge as
mentioned in column- 4 respectively of the table corresponding to the respective work, between 10:00
am and 5:00 pm on any working day from 19.01.2015 for a non-refundable fee of Rs10000 and
VAT as applicable package work (Total Rs. 10,000/-+Vat@13.5%), for each package in the
form of Demand Draft drawn on any Scheduled Nationalised bank in favour of U.P.R.N.N. Ltd,
Jhansi payable at Jhansi. Interested bidders may obtain further information at the same office from
where the documents are purchased. Bidding documents requested by mail will be dispatched by
registered/ speed post on payment of an extra amount of Rs 200.00 (Rupees two hundred only).
Applications for issue of Bidding documents by post shall be entertained only upto 31.01.2015 The
authority inviting tender will not be held responsible for the postal delay, if any, in the delivery of
documents or non-receipt of the same. Bidding document can also be downloaded from the website
www.uprnn.co.in But its cost, i.e., Rs 10,000.00+VAT as mentioned in Notice inviting tender in the
form of DD drawn on any Nationalised bank in favour of U.P.R.N.N.Ltd, payable at Jhansi will
necessarily be attached with the bid.

8. In case of any discrepancy between the downloaded bid document and that available with the
concerned Unit Incharge, office as mentioned in column-4 the later would be considered authentic.

9. Bids must be delivered to the office of the concerned General Manager as mentioned in column-5 of
the table corresponding to the respective work on or before 1:00 PM Dt 10.02.2015 technical bids
will be opened on the same day, that is, on 10.02.2015 at 3:00 PM, in the office of concerned General
Manager as mentioned in column-5, in the presence of the bidders or their authorised representatives
to attend, in presence of committee constituted by Managing Director, U.P.R.N.N., Lucknow. If the
office happens to be closed on the date of receipt or opening of the bids as specified, the bids will be
received and opened on the next working day, respectively, at the same time and venue, and validity
of bid will be considered from the original date. The date and time opening of financial bid shall be
notified by a notice displayed in the office of concerned General Manager as mentioned in column-5
and by individual notice to the eligibe and qualified bidders. The financial bids shall be opened in the
office of concerned General Manager as mentioned in column-5, in the presence of bidders who wish
to attend.
4

10- Bids must be accompanied with security of the amount specified for the work in the table. i.e.
Rs42.00 Lacs for packageThe Earnest Money may be deposited in the form of Demand Draft of a
Nationalised Bank F.D.R./ C.D.R / N.S.C (payable at Jhansi in favour of U.P.Rajkiya Nirman Nigam
Ltd Jhansi or Bank Guarantee of any Nationalised Bank of the 42.00 lacs in favour of UPRNN Ltd.
wherever applicable.

11- No Engineer of gazetted rank or other Gazetted officer employed in Engineering or Administrative
duties in an Engineering Department of the State / Central Government is allowed to work as a
Contractor for a period of two years after his retirement from Government service, without
Government permission. This contract is liable to be cancelled if either the Contractor or any of his
employees is found any time to be such a person who had not obtained the permission of the
Government as aforesaid before submission of the tender or engagement in the Contractor’s service.

12. Any bidder who is having criminal record is not allowed to participate in the bidding process.

13. Any bidder who is registered with the state Bar Council is not allowed to participate in the bidding
process.

14. Each bidder is required to furnish in the form of an affidavit, on Rs. 100/- Stamp paper that all
information required for evaluation of the bidding capacity of the bidder If any information is found
incorrect or false, the agreement shall be cancelled and the amount deposited shall be for forfeited is
correct. Each bidder is required to satisfy himself about his bidding capacity before submitting his
bid. Bidding capacity will be evaluated as mentioned in section 3. Bids of bidder who do not possess
the required bidding capacity shall not be accepted in any case.

15. Bidder must submit all informations / documents on prescribed proforma with each bid.

16. 1 % Labour Welfare Cess will be reimbursed to Contractor’s the presentation of payment
receipt of the labour department. Otherwise the same shall be deposited to the labour department by
the Nigam directly.

17. Bidding Document’s general conditions of contract can be seen in the office of concerned Project
Manager and concerned General Manager as mentioned in column 4-5. Bidding Documents can also be
downloaded from website :www.uprnn.co.in.

(Er. R.P.Singh)
Unit Inchagre
U.P.Rajkiya Nirman Nigam Ltd.
Jhansi Unit, Jhansi
5

List of Important Dates


Name of Work: Construction of Type IV Residence Work (Balance Civil Work), Bundelkhand
University Campus , Jhansi

Notice Inviting Tender/Bid Date of Issue 09.01.2015

[
[

2. Sale of Bidding Document Period 09.02.2015 to 21.02.2015


Place
Office of
Unit Incharge
Jhansi Unit, BIET Campus,Kanpur Road
Kochabhawar , Jhansi (U.P.)

3. Pre-Bid Meeting Date 18.02.2015 Time 3:00PM


4. Deadline of Receiving Bid Date 23.02.2015 Time 1:00 PM

5. Place of Receiving Bid - Place


office of
General Manager
Jhansi Zone
BIET College Campus
Kochhabhawar, Kanpur
Road; Jhansi

6. Opening of Technical Bid Date Date 23.02.2015 Time 3:00PM Place


office of
General Manager
Jhansi Zone
BIET College Campus
Kochhabhawar, Kanpur
Road; Jhansi
7. Opening of Financial Bid Date & Time
To be notified by a notice to individual technically
qualified bidders and displayed in the Office of
General Manager.
8. Opening of Financial Bid Place

General Manager
Jhansi Zone
BIET College Campus
Kochhabhawar, Kanpur
Road; Jhansi

9. Completion Period of Work/Project - 9 Months


10. Validity Period of Bid - 90 Days
6

INFORMATION & INSTRUCTIONS TO THE BIDDER(I.T.B.)


Technical Bid
1. The application should be type-written. The applicant should sign each page of the
application.
2. Over Writing should be avoided. Correction, if any, should be made by neatly crossing
out, initialing, dating & re-writing.
3. The applicant may furnish any Additional information which he thinks is necessary to
establish its capabilities to successfully complete the envisaged work. He is however
advised not to furnish superfluous information. No information shall be entertained
after submission of pre-qualification document unless it is called for by the employer.
4. Any information furnished by the applicant found to be incorrect either immediately
or at a later date, would render him liable to be debarred from tendering/taking up of
work in UPRNN Ltd., Lucknow.
5. The tenderer shall submit as Two-Bid System in accordance with the procedures
specified Documents shall be submitted in envelope of appropriate size, which shall be
duly sealed.
6. Conditional tender shall not be considered.
7. Tender document are to be submitted in two envelopes marked No-1 shall contain the
technical bid and marked No-2 for price bid (Financial bid).
8. Both envelopes 1 & 2 will kept in one big envelope with name of work, date of tender
detail of earnest money and full address and contact number of tenderer.

A.
SUBMISSION OF TENDER
The Detail of document to be submitted with each envelope is given below:
Envelope marked-1 (Technical Bid)
(i- Earnest money of the value of 16.00 Lacs in the shape of NSC/FDR/CDR/D.D./Bank
Guarantee of Jhansi Nationalized bank duly pledged in favour of U.P.Rajkiya Nirman
Nigam Ltd., Vibhuti Khand, Gomti Nagar, Lucknow. (Appendix – 1)
(ii- Duly filled up Firm’s information appended with the tender. (Appendix – 2)
(iii- List of works satisfactorly completed during the last Three financial years in
Govt./Semi-Govt./Public Sector undertaking and public and private limited
companies along with certificates (Attested copy). (Appendix – 3)
(iv- Proof of liquid assets duly certified by banker as per pre-qualification requirement
(original or attested copy will be entertained). (Appendix – 4)
(v- Latest income tax clearance certificate valid till date (original or attested copy)
clearly indicating turnover of last five assessment years. (Appendix – 5)
(vi- List of tools and plants in format enclosed. Batching plant or Ready Mix Plant for
design mix concrete and quality control lab house to be established at site along with
all necessary tools & plants. (Appendix – 6)
(vii- List of technical staff with their qualification professional experience and length of
the service with the firm in enclosed format. At least one graduate Engineer
supported by necessary technical supervisory staff shall be engaged at site.
(Appendix – 7)
7

(viii- Attested copy of the partnership deed if it is partnership firm and registration
certificate in case of company, sole proprietorship declaration in case of
proprietorship firm. Joint ventures shall not be accepted. (Appendix – 8)
(ix- Authority letter, if firm, in favour of the person who has signed the tender document
with telephone no. and complete postal address. (Appendix – 9)

Envelope No-2 (Price Bid).


(a- Price bid duly filled in all respects in the original tender documents.
(b- Non-Judicial stamp paper of Rs. 100/- (Rs. One Hundred Only) of UP along with Rs. 1/-
revenue stamp.
B. System to open Tenders:
(a- Envelope No-1 containing the Earnest money and pre-qualification document shall be
opened first on specified date & time.
(b- Envelope No-2 containing the sealed price bid, of tenders qualified in technical bid,
shall be opened on date intimated with two days notice. The quoted rates of various
tenders will be read out. Tenderer, desirous to be present, shall be allowed at the
time of opening of price bid.

C. BID PRICES
i. The Contract shall be for the Whole Works, based on the priced Bill of Quantities
submitted by the Bidder.
ii. The Bidder shall adopt the Percentage Rate Method only the same option is allowed
to all the Bidders.
Percentage Rate Method requires the bidder to quote a percentage above/below at
par of the rate of B.O.Q.

1. SCOPE OF WORK
The project involves construction of Type IV Residence Work (Balance Civil Work) .
a) Construction of building with specifications laid under including all material and
labour required, also including the cost of lift elevator.
b) External development with external Plumbing, drainage, development work as per
required for functional of Building .

2. ELIGIBILITY
a) Earnest money of the value of Rs……………. Lacs for work in the shape of
NSC/FDR/CDR/D.D/Bank Guarantee of Nationalized bank duly pledged in favour of
U.P.Rajkiya Nirman Nigam Ltd., Jhansi.
b) Bidder should experienced in the field of construction of projects/Residence
buildings for Govt./P.S.U.’s/R.C.C. framed Structure buildings. Bidders stationed
outside shall have to establish an office in Jhansi with the requisite technical and
supervisory staff stationed.
8

c) The contractors must have completed one project of similar nature (Multistoried
Building on RCC Framed structure) each costing not less than 80% of tendered
amount.
Or
Two projects of similar nature (Multi-Storied Building on RCC Framed structure) each
costing not less than 60% of tendered amount.
Or
Three projects of similar nature (Multi-Storied Building on RCC Framed structure)
each costing not less than 40% of tendered amount.

Similar project work shall mean multistoried Construction of Type IV Residence Work
(Balance Civil Work) . Jhansi project including RCC framed structure technology and
sanitary etc. The intending bidder shall submit certificate of the completion of the
work executed by them indicating there in the scope and cost of works. Works
executed should be furnished in form of annexure-1 appended with the tender
documents.
3. Experience certificate issued by the private firms and private builders
shall not be accounted for.

4. The value of Executed works shall be brought to current costing level by enhancing
the actual value to work at simple rate of 7% per annum; calculated from the date of
completion to last date of receipt of applications for tenders.
a) The minimum annual turnover in any one year should at least 40% tendered cost for
which bid has been invited, during last Three years.
b) The firm should have positive PAT (Profit after Tax) in last three years.
c) All the above parameters have to be supported with the audited balance sheet
certified by CA for last three years.
d) The applicants not fulfilling the above conditions shall summarily be rejected and
shall not be considered for any further evaluation.
e) Bidders who meet the minimum qualification criteria will be qualified only if their
available bid capacity for construction work is equal to or more than the total bid
value. The available bid capacity will be calculate as under:
Assesses Available bid capacity= (A*N*M-B)
Where
A= Maximum value of civil engineering works executed in any one year during the
last
Five years into taking account the completed as well as works in progress.
N= Number of years prescribed for completion of the works for which bids are invited
(Period up to 6 months to be taken as half-year and more than 6 months as one
Year.
M= is taken as 2.5
B= Value, at the current price level, of existing commitments and on-going works to
be completed during the period of completion of the works for which bids are
Invited.
9

Note:- The statements showing the value of existing commitments and on-going works
as well as the stipulated period of completion remaining for each of the works
listed should be countersigned by the Engineer-in-charge, not below the rank of
an Executive Engineer or equivalent.
5. Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified if they have:
a) Made misleading or false representations in the forms, statements, affidavits and
attachments submitted in proof of the qualification requirements; and/or
b) Record of poor performance such as abandoning the works, not properly
completing the contract, inordinate delays in completion, litigation history, or
financial failures etc.
c) Participated in the previous bidding for the same work and had quoted
unreasonably high or low bid prices and could not furnish rational justification for
it to the Employer.
6. One Bid per Bidder
Each Bidder shall submit only one Bid for one work. A Bidder who submits
more than one Bid will cause the proposals with the Bidder’s participation to be
disqualified.
7. Pre Bid Meeting:- If Pre-bid meeting is to be held, the bidder or his authorized
representative is invited to attend it, its date, time and venue (address) are given in
tender notice. The purpose of meeting will be to clarify issues. The Bidder is required
to submit any question in writing so as to reach the Employer not later than three
days before meeting. Non-attendance at Pre-bid meeting will be not be a cause for
disqualification for a bidder.
8. GENERAL CONDITIONS OF WORK
All the work shall be carried out as per detailed latest U.P.P.W.D., C.P.W.D,
M.O.R.T.H (Road Wing) instructions issued time to time as per instructions of Engineer-
In-charge and other inspecting officers.
9. EXTENT OF CONTRACT
The contract comprises construction and completion of the specified job and the
provisions of all labour, materials, T & P etc. and transport, temporary works etc.
whether the temporary or permanent in nature required for the construction,
completion and maintenance of the works.

10. INSPECTIONS OF THE SITE


The bidder (s) must inspect and examine the site of work and its surroundings and
satisfy himself/themselves before submitting his/their tender. He/They has/have to
make sure of the positions of queries and availability of require material from query
mentioned
in the specifications, topography of the site availability of labour and material and other
amenities before tendering. No claim for additional work or extra work due to any of the
above will be allowed.
10

11. ENTRIES IN TENDER


All entries by the bidder should be in one ink and one hand/on prescribed bill of
quantity only. Erasers and overwriting are not permissible. All corrections should be
neatly written and signed by the bidder. Rate should be written in figures as well as in
words. In case there is any variation, lower rate shall be treated as Tender rate.
12. CONDITIONAL/ INCOMPLETE TENDER
Conditional, incomplete, unsigned tenders will not be considered. Only those
bidders who supply necessary proof/documents of possession of the required
equipments in their bids should be considered as responsive for further evaluation.
13. JOINT VENTURES:- Bids for Joint Ventures are not allowed.
14.DEADLINE FOR SUBMISSION OF BIDS
a. Complete bids (including technical and financial) must be received by Employer at
address specified in the Appendix-I (Tender Notice) not later than the date and
time indicated in Annexure-I. In the event of specified date for submission of bids
being declared a holiday for Employer the bid will be received up to the specified
time on next working date.
b. The Employer may extend the deadline for submission of bid by issuing an
amendment/addendum in news papers or website UPRNN.

15.BID OPENING AND EVALUATION


Bid Opening
a) The Employer will open the bids received (accept those received late) in the
presence of the Bidder/Bidders representative who choose to attend at the time
date and place specified in the appendix. In the event of the specified date for the
submission of bids being declared holiday for the Employer, the Bids will be
opened at the appointed time and location on the next working day.
b) The envelope containing the Technical bid shall be opened. The envelope marked
“Cost of Bidding Document downloaded from the Internet” will be opened first
and if the cost of bidding documents is not there or incomplete the remaining bid
documents will not be opened, and bid will be rejected.
c) In all other cases, the amount of Earnest Money, forms and validity shall be
announced. Thereafter, the bidder’s name and such other details as the Employer
may consider appropriate, will be announced by the Employer at the opening.
d) Evaluation of the Technical bids with respect to bid security, qualification
information and other information furnished in part-1 of the bid in pursuant to
eligibility clause as stated above shall be taken up and completed within 10
working days of the date of bid opening, and a list will be drawn up of the
responsive bids whose financial bids are eligible for consideration.
e) U.P.R.N.N. shall inform by telegram or Email, the bidders whose technical bids are
found responsive date, time and place of opening as stated in the Annexure-I. In
the event of the specified date being declared a holiday for the Employer, the bids
will be opened at the appointed time and location on the next working day
11

through they or their representatives, may attend the meeting of opening of


financial bids.
f) At the time of opening of the financial bid the names of the bidders whose bids
were found responsive in accordance with clause c(1-10) of this bid document, will
be announced. The financial bids of only these bidders will be opened. The
remaining bids will be returned unopened to the bidders. The responsive bidders
names the bid prices the total amount of each bid and such other details as the
Employer may consider appropriate will be announced by the Employer at the time
of bid opening. Any bid price which is not read out and recorded will not be taken
into account in bid evaluation.
g) U.P.R.N.N. shall prepare the minutes of the opening of the financial bids.
h) Information relating i.e. the examination, clarification, evaluation and comparison
of bids and recommendations for the award of the contract shall not be disclosed
to bidders or any other persons not officially concerned with such process until the
award to the successful bidder has been announced. Any attempt by a bidder to
influence the employers processing of bids or award decisions may result in the
rejection of his bid.

16. Clarification of bids and contacting the Employer.


i) No Bidder shall contact the Employer on any matter relating to its bid from the
time of the bid opening to the time the contract awarded.
ii) Any attempt by the bidder to influence the Employer’s bid evaluation, bid
comparison or contract award decision may result in the rejection of his bid.
17. During the detailed evaluation of “Technical bids”, the Employer will determine
whether each Bid (a) meets the eligilibility criteria defined in clause c (b) has been
properly signed, (c) is accompanied by the required securities, and (d) is substantially
responsive to the requirements of the bidding documents. During the detailed
evaluation of the “Financial Bids”, the responsiveness of the bids will be further
determined with respect to the remaining bid conditions, i.e., priced bid of quantities,
technical specifications and drawings.
18. Substantially responsive “Financial Bid” is one that confirms to all the terms conditions
and specifications of the bidding documents, without material deviation or reservation.
A material deviation or reservation is one (a) which affects in any substantial way the
scope, quality, or performance of the works, (b) which limits in any substantial way, in
consistent with the bidding documents, the Employers rights or the Bidder’s obligation
under the contract, or (c) whose rectification would affect unfairly the competitive
position of the bidder’s representing substantially responsive bids.
19.If a “Financial Bid” is not substantially responsive, it will be rejected by the Employer, and
may not subsequently be made responsive by correction or withdrawal of the non-
confirming deviation or reservation.
20.ADDRESS OF CONTRACTOR
The contractor shall give his full permanent postal address. The postal receipt of the
letters sent to him on this address shall be considered sufficient proof that they have
been delivered to him.
12

21. ACCEPTANCE OF TENDER


Subject to conditions of bid document, the Employer will award the Contract to the
bidder whose Bid has been determined:
i. to be substantially responsive to the bidding documents and who has offered the
lowest evaluated Bid price, provided that such Bidder has been determined to
be (a) eligible and (b) qualified in accordance with the provisions of bid
document.
ii. to be within the available bid capacity adjusted to account for his bid price which
is evaluated the lowest in any of the packages opened earlier than the one
under consideration.
The department shall have the right to accept or reject any or all the tenders or
part thereof, to divide the work in parts without assigning any reason to contractor
and no claim whatsoever shall be entertained on this account.

22.AWARD OF CONTRACT
The bidder whose Bid has been accepted will be notified of the award by the
department prior to expiration of the Bid validity period by cable, telex or facsimile
confirmed by registered letter. This letter (hereinafter called the “Letter of
Acceptance”) will state the sum that the Employer will pay to the contractor in
consideration of the execution, completion by the Contractor as prescribed by the
Contract (hereinafter and in the Contract called the “Contract Price”).
The notification of award will constitute the formation of the Contract, subject
only to the furnishing of a performance security in accordance with the provisions of
Security money.

23. SECURITY MONEY/PERFORMANCE GUARANTEE


Within 10 (ten) days after receipt of the Letter of Acceptance, the successful Bidder
shall deliver to the department a Performance Security of 5% (five percent) of Contract
Price for the period of the time for completion of works . Additional security money of
the
value of 5% as security for defect liability period of one year from the date of completion
shall be deducted from running bills @ 5%. However no deduction shall be made from
running bills if the contractor furnishes security money separately for defect liability
period.

The security shall be either in the form of Bank Guarantee or fixed deposit Receipts,
pledged in favour of U.P.Rajkiya Nirman Nigam Ltd., Vibhuti Khand, Gomti Nagar,
Lucknow from a Nationalized Bank.
Failure of the successful Bidder to comply with the requirements security money
shall constitutes sufficient grounds for cancellation of the award and forfeiture of the
Earnest Money. He also be debarred from participating future bids under U.P.Rajkiya
Nirman Nigam Ltd., Vibhuti Khand, Gomti Nagar, Lucknow.
13

24.EXECUTION OF AGREEMENT
Successful bidder shall have to execute an agreement on stamp paper of value as
applicable, through its authorized representative within two week from date of receipt
of acceptance letter/ work order. The Agreement will incorporate all agreements
between the Employer and the successful Bidder after the performance security is
furnished. Required stamp duty for the contract deed will be borne by the contractor.

25.MOBILIZATION ADVANCE/ADVANCE PAYMENT


(i- The Employer will make the following advance payment to the contractor against
provision by the Contractor of an Unconditional Bank Guarantee in prescribed
format (as per Appendix-14) by a Nationalized Bank acceptable to the Employer in
amounts 110% of the advance payment:
a.Mobilization advance up to 10 percent of the contract price will be paid in at
least two installments with interest rate @ 10% P.A. will be charged.
The guarantee shall remain effective until the advance payment has been repaid,
but the amount of the guarantee shall be progressively reduced by the amounts
repaid by the Contractor.
(ii- The advance payment shall be repaid by deducting proportionate amounts
otherwise due to the Contractor for the construction work, following the schedule
of completed percentage of the work on payment basis. No account shall be taken
of the advance payment or the repayment in assessing valuation of work done.
Variations. Price adjustments, Compensation events or liquidated damages.

26. RUNNING PAYMENTS


Contractor shall be entitled for payment running bills on monthly basis or a lesser
period, if required, but not less than 10% of value of contract. The running bills shall be
paid within 14 days of submission of bill.

27. TIME OF COMPLETION


The entire works to be completed within 09 months from the date of issue of work
order including rainy season. The extension of time of shall be permitted as per CPWD
norms if, required

28. VARIATIONS
a) The Engineer shall, having regard to the scope of the Works and the sanctioned
estimated cost, have power to order, in writing, Variations within the scope of the Works
he considers necessary or advisable during the progress of the Works. Such Variations
shall form part of the Contract and Contractor shall carry them out and include them in
updated Programmers produced by the Contractor. Oral orders of the Engineer for
various Variations, unless followed by the written confirmation, shall not be taken into
account.
b) If rates for variation items are specified in Bill of Quantity, the Contractor shall carry
out such work at the same rate. This shall apply for variation only up to the limit
prescribed in the contract data. If the variation exceeds this limit, the rates shall be
14

derived under the provision of clause- c for quantities (higher or lower) exceeding the
deviation limit.
iii. If the rates for Variation are not specified in the Bill of Quantities, the Engineer shall
derive the rate from similar items in the Bill of Quantities.
c) If the rate for Variation item cannot be determined in the manner specified in Clause
a or b, the Contractor shall, within 14 days of the issue of order of variation work, inform
the Engineer the rate which he proposes to claim, supported by analysis of the rates. The
Engineer shall assess the quotation and determine the rate based on prevailing market
rates within one month of the submission of the claim by the Contractor. As far as
possible, the rate analysis shall be based on the standard data book and the current
schedule of the rates of the district public work division. The decision of the Engineer on
the rate so determined shall be final and binding on the Contractor.
29. PROGRAMME AND RETURNS TO BE FURNISHED
As soon as practicable, but not later than 7 days after the acceptance of his tender,
the contractor shall submit to the Engineer-In-charge for his approval, a time schedule,
to carry out works and methodology of carrying out work. The contractor shall
whenever required by the Engineer-in-charge, furnish for his information arrangements
for carrying out the work. The submission to and approval by Engineer-in-charge of such
program or furnishing of such particulars shall not relieve the contractor of any of his
duties or responsibilities under the contracts. In addition, the contractor shall have to
furnish returns of work done by him, as may be directed by the Engineer-in-charge from
time to time. All labour lows enforced by the up Govt/Central Govt. will be applied to
the contractor.
30. EMPLOYMENT OF LABOUR
The contractor shall submit a daily report to the Engineer-in-charge regarding the
total labour employed by him for the work and shall be bound to pay wages which shall
not less than the wages fixed under Minimum Wages Act. All labour laws enforced by
the U.P. Government / Central Government will be applied to the contractor.

31. LINE AND LEVELS


The contractor shall be solely responsible for setting out the works and for the
correctness of the position, levels, dimensions and alignment according to the
specification and shall provide all necessary assistance, instruments, pegs, sticks, poles
and other materials, required for the purpose. The tender rates shall be deemed to
include all this

32. EXECUTION
The contractor shall have to execute various items of works strictly according to the
order and time schedule approved by the Engineer-in-charge. Materials will also be
tested as per required frequency of tests.
15

33. TECHNICAL STAFF AT SITE OF WORK


The contractor shall have to employ full time technical staff and other supporting
staff for supervision of the work of each construction site. Name of the technical staff
employed by the contractor shall be intimated in writing to the Engineer-in-charge. Any
change of technical staff during the execution of work should be intimated immediately
in writing to the Engineer-in-charge.

34. SITE OFFICE


The contractor shall establish and maintain a site office under his authorized
representative/technical staff. All relevant documents shall be kept in the site office.

35. SITE ORDER BOOK


A site order book shall be maintained at the site of work in which instructions shall
be given to the contractor as and when necessary. These instructions/orders, shall have
to be signed and complied by the Contractor or his authorized representative. The
entries in ‘Site Order Book’ shall be treated as proper notice serving upon the contractor
in terms of his Contract.

36. LIGHTING ARRANGEMENT


(a) The contractor shall make his own arrangement for lights during the fag end of the
day in case the work is likely to be delayed due to unavoidable circumstances.
(b) Agreement of Power & Water for execution of work at site power & water
will be arrangement by the contractor on own cast.
37. SAMPLES
Contractor shall establish laboratory with sufficient arrangement of testing facilities,
appliances and laboratory technicians etc. at the site and shall always co-operate in
procurement of samples, conduction of tests, as may be directed and no extra payment
shall be made for them. Test samples shall be taken carefully in accordance with the
I.S.I. method of sampling, no plea shall be entertained on this account. Job Mix Formula
for Concrete shall be designed from any reputed authority by the contractor on his cost.
In case it is designed by the agency itself it should be checked by third party/ an
independent agency.

38. TESTING OF MATERIALS


All materials and workmanship shall be of the respective kind described in the
contract and in the accordance with Engineer-in-charge instructions and shall be
subjected from time to time to the testes mentioned under specifications. The
contractor shall provide such assistance, labour and materials as are normally required
for examining measuring and testing of the works quantity weight or quality of materials
used and shall supply materials, sufficiently in advance for testing as mentioned under
specifications. The materials used subsequently for execution of the work shall strictly
conform to the quality and sample approved. Necessary test for which facilities are not
available locally or at site shall be conducted in the nearest available government
controlled Laboratories/Research Institutes, Lucknow or any other reputed technical
institution. Cost of such testing and forwarding of sample to the laboratory etc. shall be
16

borne by the contractor and nothing extra shall be paid on this account. Regular quality
control test registers shall be maintained by the contractor.

39. ROYALTIES AND TAXES ETC.


The contractor shall pay all royalties, license fee, labour cess and other charge at
query, octroi duties, custom duties, toll taxes, trade tax, service charge and any other
local taxes as may be levied. No passes for octroi or toll levied by local bodies on toll
bridges shall be issued by the department. Rate shall inclusive of the same. Nothing
extra shall be paid due to fluctuations in the cost of materials, machines bitumen,
P.O.L., labour and all types of taxes etc.

(a) Service tax shall be paid extra if applicable.

40. COMPLIANCE WITH LOCAL BYE LAWS


The contractor shall throughout the continuance of the contract and in respect of
all matters arising out of performance their off, confirm with all required regulating and
bye-laws of the local or other authorities which may be applicable to the works.

41. ROAD TRANSPORT


The contractor employing motor vehicles for transport of material shall abide by
provisions of the Motor Vehicles Act.

42. SAFETY CODE


The contractor must ensure to arrange rigid scaffolding or staging, working
platforms, gangways and stairway with safe means of excess shall provide to all
working places including Hoisting Machines with proper attachments and regular
maintenance with all other safety measures.
All necessary personal safety equipments as considered adequate by the Engineer
should be kept available for the use of the person employed on the site and maintained
in a condition suitable for immediate use, and the contractor should take adequate
steps to insure proper use of equipments for those concerns.
43. FIRST AID
At every work place there shall be maintained, in readily accessible place, first aid
appliance including an adequate supply of sterilized dressings and sterilized cotton
wool. The appliance shall be kept in good order and in large work place they shall be
readily available during working hours.

44. DAMAGES BY RAINS, ACCIDENTS OR NATURAL CALAMITIES


No payment will be made to the contractor for damage caused by rains, accidents
or other natural calamities during the progress of work. No claim what so ever shall be
entertained on this account.
17

The contractor shall be responsible for all injury to the work or workmen to
persons or things and for all damages to the structure.

The contractor shall reinstate all damage of every sort mentioned in this clause, so as
to deliver the whole of the contract works complete and perfect in every respect and
so as to make good or otherwise satisfy all claims for damages to the property or third
parties.
The contractor shall effect the insurance necessary and indemnify the Employer
entirely from all responsibilities in this respect. The insurance must be placed with a
company of repute with scope of insurance to include all damages or loss.
[

45. DEFAULT OF CONTRACTOR IN COMPLIANCE


Constant defiance of the instructions of the Engineer-in–charge on the part of the
contractor or his authorized agent will make the contract liable to be terminated.

(a) The contractor shell be registered in PF/ESI.

46. TERMINATION
1) The Employer may terminate the Contract if the Contractor causes a fundamental
breach of the Contract.
2) Fundamental breaches of Contract shall include, but shall not be limited to, the
following:
a) the contractor stops work for 28 days when no stoppage of work is shown on
the current Programme and the stoppage has not been authorized by the
Engineer;
b) the Contractor is declared as bankrupt or goes into liquidation other than for
approved reconstruction or amalgamation.

47. CLEARANCE OF SITE ON COMPLETION


The contractor shall at all times keep the premises free from accumulated
materials or rubbish caused by his employees on the works and on completion of the
work, he shall clear away and remove from site all surplus materials, rubbish and
temporary work of any kind and fill up borrow pits dug by him. He shall leave whole of
the site and work clean and in a workmanlike condition to the entire satisfaction of the
Engineer-in-charge.

48. ARBITRATION
All disputes or differences of any kind what so ever which shall at any time rise
between the parties shall after written notice by either party to the contract to the
other of them and to the U.P.R.N.N. herein after mentioned be referred for
adjudication to a sole arbitrator to the appointed as herein after provided.

For the purpose of appointing the sole arbitrator referred to above, the employer
will send within 30 days of receipt of the notice, to the contractor a panel of three
18

names of persons who shall be presently unconnected with the organization for which
the work is executed.

The contractor shall on receipt of the names as aforesaid; select any one of the persons
named to the appointed, as a sole arbitrator and communicate his name to the
employer within 30 days of receipt of the name. The employer shall their upon without
any delay appoint the set person Sole Arbitrator. If the contractor fails to communicate
such selection as provided above within the period specified, the competent authority
shall make the selection and appoint the selected person as the Sole Arbitrator.
The award of the arbitrator shall be final and binding on both the parties. The fees
and other costs, if any, of the arbitrator shall, if required to be paid before the award is
made and published, be paid half and half by each of the parties.
If any dispute arises between parties to the Contract it shall be under the
jurisdiction of Civil Court at Lucknow (Procedure for resolution of dispute exist in
general conditions of contract clause 25.1 to 25.7).

49. DEFECTS AFTER COMPLETION


The contractor shall make good at his own cost and to the satisfaction of the
employer all defects, shrinkage, settlements or other faults which may appear within
12 months after completion of the work.

50. Revised cost of the Project


Presently the Rate & Quantity of the items in B.O.Q of the Tender are based on technical
sanction of the Project. If revised estimate of the project will be sanction by the U.P.
Government on the recommendation of EFC for Complete the project. The same will be
payable to the contractor as per revised technical sanction based on revised sanction of
the project and terms &condition/LOI & Agreement. No Claim will entertain without
sanction revised estimate by U.P Govt.
51. Milestones to be achieved during the contract period
a) 1/8th of the value of entire contract work up to ¼ th of the
period allowed for completion of construction.
b) 3/8th of the value of entire contract work up to ½ of the
period allowed for completion of construction.
c) 3/4th of the value of entire contract work up to ¾ th of the
period allowed for completion of construction.
52.
LIQUIDATED DAMAGES
Amount of liquidated damages for For Whole of work 1 percent of the Initial
delay in completion of works Contract Price, rounded of to the nearest
thousand, per week.
Maximum limit of liquidated damages 10 percent of the Initial Contract Price
for delay in completion of work. rounded off to the nearest thousand.
The authorized person to make payments is Project Manager or Unit Incharge of Unit.
19

PROFORMA’S

FOR

TECHNICAL BID
20

Appendix - 1

I . Details of Earnest money Enclosed (Duly Pledged in favour of U.P.Rajkiya Nirman


Nigam Ltd, Vibhuti khand, Gomti Nagar, Lucknow)

1. FDR/NSC/CDR/ No……. Date:


Name of Issuing Post Office/Bank

2. Bank
Guarantee Amount
Bank Guarantee no
Name and Address of
Issuing Branch and Date

Signature of Bidder
21

Appendix - 2

General Information
1) Name of the firm
2) Address
3) Contact Person

Phone
Fax
E-mail
Cell Phone
4) Place and year of incorporation of the firm

5) Registration No. (copy to be enclosed)


6) Details of registration (State PWD/CPWD/MES)

a) Class

b) State
c) Date of Registration

d) Validity
7) Constitution of the firm (Pvt. Ltd., Public, Proprietary etc.)

8) Name and qualification of the Chief Executive of the firm.

Organization Structure of the Firm


Technical Chief of the Organization
a. Name
b. Designation
c. Address

d. Telephone

Fax
E-mail
Mobile
e. Qualification
f. Experience in years as well as projects (attached C.V)
g. Age
Signature of Bidder
22

Appendix - 3

Details of Projects handled


1) Details of completed projects each with an outlay or more than 80% Tendered cost
(i- last five years (2008-09 to 2012-13)
(Furnish in Annexure I)
(Completion certificates must be enclosed)
(ii- 50% of Tendered cost
(iii- 40% of Tendered cost

Project/ Name of Description Value of Stipulated Actual Remarks,


Work the of Works Contract time of time of Explain
Name Client, (Rs. In completion completion reasons
Place lacs) for delay,
and if any
State

2) Details of existing commitments and ongoing projects

Project Name Value of Stipulated Date Date of Value of Anticipated


/ Work of the Contract time of of Completion Works time of
Name Client, (Rs. In completion Start Remaining completion
Place lacs) to be
and completed
State
23

Signature of Bidd

Appendix - 4
Format for availability of Credit Facilities

BANK CERTIFICATE
This is to certify that
M/S ………………………………………………………………………………………………. is a reputed
Company with a good financial Standing.
If the contract for the work namely……………………………..
………………………………….overdraft/Credit facilities to the extent of
Rs …………………………………………………. to meet their working capital requirements for
executing the above Contract.

Sign of Bank Manager


Name………………………………………….
Address of the Bank
Stamp
Note:- Certificate should be on the letter head of the Bank.
24

Appendix - 5
Financial Information
1) Turnov
er for the last five years (Civil Engineering Works)
Sl. No. Year Turnover (Rs. In lacs) Remarks
3 2011-12
4 2012-13
5 2013-14
Enclose certificate from the concerned Officer not below the rank of Chief
Account Officer/Finance controller in the case of Govt. or from Chartered
Accountant in the case of Private Organizations.

2) Permanent Account Number (IT)

3) Service Tax registration number

4) Income Tax clearance certificate


(Enclose copies for the last five years)

Signature of Bidder
25

Appendix - 6
Details of Machinery and Equipment owned

Name of Nos. Capacity/Size Age/ Owned/Leased


Equipment Condition or to be
Purchased

Signature of Bidder
26

Appendix- 7

Details of Important Technical Personnel to be provided as in II above

Qualification of technical personnel proposed for the Contract.

Position Name Qualification Years of experience


Road Building Other
Works Works

Signature of Bidder
27

Appendix- 8

Attested copy of the partnership deed if it is partnership firm and registration


certificate in case of company, sole proprietorship declaration in case of proprietorship
firm. Joint ventures shall not be accepted.

SIGNATURE OF BIDDER
28

Appendix- 9

Authority letter, if firm, in favour of the person who has signed the tender
document with telephone no. and complete postal address.

SIGNATURE OF BIDDER
29

Appendix-10
Standard Form of Agreement
Notes on Standard Form of Agreement
The Agreement should incorporate any corrections or modifications to the Bid resulting
from correction of errors

Standard Form : Agreement

Agreement

This agreement, made the day of…………….of 2015…………………………………………….


Unit, U.P.R.N.N. ………………………………
(hereinafter called “the Employer”) of the one part, and
------------------------------------
-------------------------------
-------------------------------
[name and address of Contractor] (hereinafter called “the Contractor” of the other part)
Whereas the Employer is desirous that the Contractor execute the Work of……………………
District-………………… (hereinafter called “the Works”) and the Employer has accepted the Bid
by the Contractor for the execution and completion of such Works and the remedying of any
defects therein at a cost if Rupees……………… [Rs………………………..only].

NOW THIS AGREEMENT WITNESSETH as follows:


1. In this Agreement, words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract hereinafter referred to, and they shall be
deemed to form and read and construed as part of this Agreement.
2. In consideration of the payments to be made by the Employer to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Employer to execute
and complete the Works and remedy any defects therein in conformity in all aspects with
the provisions of the Contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the execution
and completion of the Works and remedying the defects wherein the Contract Price or
such other sum as may become payable under the provisions of the Contract at the times
and un the manner prescribed by the Contract.
4. The following documents shall be deemed to form and be read and construed as part of
this Agreement, viz:
i) Letter of Acceptance;
ii) Notice to proceed with the works;
30

iii) Contractor’s Bid;

iv) Contract Data;


v) Special Conditions of Contract and General Conditions of Contract;
vi) Specifications
vii) Drawings;
viii) Bill of Quantities;
ix) Any other document listed in the Contract Data as forming part of the contract.

In witness whereof the parties thereto have caused this Agreement to be executed the day
and year first before written.
The Common Seal of

Project Manager/ Unit Incharge


Unit- …………………..UPRNN
District

Was hereunto affixed in the presence of;


Signed, Sealed and Delivered by the said To,

In the presence of: Assistant Resident Engineer/ Resident Engineer/Sub Engg.

Binding Signature of Employer authorized representative

Project Manager/ Unit Incharge


Unit- …………………..UPRNN
District

Binding Signature of Contractor


31

Appendix-11
Form of Bid
Notes on Form of Bid
The Bidder shall fill in and submit this form with the Bid.

………………………..Date

To [Name of Employer] U.P. Rajkiya Nirman Nigam Ltd, Lucknow represented by


Project
Manager………………………………………..Unit…………………………………………………………………………
Address [insert
address]………………………………………………………………………………………………………………
Deception of the
Works……………………………………………………………………………………………………………….
………………………………………………………………………………………………………………………………………………
1. I/We offer to execute the work described above and remedy any defects therein
conformity with the condition of contract, specifications, drawings, Bill of Quantity and
Addenda for

a) For percentage rate……………………………percentage below/percentage above/at par with the


rate entered in the schedules of rate, as referred to in clause C page-4 (Bid Prices) of ITB.

2. We undertake to commence the work on receiving the notice to proceed with work in
accordance with the contracts documents.

3. This Bid and your written acceptance of itself constitute a bidding contract between us. We
understand that you are not bound to accept the lowest or any bid you receive.

We hereby confirm that this bid complies with the bid ability and earnest money required
by the bidding documents and specified in the appendix to ITB.

Authorized
Signature:………………………………………………………………………………………………………………….
Name of Title of Signatory………………………………………………………………………………………………………….
Name of Bidder………………………………………………………………………………………………………………………….
Authorized Address of Communication:……………………………………………………………………………………..
…………………………………………………………………………………………………………………………………………………..
………………………………………………………………………………………………………………………………………………….
Telephone No. (s):(office):………………………………………………………………………………………………………….
Mobile No :…………………………………………………………………………………………………………………………………
Facsimile (FAX)
No.:…………………………………………………………………………………………………………………….
Electronic Mail Identification (E- Mail ID)…………………………………………………………………………………...
32

Appendix-12
OFFICE OF THE PROJECT MANAGER
…………………………………………….Unit,
District………………………………………..
No……………………………….. Dated……………………………

LETTER OF ACCEPTANCE
To,
M/s…………………………………………..
…………………………………………………
…………………………………………………

This is to notify you that on behalf of the Employers the Project


Manager………………………….
………………….Unit, U.P.R.N.N Ltd…………………….has accepted your bid
dated……………………………for
Execution of the District………………………….for the Contract Price of
Rs………………………………………..
(Rs. …………………………………………………………………….only) is hereby accepted by our Agency.
You are hereby requested to furnish Performance Security, in the form detailed in Cl. 23
of ITB for an amount of Rs. ……………………..(Rs.
…………………………………………………………………………..)
Within 10 days of the receipt of this letter of acceptance valid up to 45 days from the date
of
expiry of Defects Liability Period (i.e. up to …………………………………..) and sign the contract,
failing
which action as stated in Cl. 15(h) of ITB will be taken.
Yours faithfully

Project Manager
………………………………………Unit,
District…………………………………
No. & Dated as above
Copy of G.M. …………………………………………………………………….for information and necessary
action.

Project Manager
………………………………………Unit,
District…………………………………
33

Appendix-13

OFFICE OF THE PROJECT MANAGER


……………………….Unit, District…………………………

Issue of Notice to proceed with the work

Letter No. ………………………… Dated……………………………

To,
………………………………………………..
…………………………………………………
…………………………………………………
Dear Sir,
Pursuant to your furnishing the requisite performance security as stipulated in ITB
Clause and signing of the contract for the construction of
………………………………………………………
For Distt. …………………………………………………………………..you are hereby instructed to proceed
with
The execution of the said work in accordance with the Contract documents.

Your’s faithfully

Project Manager
………………………………………Unit,
District…………………………………
34

Appendix-14
(d) Form of unconditional Bank guarantee for advance payment.
BANK GUARANTEE FOR ADVANCE PAYMENT
To,
Project Manager,
………………………………………Unit,
District………………………………….

Gentiemen :
In accordance with the provisions of general conditions of Contract , clause 45
(“Advance Payment”) of the above mentioned contract,
……………………………………………………………………………..……………………………………………………………………
[Name and addresses of contract] (hereinafter called “the Contractor) shall deposit with
performance under the said clause of the contract in the amount of
………………………………………….[amount of guarantee’]
…………………………………………………………………………………[in words].
We, the ……………………………………………..[bank or financial institution], as instructed by
the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and
not as Surety merely, the payment to …………………………………………………………………..[Name of
Employer]on his first demand without whatsoever right of objection on our part and
without his firstclaim to the contract, in amount not exceeding
………………………………………………………………………….[amount of
guarantee]*…………………………………………………… .
We further agree that no change or addition to or other modification of the term of
thecontract or of works to be performed there under or of any of the contractor documents
whichmay be released us from any liability under this guarantee, and we hereby waive notice
of anysuch change, addition or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment
under the contract until ………………………………………………………………………………[Name of
Employer]receives full repayment of the same amount from the Contractor.

Your truly,
Signature and seal : ……………………………………..
Name of Bank/Financial Institution : …………….
Addresses : ……………………………………………………
Date : …………………….

* An amount shall be inserted by the Bank or Financial Institution representing


the amount of the advance payment and denominated in Indian Rupees .
35

Appendix-15

PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT


(ON NON JUDICIAL PAPER OF APPROPRIATE VALUE)

Bank Guarantee No. & date………………………………..

Guaranteed Amount: Rs………………………………..

Date of Expiry:

Name of Work: Construction of Type IV Residence Work (Balance Civil Work),Jhansi


To,
Unit Incharge
U.P. Rajkiya Nirman Nigam Ltd.
Jhansi Unit, Jhansi

Dear Sir,

M/s………………(Tender Name and Address)…………..wish to submit their bid for award of work for
Construction of Type IV Residence Work (Balance Civil Work),Jhansi per prescribed terms and
conditions of the tender document, and is due for submission by……………2015. The Tender conditions
require the intending tenderer to submit a sum of Rs.42 Lacs as DD/CDR/NSC and rest amount in the
shape of Bank Guarantee as Earnest Money Deposit. This includes Bank Guarantee executed by
Nationalized Bank, on behalf of Intending Tenderer, undertaking full responsibilities to indemnify the
U.P. Rajkiya Nirman Nigam Ltd., Lucknow in case of default of the prescribed terms and conditions of
the said Tender.

M/s………………(Tender Name and Address)…………..has, in view of the above, approached us and at their
request and in consideration of the promises, we,…………..(Bank Name) having our office
at………………..(Address)……………have agreed to give such guarantee as hereunder mentioned:-

1. We,…………(Name of Bank)………., do hereby undertake and agree to pay to you, on demand, in


such manner as you may direct, full amount of Rs. ……………………......or part thereof, in the
event of any default made by M/s………….(Tender Name and Address)……………..in performing
any of the terms and conditions of the tender and against any loss or damage caused to or
suffered or would be caused to or suffered by the U.P.Rajkiya Nirman Nigam Ltd, Visheshwariya
Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow by reason of any breach of the terms and
conditions of the tender referred above.

2. We,…………(Name of Bank)………., do hereby undertake to pay the amounts due and payable
under the Guarantee without any demur, merely on demand from the U.P.Rajkiya Nirman
Nigam Ltd, Lucknow stating that the amount claimed is due by way of loss or damage caused to
or would be caused to or suffered by the Nigam by reason of breach by the said bidder of any
of the terms and conditions submitted by the bidder or by reason of failure to perform the said
commitment. Any such demand made of the Bank shall be conclusive with regard to the
amount due and payable by the Bank under this guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding Rs. ……………………….. .
36

3. We undertake to pay the U.P.Rajkiya Nirman Nigam Ltd,Visheshwariya Bhawan, Vibhuti Khand,
Gomti Nagar, Lucknow any money so demanded not withstanding any dispute or disputes
raised by the bidder in any suit or proceeding pending before any court or tribunal relating
thereto or liability under this present being absolute and unequivocal. The payment so made by
us under this bond shall be valid discharge of our liability for payment thereunder and the
bidders shall have no claim against us for making such payment.
4. We,…………(Name of Bank)………., further agree that guarantee herein contained shall remain in
full force and effect during the period that would be taken for the performance of the said
commitment and for any liability which may arise during its legal validity. It shall continue to be
enforceable till all the dues of the Government under or by virtue of the said commitment have
been fully paid and its claims satisfied or discharged or till U.P.Rajkiya Nirman Nigam Ltd, Gomti
Nagar, Lucknow certifies that the Terms & Conditions of the said commitment have been fully
and properly carried out by the said bidder and accordingly discharges this guarantee. Unless a
demand or claim under this Guarantee is made on us in writing on or before……….., we shall be
discharged from all liabilities under this guarantee thereafter.

5. We,…………(Name of Bank)………., further agree, that the U.P.Rajkiya Nirman Nigam


Ltd,Visheshwariya Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow shall have fullest liberty
without our consent and without affecting in any manner our obligations hereunder to vary the
Terms & Conditions of the said Tender Enquiry or to extend time of performance by the said
bidder from time to time or to postpone for any time or from time to time any of the powers
exercisable by the U.P.Rajkiya Nirman Nigam Ltd,Visheshwariya Bhawan, Vibhuti Khand, Gomti
Nagar, Lucknow against the said bidder and to forbear or enforce any of the Terms &
Conditions relating to the said Tender Enquiry and we shall not be relieved from our liability by
reason of such variations or extensions being granted to the said bidder or for any forbearance,
act or omission on the part of U.P.Rajkiya Nirman Nigam Ltd,Visheshwariya Bhawan, Vibhuti
Khand, Gomti Nagar, Lucknow or any indulgence by the U.P.Rajkiya Nirman Nigam
Ltd,Visheshwariya Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow with the said bidder or any
such matter or thing whatsoever which under the law relating to sureties would, but for the
provision, have effect of so relieving us.

6. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up, dissolution or changes in the constitution or insolvency of the said bidder but shall
in all respects and for all purposed be binding and operative until payment of all money due to
you in respect of such liabilities is paid.

7. This guarantee will not be discharged due to the change in constitution of Bank.

8. We,…………(Name of Bank)………., lastly undertake not to revoke this guarantee during the
currency except with the previous consent of the U.P.Rajkiya Nirman Nigam Ltd,Visheshwariya
Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow in writing.

Yours faithfully,

……………………Bank
By its Constituted Attorney

Signature of a person duly authorized to sign


On behalf of the Bank.

Dated:………………….
37

General Conditions of Contract


A. General

1. Definitions
1.1 Terms

Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.

Compensation Events are those defined in Clause 40 hereunder.

The Completion Date is the date of completion of the Works as certified by the Engineer, in
accordance with Clause 48.1

The Contractor is a person or corporate body whose Bid to carry out the Works, including
routine maintenance, has been accepted by the Employer.
The Contractor’s Bid is the completed bidding document submitted by the Contractor to the
Employer.
The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in
accordance with the provisions of the Contract.
Days are calendar days, months are calendar months.
A Defect is any part of the Works not completed in accordance with the Contract.
The Defects Liability Certificate is the certificate issued by Engineer, after the Defect Liability
Period has ended and upon correction of Defects by the Contractor.
The Defects Liability Period is one year’s calculated from the completion Date.
Drawings include calculations and other information provided or approved by the Engineer for
the execution of the Contract.
The Employer is U.P.R.N.N., who employs the Contractor to carry out the Works, including
routine maintenance. The Employer may delegate any or all functions to a person or body
nominated by him for specified functions.
The Engineer is the person/ any other competent person appointed by the Employer and
notified to the Contractor, to act in replacement of the Engineer who is responsible for
supervising the execution of Works and administering the Contract.
Equipment is the Contractor’s machinery and vehicles brought temporarily to the site to
construct the Works.

The Initial Contract Price is the Contract Price listed in the Employer’s Letter of Acceptance.

The Intended Completion Date is the date on which it is intended that the Contractor shall
complete the Works. The Intended Completion Date may be revised only by the Engineer by
issuing an extension of time.
Materials are all supplies, including consumables, used by the Contractor for incorporation in
the Works.
38

Plant is any integral part of the Works that shall have a mechanical, electrical, electronic,
chemical, or biological function.

The Site is the area defined as such in the Contract.

Site Investigation Reports are those that were included in the bidding documents and are
reports about the surface and subsurface conditions at the Site.
Specifications means the Specification of the Works included in the Contract and any
modification or the addition made or approved by the Engineer.
The Start Date is given in the Contract. It is the date when the Contractor shall commence
execution of the Works. It does not necessarily coincide with any of the Site Possession Dates.

A Sub-Contractor is a person or corporate body who has a Contractor to carry out a part of the
construction work in the Contract, which includes work on the Site.
Temporary Works are works designed, constructed, installed and removed by the Contractor
that are needed for construction or installation of the Works.

A Variation is an instruction given by the Engineer, which varies the Works.


The Works, as defined in the Contract Data, are what the Contract requires the Contractor to
construct, install, maintain and turn over to the Employer. Routine maintenance is defined
separately.
2. Interpretation
2.1 In interpreting these Conditions of Contract, singular also means plural, male also means
female or neuter, and the other way around. Headings have no significance. Words have their
normal meaning under the language of the Contract unless specifically defined. The Engineer
will provide instructions clarifying queries about these Conditions of Contract.
2.2 If sectional completion is specified in the Contract Data, references in the Conditions of
Contract to the Works, the Completion Date, and the Intended Completion Date apply to any
Section of the Works (other than references to the Completion Date and Intended Completion
Date for the whole of the Works).
2.3 The documents forming the Contract shall be interpreted in the following order of
priority:
1) Agreement,
2) Notice to Proceed with the Work,
3) Letter of Acceptance,
4) Contractor’s Bid,
5) Special Conditions of Contract Part II,
6) General Conditions of Contract Part I,
7) Specifications,
8) Drawings,
9) Bill of Quantities, and
10) Any other document listed in the Contract Data
39

3. Language and Law


3.1 The language of the Contract and the law governing the Contract are stated in the
Contract Data.
4. Engineer’s Decision
4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters
between the Employer and the Contractor in the role representing the Employer. However, if
the Engineer is required under the rules and regulations and orders of the Employer to obtain
approval of some other authorities for specific actions, he will so obtain the approval.
4.2 Except as expressly stated in the Contract, the Engineer shall not have any authority to
relieve the Contractor of any of his obligations under the contract.

5. Delegation
5.1 The Engineer, with the approval of the Employer, may delegate any of his duties and
responsibilities to other people, after notifying the Contractor, an d may cancel any delegation
after notifying the Contractor.
6. Communications
6.1 All Certificate, notices or instructions to be given to the contractor by the Employer/
Engineer shall be sent on the address or contact details given by the contractor in section 6-
Form of Bid. The address and contact details for communications with the Employer/Engineer
shall be as per the details given Contract Data to GCC. Communications between parties that
are referred to in the conditions shall be in writing. The Notice sent by facsimile (fax) or other
electronic means shall be effective on confirmation of the transmission. The Notice sent by
Registered post or Speed post shall be effective on delivery or at the expiry of the normal
delivery period as undertaken by the postal service.

7. Subcontracting
7.1 The contractor may subcontract part of the construction work with the approval of the
Employer in writing, upto 25% of the contract price but will not assign the Contract.
Subcontracting shall not alter the contractor’s obligations.
7.2 Beyond what has been stated in clauses 7.1, if the contractor proposes sub contracting
any part of the work during execution of the works, because of some unforeseen
circumstances to enable him to complete the work as per terms of the contract, the Employer
will consider the following before according approval:
a) The Contractor shall satisfy himself before recommending to the employer whether
b) The Contractor shall not sub-contract any part of the work without prior consent of the
Employer. Any such consent shall not relieve the contractor from any liability or obligation
under the contract and he shall be responsible for the acts, defaults and neglects of any his
sub-contractor, his agents or workmen as fully as if they were the acts, defaults or neglects of
the Contractor, his agents and workmen.
7.3 The Engineer should satisfy himself before recommending to the Employer whether
a) The circumstances warrant such sub-contracting: and
40

b) The sub-contractor so proposed for the work possess the experience, qualification and
equipment necessary for the job proposed to be entrusted to him in proportion of the
Quantum of works to be sub-contracted.

8. Other Contractors
7.1 The contractor shall co-operate and share the site with other contractors. Public
authorities utilities, and the employer between the dates given in the schedule of other
contractors, as referred to in the contract data. The contractor shall also provide facilities and
services for them as described in the schedule. The employer may modify the schedule of
other contractor, and shall notify the contractor of any such modification.
7.2 The contractor should take up the work in convenient reaches as decided by the Engineer
to ensure there is least hindrance to the smooth flow of traffic including movement of vehicles
and equipment of other contractors till the completion of the works.

9. Personnel
9.1 The contractor shall employ for the construction work and routine maintenance the
technical personnel named in the Contract Data or other technical persons approved by the
Engineer. The Engineer will approve any proposed replacement of technical personnel only if
their relevant qualifications and abilities are substantially equal to or better than those of the
personnel stated in the Contract Data.
9.2 If the Engineer asks the Contractor to remove a person who is a member of the
Contractor’s staff or work force, stating the reasons, the Contractor shall ensure that the
person leaves the Site within seven days and has no further connection with the Works in the
Contract.
9.3 The Contractor shall not employ any retired Gazetted officer who has worked in the
Engineering Department of the State Government and has either not completed two years
after the date of retirement or has not obtained State Government’s permission to
employment with the Contractor.

10. Contractor’s Risks


10.1 The Employer carries the risks which this Contract states are Employer’s risks, and
the Contractor carries the risks that this Contract states are Contractor’s risks.

11. Employer’s Risks


11.1 The Employer is responsible for the excepted risks which are (a) in so far as they
directly affect the execution of the Works in the Employer’s country, the risks of war, invasion,
act of foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil
war, riot commotion or disorder (unless restricted to the Contractor’s employees), natural
calamities and contamination from any nuclear fuel or nuclear waste or radioactive toxic
explosive, or (b) a cause due solely to the design of the Works, other than the Contractor’s
design.
41

12. Contractor’s Risks


12.1 All risks of loss or damage to physical property and of personal injury and death
which arise during and in consequence of the performance of the Contract other
than the excepted risks, referred to in clause 11.1, are the responsibility of the
Contractor.
13. Insurance
13.1 The Contractor at his cost shall provide, in the joint names of the Employer and the
Contractor, insurance cover from the Start Date to the date of completion, in the amounts and
deductibles stated in the Contract Data for the following events which are due to the
Contractor’s risks.
a) loss of or damage to the Works, Plant and Materials;
b) loss of or damage to equipment;
c)loss of or damage to property (except the Works, Plants, Materials and Equipment) in
connection with the Contract; and
d) Personal injury or death.
13.2 Insurance policies and certificates for insurance shall be delivered by the Contractor to
the Engineer for the Engineer’s approval before the completion date/ Start Date. All such
insurance provide for compensation to be payable in Indian Rupees to rectify the loss or
damage incurred.
13.3 (a) The contractor at his cost shall also provide, in the joint names of the Employer and
the Contractor, insurance cover from the date of completion to the end of defect liability
period, in the amounts and deductibles stated in the Contract Data for the following events
which are due to the Contractor’s risks.
(b) Personal injury or death.
13.4 Insurance policies and certificates for insurance shall be delivered by the Contractor to
the Engineer for the Engineer’s approval before the completion date/Start date. All such
insurance shall be provide for compensation to be payable in Indian Rupees.
13.5 Alterations to the terms of insurance shall not be made without the approval of the
Engineer.
13.6 Both parties shall comply with any conditions of the insurance policies.
14. Site Investigation Reports
14.1 The Contractor, in preparing the Bid, may rely on any Site Investigation Reports referred
to in the Contract Data, supplemented by any other information available to him, before
submitting the bid.
15. Queries about the Contract Data
15.1 The Engineer will clarify queries on the Contract Data.
16. Contract to Construct the Works
16.1 The Contractor shall construct, and install and maintain the Works in accordance with
the Specifications and Drawings.
16.2 The Contractor shall construct the works with intermediate technology, i.e., by manual
means with medium input of machinery required to ensure the quality of works ae per
42

specifications. The contractor shall deploy the equipment and machinery a given in Contract
Data.
17. The Works to be Completed by the Intended Completion Date
17.1 The Contractor may commence execution of the Works on the Start Date and shall
carry out the Works in accordance with the Programme submitted by the Contractor, as
updated with the approval of the Engineer, and complete them by the Intended Completion
Date.

18. Approval by the Engineer


18.1 The contractor shall submit Specifications and Drawings showing the proposed
Temporary Works to the Engineer, who is to approve them.
18.2 The contractor shall be responsible for design of Temporary Works.
18.3 The Engineer’s approval shall not alter the Contractor’s responsibility for design the
Temporary works.
18.4 The Contractor shall obtain approval of third parties to the design of the Temporary
Works, where required.
18.5 All Drawings prepared by the Contractor for the execution of the temporary or
permanent Works, are subject to prior approval by the Engineer before their use.

19. Safety
19.1 The Contractor shall be responsible for the safety of all activities on the Site.

20. Discoveries
20.1 Anything of historical or other interest or of significant value unexpectedly discovered on
the Site shall be the property of the Employer. The Contractor shall notify the Engineer of such
discoveries and carry out the Engineer’s instructions for dealing with them.
21. Possession of the Site
21.1 The Employer shall handover complete or part possession of the site to the Contractor 7
days in advance of construction programme. At the start of the work, the employer shall
handover the possession of at-least 75% of the site.
22. Access to the Site
22.1 The Contractor shall allow access to the Site and to any place where work in connection
with the Contract is being carried out, or is intended to be carried out to the engineer and any
person/persons/agency authorized by:
a. The Engineer
b. The Employer

23. Instructions
23.1 The Contractor shall carry out all instructions of the Engineer, which comply with the
applicable laws where the Site is located.
24. Dispute Redressal System
24.1 If any dispute or difference of any kind what-so-ever shall arises in connection with or
arising out of this Contract or the execution of Works or maintenance of the Works there
under, whether before its commencement or during the progress of Works or after the
termination. Abandonment or breach of the Contract, it shall, in the first instance, be referred
43

for settlement to the competent authority, described along with their powers in the Contract
Data, above the risk of the Engineer,

The competent authority shall within a period of a forty-five days after being requested in
writing by the Contractor to do so, convey his decision to the Contractor. Such decision in
respect of every matter so referred shall, subject to review as hereinafter provided, be final
and binding upon the Contractor. In case the Works if already in progress, the Contractor shall
proceed with the execution of the Works, including maintenance thereof, pending receipt of
the decision of the competent authority as aforesaid, with all due diligence.

24.2 Either party will have the right of appeal, against the decision of the competent
authority, to the arbitration if the amount appealed exceeds rupees one lakh.
25. Procedure for Resolution of Disputes
25.1 The Competent Authority mentioned in clause 24.1 shall give a decision in writing within
45 days of receipt of a notification of a dispute.
25.2 Either party may refer a decision of the Competent Authority to Arbitration within 28
days of the Competent Authority’s written decision Arbitration shall be under the Arbitration
and Conciliation Act 1996. If neither party refers the dispute to Arbitration within the above 28
days, the Competent Authority’s decision will be final and binding.
25.3 The Arbitration shall be conducted in accordance with the following procedure, in case
Initial Contract Price is more than Rs. 5 Crore or the Contractor is a Foreign Contractor, who
has bid under ICB:-
a) In case of a decision of the Competent Authority in a dispute or difference arising
between the Employer and a Contractor relating to any matter out of or connected
with this Agreement, the matter will be referred to an Arbitral Tribunal. The Arbitral
Tribunal shall consist of three Arbitrators, one each to be appointed by the Employer
and the contractor. The third Arbitrator shall be chosen by the two Arbitrators so
appointed by the parties and shall act as presiding Arbitrator. In case of failure of the
two Arbitrators appointed by the parties to reach upon a consensus within a period
of 30 days from the appointment of the Arbitrator appointed subsequently, the
Arbitrator shall be appointed by the Chairman of the Executive Committee of the
Indian Roads Congress.
b) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) above
within 30 days after receipt of the notice of the appointment of its arbitrator by the
other party, then the Chairman of the Executive Committee of the Indian Roads
Congress shall appoint the arbitrator.
A certified copy of the order of the Chairman of the Executive Committee of
the Indian Roads Congress, making such an appointment shall be furnished to each of
the parties.
c)The decision of the majority of arbitrators shall be final and binding upon both parties.
The cost and expenses of Arbitration proceedings will be paid as determined by the
Arbitral Tribunal. However, the expenses incurred by each party in connection with
the preparation, presentation etc. of its proceedings as also the fees and expenses
paid to the arbitrator appointed by such party or on its behalf shall be borne by each
party itself.
25.4 Where the Initial Contract Price as mentioned in the Acceptance Letter is Rs.5 Crore
and below, disputes and differences in which an Adjudicator has given a decision shall be
referred to a sole Arbitrator. The sole Arbitrator would be appointed by the agreement
44

between the parties; failing such agreement within 15 days of the reference to arbitration, by
the appointing authority, namely the Chairman of the Executive Committee of the Indian Road
Congress.

25.5 Arbitration proceedings shall be held at_Lucknow(U.P.), India, and the language of the
arbitration proceedings and that of all documents and communications between the parties
shall be English.
25.6 Performance under the contract shall continue even after references to the arbitration
and payments due to the contractor by the Employer shall not be withheld, unless they are the
subject matter of the arbitration proceedings.
25.7 If any dispute arises between parties to the Contractor it shall be under the jurisdiction
of Civil Court at Lucknow.
B. TIME CONTROL
26. Programme
26.1 Within the time stated in the Contract Data, the Contractor shall submit to the Engineer
for approval a Programme showing the general methods, arrangements, order and timing for
all the activities in the Works, along with monthly cash flow forecasts for the construction of
works.
26.2 The Contractor shall submit the list of equipment and machinery being brought to Site,
the list of key personal being deployed, the list of machinery/equipments being placed in field
laboratory and the location of field laboratory along with the programme. The Engineer shall
cause these details to be verified at each appropriate stage of the programme.
26.3 An update of the Programme shall be a programme showing the actual progress
achieved on each activity and the effect of the progress achieved on the timing of the
remaining Works, including any changes of the sequence of the activities.
26.4 The Contractor shall submit to the Engineer for approval an update programme at
intervals of 60 days no longer than the period stated in the Contract Data. If the Contractor
does not submit an updated programme within this period, the Engineer may withhold the
amount stated in the Contract Data from the next payment certificate and continue to
withhold this amount until the next payment after the date on which the overdue programme
has been submitted.
26.5 The Engineer’s approval of the programme shall not alter the Contractor’s obligations.
The contractor may revise the programme and submit it to the engineer again at any time. A
revised programme shall show the effect of variations and compensation events.
27. Extension of the intended completion date.
27.1 The Engineer shall extend the intended completion date if a compensation event occurs
or a variation is issued which makes it impossible for completion to the achieved by the
Intended Completion Date without the Contractor taking steps to accelerate the remaining
Works, which would cause the Contractor to incur additional cost.
27.2 The Engineer shall decide whether and by how much time to extend the Intended
Completion Date within 21 days of the Contractor asking the Engineer for a decision upon the
effect of a compensation event or variations and submitting full supporting information. If the
Contractor has failed to corporate in dealing with a delay, the delay by this failure shall not be
considered in accessing the new Intended Completion Date.
45

28. Delays Ordered by the Engineer


28.1 The Superintending Engineer may instruct the Contractor to delay the Start or progress
of any activity within the Works. Delay/delays totaling more than 30 days will require prior
written approval of the Employer.

29. Management Meetings


29.1 The Engineer may require the Contractor to attend a management meeting. The
business of a management meeting shall be to review the plans for the Works.

29.2 The Engineer shall record the business of management meetings and provide copies of
the record to those attending the meeting. The responsibility of the parties for actions to be
taken shall by the Engineer either at the management meeting or after the management
meeting and stated in writing to all those who attended the meeting.

C. Quality Control
30. Identifying Defects
30.1 The Engineer shall check the Contractor’s work and notify the Contractor of any Defects
that are found. Such checking shall not affect the Contractor’s responsibilities. The Engineer
may instruct the Contractor to search for a Defect and to uncover and test any work that the
Engineer considers may have a Defect.

31. Tests
31.1 For Carrying out mandatory tests as prescribed in the specification. The Contractor shall
establish field laboratory at the location decided by the Engineer. The field laboratory will have
minimum equipments as specified in the Contract Data. The contractor shall be solely
responsible for :
a. Carrying out mandatory tests prescribed in the Specifications, and
b. For the corrections of the test results, whether performed in his laboratory or
elsewhere.
31.2 If the Engineer instructs the Contractor to carry out a test not specified in the
Specifications/Rural Roads Manual to check whether any work has a Defect and the test shows
that it does, the Contractor shall pay for the test and any samples.

32. Correction of Defects noticed during the Defect Liability Period for one year.
32.1 The Engineer shall give notice to the Contractor of any Defects before the end of the
Defects Liability Period, which begins at Completion of work. The Defects Liability Period shall
be extended for as long as Defects remain to be corrected.
32.2 Every time notice of Defect/Defects if given, the Contractor shall correct the notified
Defect/Defects within the duration of time specified by the Engineer’s notice.
32.3 The RFI system will be followed for execution of work.
33. Uncorrected Defects
33.1 If the Contractor has not corrected a Defect pertaining to the Defect Liability Period
under clause 32.1 and of these conditions of Contract, to the satisfaction of the Engineer,
within all time specified in the Engineer’s notice, the Engineer will assess the cost of having the
Defect corrected, and the Contractor will pay this amount, on correction of the Defect.
46

D. Cost Control
34. Bill of Quantities
34.1 The Bill of Quantities shall contain items for the construction, installation, testing, and
commissioning, maintaining works, and lump sum figures for yearly routine maintenance for
each of the five years separately to be done by the Contractor.
34.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for
the quantity of the work done at the rate in the bill of quantities for each item for the
construction of roads. The payment to the Contractor is performance based for routine
maintenance of roads.
35. Variations
35.1 The Engineer shall, having regard to the scope of the Works and the sanctioned
estimated cost, have power to order, in writing, Variations within the scope of the Works he
considers necessary or advisable during the progress of the Works. Such Variations shall form
part of the Contract and Contractor shall carry them out and include them in updated
Programmes produced by the Contractor. Oral orders of the Engineer for various Variations,
unless followed by the written confirmation, shall not be taken into account.

36. Payments for Variations


36.1 If rates for variation items are specified in Bill of Quantity, the Contractor shall carry out
such work at the same rate. This shall apply for variation only up to the limit prescribed in the
contract data. If the variation exceeds this limit, the rates shall be derived under the provision of
clause- 36.3 for quantities (higher or lower) exceeding the deviation limit.
36.2 If the rates for Variation are not specified in the Bill of Quantities, the Engineer shall
derive the rate from similar items in the Bill of Quantities.
36.3 If the rate for Variation item cannot be determined in the manner specified in Clause 36.1
or 36.2, the Contractor shall, within 14 days of the issue of order of variation work, inform the
Engineer the rate which he proposes to claim, supported by analysis of the rates. The Engineer
shall assess the quotation and determine the rate based on prevailing market rates within one
month of the submission of the claim by the Contractor. As far as possible, the rate analysis shall
be based on the standard data book and the current schedule of the rates of the district public
work division. The decision of the Engineer on the rate so determined shall be final and binding
on the Contractor.

37. Cash Flow Statements


37.1 When the Programme is updated, the Contractor shall provide the Engineer with and
updated cash flow forecast.

38. Payment of Certificates


38.1 The payment to the Contractor will be as follows for construction work:
a. The Contractor shall submit to the Engineer fortnightly/monthly statements of the
value of the work executed less the accumulative amount certified previously
supported with detailed measurement of the items of works executed in
measurement books authorized by U.P. P.W.D.
b. The Engineer shall check the Contractors fortnightly/monthly statements within 14
days and certify the amount to be paid to the Contractor.
c. The value of work executed shall be determined, based on measurements by the
Engineer.
d. The Value of work executed shall comprise the value of the quantities of the items in
the Bill of Quantities completed.
47

e. The Value of work executed shall also include the valuation of variations and
compensation events.
f. The Engineer may exclude any item certified in the previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later
information.
g. The Payment of final bill shall be governed by the provisions of clause 50 of G.C.C.

39. Payments
39.1 Payment shall be adjusted for deductions for advance payments, security deposits, other
recoveries in terms of the contract and taxes at source as applicable under the law. The Engineer
shall pay the Contractor the amounts he had certified within 15 days of the date of each
certificate.
39.2 The Employer may appoint another authority, as specified in the Contract Data (or any
other competent person appointed by the Employer and notified to the Contractor) to make
payment certified by the Engineer.

39.3 Items of the work for which no rate or price has been entered in the Bill of Quantities,
will not be paid for by the Employer and shall be deemed covered by other rates and prices in
the Contract.

40. Compensation Events


40.1 The following shall be compensation events unless they are caused by the Contractors:
a. The Engineer orders a delay or delays exceeding a total of 30 days.
b. The effects on the Contractor of any of the Employers risks.
40.2 If a compensation event would prevent the works being completed before the intended
completion date, the Intended Completion Date shall be extended. The Engineer shall decide
whether and by how much the Intended Completion Date shall be extended.
41. Tax
41.1 The rates coated by the Contractor shall be deemed to be inclusive of all sales and other
levies, duties, royalties, cess, toll, taxes of Central and State Government, local bodies and
authorities that the contractor will have to pay for the performance of this Contract. The
Employer will perform such duties in regard to the deductions of such taxes at source as per
applicable law.

42. Currencies
All payment will be made in Indian Rupees.
43. Security Deposit/Retention and Release of Performance Security and Security
Deposit/Retention
43.1 The Employer shall retain security deposit of 5% of the amount from each payment due
to the Contractor until completion of the whole of the construction work. No security deposit/
retention shall be retained from the payments for the routine maintenance of works.
43.2 On the completion of the whole of the construction work half the total amount retained
are security deposit is repaid to the contractor and half when the Defect Liability Period has
passed and the Engineer has certified that all the Defects notified by the Engineer to the
Contractor before the end of this period have been corrected.
43.3 The additional performance security for unbalanced bid as detailed in clause 51 of
conditions of Contract is repaid to the Contractor when the construction work is complete.
48

43.4 The performance security equal to the 5% of the Contract Price in clause 51 of conditions
of Contract is repaid to the Contractor when the period of one years fixed or defect liability
period is over and the Engineer has certified that the Contractor has satisfactorily carried out the
works.
43.5 If the Contractor so desires then the security deposit can be converted into any interest
bearing security of schedule, commercial Bank in the name of the Employer or National Savings
certificate duly pledged in favour of Employer for Defect Liability Period.

44. Liquidated Damages


44.1 The Contractor shall pay liquidated damages to the Employer at the rate per week or
part theirof stated in the Contract Data for the period that the completion date is later than the
Intended Completion Date. Liquidated damages at the same rate shall be withheld if the
Contractor fails to achieve the milestones prescribed in the Contract Data, however in case the
Contractor achieves the next milestone the amount of the liquidated damages already withheld

shall be restored to the Contractor by adjustment in the next payment certificate. The total
amount of liquidated damages shall not exceed the amount defined in the Contract Data. The
Employer may deduct liquidated damages from payments due to the Contractor, payment of
liquidated damages shall not affect the Contractor’s other liabilities.

44.2 If the Intended Completion Date if extended after liquidated damages have been paid, the
Engineer shall correct any over payment of liquidated damages by the Contractor by adjusting
the next payment certificate.

45. (A) Mobilization Advance.


1 The Mobilization advance limited to 10% of tendered amount at 10% simple interest can
be sanctioned to the contractors on specific request as per term of the contract.
2 The mobilization advance shall be released only after obtaining a bank Guarantee bond
from a Nationalized bank for the amount of advance to be released and valid for the
contract period. This shall be kept renewed time to time to cover the balance amount
and likely period to complete recovery together with interest. The Amount should be
released two installments in the interest on the advance shall be calculated from the
date of recovery both days inclusive.
3 If shall be ensured that at any point of time ,Bank Guarantee in available for the amount
of outstanding advance.
4 The recovery should be commenced after 10% of work is completed and the entire
amount together with interest shall be recovered by the time 80% of the work is
completed.

(B) Advance of plant /machinery and Shuttering material.


1 An advance for plant and machinery that are required for the work and brought to site
by the contractor may be given if requested by him writing one month of bringing
them to site such an advance may be given if the Engineer –in charge feels that the
plant and machinery would add to the expeditious execution of the work and improve
the quality of the work.
2 The amount of advance shall be restricted as follows:
49

(i) For new plant and machinery 5% of the tendered value , or 90% of the price of such
new plant and machinery paid by the contractor {for which he shall produce
satisfactory evidence to the Engineer in charge} which ever is lower.
(ii) For second hand used plant and machinery 5% of the tendered value , or 50% of the
depreciated value of the plant and machinery { as may be decided by the Engineer in
charge} whichever is lover. The contractor if so required by the Engineer in charge, shall
submit the statement of value of such old plant and machinery duly approved by a
registered value recognized by the Central Board of Direct Taxes under the Income Tax
Act 1961.

3 No such advance shall be paid on any plant and machinery of perishable nature or of
value less than Rs. 50.000.
4 75% of such amount of advance shall be paid after the plant and machinery is brought
to the site and balance 25% on their successful commissioning.
5 The recovery should be commenced after 10% of work is completed and the entire
amount together with interest shall be recovered by the time 80% of the work is
completed.
6 The contractor shall be at liberty to take away the plants and machinery after the
advance (s) along with the interest due on it (them) is (are) realized by the Department,
and in the opinion of the Engineer in charge they are not required at site for the
execution of the balance items of work.
(C)Secured advances
1. Secured Advance on the security of materials brought to site may be made to the
contractors for items which are to be used on work.
2. The Divisional Officers can sanction the secured advance up to an amount not exceeding
90% of the value of the materials as assessed by the Engineer in charge or an amount
not exceeding 90% of the material element cost in the tendered rate of the finished
item of work whichever is lower.
3. A formal agreement should be drawn up with the contractor under which Government
secures a lien on the materials and is safeguarded against losses due to the contractor
postponing the execution of the work or due to shortage or misuse of the materials and
against the expense entailed for their proper watch and safe custody.
4. Payment of such advance should be made only on the certificate of an officer not below
the rank of sub-Divisional Officer that:
i— The quantities of materials for which the advances are made have actually been
brought to site.
ii— Full quantities of the materials for which the advances are made have actually been
brought to site .for use on items of work for which rates for finished work have
been agreed upon.
iii— The quality of materials is as per the specifica.

(5) Recoveries of advances so made should not be postponed until whole of the work
entrusted to the contractor is completed. They should be made from his bills for work
done as the materials are used the necessary deductions being made whenever the
items of work in which they are used are billed for.
(6) Secured advance shall be granted only for non –perishable items. in can however be
granted for perishable items after the contractor indemnifies the Government through
ab insurance cover The Unit Incharge Officer shall identify whether an item is perishable
or not.
50

46 Advance payment for the work

(A) Advance payment for work done and measured


(1) Advance payments to contractors against on account bills received in the Unit Incharge Office
may be made by the Unit Incharge, on receipt of an application from the contractor for financial
aid in the shape of part payment, shall make a lump-sum advance payment on Hand Receipt
Form 28, subject to the following conditions:
(i) The bill in respect of which the advance is proposed to be made should actually be under check in
the Unit Incharge Office.
(ii) The amount of advance should not exceed 80% of the net amount of the bill under check, but no
advance payment will be admissible in cases where the amount of advance payable works out to
less than Rs. 20,000.
(iii) The payment should be suitably endorsed both on the running bill against which the advance
payment is made and the connected abstract of measurements in the Measurement Book.
The Hand Receipt voucher on which payment is made should bear reference to the number,
date and amount of the bill against which the payment is made, and also to the page number of
Measurement Book and the number, date and amount of the voucher, if any, on which the previous on
account payment was made. The payment should be treated in the accounts as an advance.
(iv) Before making payment, an undertaking should be obtained from the contractor to the extent
that, should the amount of advance paid to him is subsequently found to be more than the
amount of the running account bill in respect of which the advance was paid, he will refund to
Government forthwith the amount overpaid. The Unit Incharge shall ensure that the advance is
adjusted when payment is made on the running account bill in respect of which it was made, and
for any overpayment which may occur.
(v) A record of advances authorized by the Unit Incharge shall be kept in a special register which
should be inspected by the General Manager at the time of his inspection of the Unit Incharge
Office.
(vi) Grant of a 2nd advance before the first one has been recovered shall not be permitted.
(B) Advance payment for work done but not measured
(1) The following rules should be observed with regard to advance payments made to contractors
for work done but not measured:
(a) Advances to contractors are, as a rule, prohibited and payments to contractors should not be
made until detailed measurements of the work have been taken and recorded. Advance
payments may, however, be made in cases of real necessity, when it is essential to do so, and
in such cases previous sanction of the General Manager concerned should invariably be
obtained.
(b) An advance payment for work actually executed may be made on the certificate of a
responsible officer (not below the rank of A.R.E./R.E. Officer) to the effect that not less than the
quantity of work paid for has actually been done, and the officer granting such a certificate
shall ensure that no overpayment occurs on the work in consequence.
(c) The certificate printed on the Running Account bill must be signed by the A.R.E/R.E. or Unit In
charge, and the lump-sum amount paid on account of the several items should be specified
against item 2 of Part III of the bill.
(d) If a secured advance has been previously allowed to a contractor on the security of any
materials and such materials have been used in the construction of an item, the amount of the
advance payment for that item should not exceed a sum equivalent to the value of work done
less the proportionate amount of secured advance ultimately recoverable on account of the
materials used.
(e) When an advance payment has been authorized by the competent authority, it would be
followed by detailed measurements within 2 months at the most. Beyond 2 months, the
approval of General Manager will be necessary.
(f) The grant of a second advance before the first one has been recovered shall not be permitted
except with the prior approval of General Manager.
51

(2) Advance payments for work done but not measured should be made on bill Form no. CPWA 26,
and the same be classified in the works accounts under suspense Sub-Head “Advance
Payments”.
No such payment must be made on Hand Receipt.
(C) Advance payment to private firms/autonomous bodies for chemical analysis and testing of
materials
(1) A list of laboratories for chemical analysis and testing shall be approved by the General Manager.
Advance payment may be made by the Unit Incharge to an enlisted laboratory, and for this
purpose no further approval shall be necessary.
(2) The amount of advance shall be drawn on a simple receipt and accounted for under the final
head to which the expenditure on services in question would be debited.
47 Revised cost of the Project

Presently the Rate & Quantity of the items in B.O.Q of the Tender are based on technical
sanction of the Project. If revised estimate of the project will be sanction by the U.P. Government on
the recommendation of EFC for Complete the project. The same will be payable to the contractor as
per revised technical sanction based on revised sanction of the project and terms &condition/LOI &
Agreement. No Claim will entertain without sanction revised estimate by U.P Govt.

48 TIME OF COMPLETION
The entire works to be completed within 09 months from the date of issue of work order including
rainy season. The extension of time of shall be permitted as per CPWD norms if, required

49. Security Deposit ,Performance Guarantee and Earnest Money .


1-(A) Earnest Money
The Earnest Money is to be deposited by the intending tenderers of the amount 2% of the
tender value of the work at the time of submission of tender with technical Bid in the fallowing
forms:
(i). Deposit at Call Receipt of nationalized Bank.
(ii). Demand Draft / Bankers cheque of nationalized Bank.
(iii). Fixed Deposed receipt (FDR) of the nationalized Bank in the favour of U.P.Rajkiya Nirman
Nigam Ltd. Jhansi Unit , Jhansi
(iv). Bank guarantee should be any nationalized Bank in prescribed form given in Annexure.
(v). The Bank guarantee submitted as a part of Earnest Money shall be valid for Six months or
more from the date of submission of the tender.
(B) Refund of Earnest Money
The earnest Money given by all the tenderers except the lowest tenderer should be refunded
within two week after opening of the tenders.
(c ) Forfeiture of Earnest Money
If any tenderer withdraws his tender before the expiry of the validity period, or before the
issue of letter of acceptance, whichever is earlier, or makes any modification in the terms and
conditions of the tender which are not acceptable to the U.P.Rajkiya Nirman Nigam Ltd., then
U.P.Rajkiya Nirman Nigam Ltd. Shall, without prejudice to any other right or remedy, be at liberty to
forfieit 50% of the earnest money absolutely. This provision would naturally apply only to the lowest
tenderer once the earnest money of all the ternderers except those of the lowest is refunded as per
provisions.

(2)Performance guarantee
(i) The successful tenderer, hereafter referred to as the contractor, shall deposit an amount
equal to 5% of the tendered and accepted value of the work as performance guarantee in
the following forms:
52

(i). Deposit at Call Receipt // Bankers cheque / Demand Draft(D.D.) of nationalized Bank the
favour of U.P.Rajkiya Nirman Nigam Ltd. Jhansi Unit , Jhansi
(ii). Fixed Deposed receipt (FDR) of the nationalized Bank in the favour of U.P.Rajkiya Nirman
Nigam Ltd. Jhansi Unit , Jhansi
(iii) An Irrevocable bank guarantee should be any nationalized Bank in prescribed form given in
Annexure.
(iv). The time allowed for submission of the performance guarantee by the contractor shall be
deposite of U.P.Rajkiya Nirman Nigam Ltd. Within 15 days of issue of the letter . This period
can be further extended, if required, by the Engineer-in-charge for a maximum period 7days
at the written request of the contractor.

(3)Security deposit
(i) The security deposit shall be collected by deductions from the running bill of the contractors
at the rate mentioned below, and the earnest money that is deposited at the time of tender,
shall be treated as part of the security deposit. The security deposit in the form of
Government Securities, Fixed Deposit Receipts etc. Earnest money shall be adjusted first in
the security deposit and further recovery of security deposit shall commence only when the
upto date amount of security deposit starts exceeding the earnest money.
(ii) A sum @ 5% of the gross amount of the bill shall be deducted from each running bill of the
contractor,till the sum along with the sum already deposited as earnest money amounts to
security deposit @5% of the tendered amount of the work. Such deductions shall be made
unless the contractor hasdeposited the amount of security at the rate mentioned in cash or
Government securities or Fixed Deposit Receipts. This is in addition to the performance
guarantee that the contractor is required to deposit as per para 46(2).
(3) Security deposit can be released against bank guarantee issued by a schedule bank on its
accumulation to a minimum amount of Rs. 5 lakhs subject to the condition that amount of
any bank guarantee except last one, shall not be less than Rs. 5 lakhs.
(4) The Bank Guarantee submitted against Security Deposit shall initially be valid up to the
stipulated date of completion of the work ( 09 Month) plus 01 year maintenance period
which shall be extended further time to time depending upon extension of contract granted
under provisions of E/I. The Bank Guarantee submitted against Earnest Money shall also be
extended as above.
50 Cost of Repairs
50.1 Loss or Damage to the works or Materials to be incorporated in the Works between
the Start Date and the end of the Defects Corrections Periods shall be remedied by
the Contractor at his cost if the loss or damage arises from the Contractor’s acts or
omissions.
E. Finishing the Contract
51 Completion of Construction and Maintenance
51.1 The Contractor shall request the Engineer to issue a certificate of Completion of the
construction of the works, and the Engineer will do so upon deciding that the work
is completed.
52 Taking Over
The Employer shall take over the works within 7 days of the Engineer issuing a
certificate of Completion of Works.

53 Final Account
53.1 The contractor shall supply the Engineer with a detailed account of the total amount
that the contractor considers payable for works under the contract within 21 days of
issue of certificate of completion of construction of work. The Engineer shall issue a
53

Defect Liability Certificate and certify any payment that is due to the correct and
complete. If the account is not correct and complete, the Engineer shall issue within
42 days a schedule that states the scope of corrections or additions that are
necessary. If the account is still unsatisfactory after it has been resubmitted, the
Engineer shall decide on the amount payable to the contractor and issue a payment
certificate within 28 days of receiving the Contractor’s revised account. The payment
of final bill for construction of works will be made within 14 days thereafter.

54 Operating and Maintenance Manuals


54.1 If “as built” Drawings and/or operating and maintenance manuals are required, the
Contractor shall supply them by the dates stated in the Contract Data.
54.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in
the Contract Data, or they do not receive the Engineer’s approval, the Engineer shall
withhold the amount stated in the Contract Data from payments due to the
Contractor.
55 Termination
55.1 The Employer may terminate the Contract if the Contractor causes a fundamental
breach of the Contract.
55.2 Fundamental breaches of Contract shall include, but shall not be limited to, the
following:
c) the contractor stops work for 28 days when no stoppage of work is shown on
the current Programme and the stoppage has not been authorized by the Engineer;
d) the Contractor is declared as bankrupt or goes into liquidation other than for
approved reconstruction or amalgamation;
e) the Engineer gives Notice that failure to correct a particular Defect is a fundamental
breach of Contract and the Contractor fails to correct it within a reasonable period of
time determined by the Engineer;
f) the Contractor does not maintain a Security, which is required;
g) the Contractor has delayed the completion of the Works by the number of days for
which the maximum amount of liquidated damages can be paid, as defined in clause
44.1;
h) the Contractor fails to provide insurance cover as required under clause 13;
i) if the Contractor, in the judgement of the Employer has engaged in the corrupt and
fraudulent practice in competing for or in executing the Contract. For the purpose of
this clause, “corrupt practice” means the offering, giving, receiving, or soliciting of
anything of value to influence the action of a public official in the procurement
process or in Contract execution. “Fraudulent Practice” means a misrepresentation
of facts in order to influence a procurement process or the execution of a Contract to
the detriment of the Employer and includes collusive practice among Bidders (prior
to or after bid submission) designed to establish bid process at artificial non
competitive levels and to deprive the Employer of the benefits of free and open
competition.
j) If the Contractor has not completed at least Thirty percent of the value of
construction works required to be completed after half of the completion period has
elapsed.
k) If the contractor fails to setup a field laboratory with the prescribed equipments,
within the period specified in the contract data and
l) Any other fundamental breaches as specified in the contract data
54

m) If the contractor fails to deploy machinery and equipments or personal as specified in


the contract data at the appropriate time.
55.3 Notwithstanding the above, the Employer may terminate the Contract for convenience.
55.4 If the Contract is terminated, the Contractor shall stop the work immediately, make the
Site safe and secure, and leave the site as soon as reasonably possible.
56 Payment upon Termination
56.1 If the Contract is terminated because of a fundamental breach of contract by the
Contractor, the Engineer shall issue a certificate for the value of the work done and
materials ordered less liquidated damages, if any less advance payments received up
to the date of issue of the certificate and less the percentage to apply the value of
work not completed, as indicated in the Contract Data. If the total amount due to the
Employer exceeds any payment due to the Contractor, the difference shall be
recovered from the security deposit, and performance security. If any amount is still
left un-recovered it will be debit payable to the Employer.
56.2 If the contract is terminated at the Employer’s convenience, the Engineer shall issue a
certificate for the value of the work done, the reasonable cost of removal of
Equipment, repatriation of the Contractor’s personal employed solely on the Works,
the Contractor’s cost of protecting and securing the works and less advance
payments received up to the date of the Certificate, less other recoveries due in
terms of contract, and less taxes due to be deducted at source as per applicable law.

57 Property
57.1 All Materials on the Site, Plant, Equipment, Temporary works, and works shall be
deemed to be the property of the Employer for use for completing balance
construction work if the contract is terminated because of the Contractor’s default,
till the works is completed after which it will be transferred to the contractor and
credit, if any, given for its use.
58 Releases from Performance
58.1 If the Contractor is frustrated by the outbreak of war or by any other event entirely
outside the control of the Employer or the Contractor, the Engineer shall certify that
the Contract has been frustrated. The Contractor shall make the Site safe and stop
work as quickly as possible after receiving this certificate and shall be paid for all work
carried out before receiving it and for any work carried out afterwards to which a
commitment was made.

F. Other Conditions of Contract


59 Labour
59.1 The Contractor shall, unless otherwise provided in the contract make his on
arrangement for the engagement of all staff and labour, local and others, and for
their payment, housing, feeding and transport.
59.2 The contractor shall if required by the Engineer’s, deliver to the Engineer a return in
detail in such form and at such interval as the Engineer may prescribe, showing the
staff and the members of the several classes of labour from time to time employed
by the contractor on the site and such other information as the Engineer may require.
60 Compliance with Labour Regulations
60.1 During continuation of the contract the contractor and his sub-contractors shall abide
all times by all existing labour enactments and rules made their under, regulations,
55

notifications and by laws of the State or Central Government or local authorities and
any other labour law(rules), regulations, bye laws that may be passed or notification
that may be issued under any labour law in future either by the State or the Central
Government or the local authority. Salient features of some of the major labour laws
that are applicable to construction industry are given in appendix to part 1st general
conditions of contract. The Contractor shall keep the employer indemnified in case
any action is taken against the employer by the competent authority on account of
contravention of any of the provisions of any act or rules made their under,
regulations or notification including amendments. If the Employer is caused to pay or
reimburse, such amount as may be necessary to cause or observe, or non-observance
of the provisions stipulated in the notification/bye laws/acts/rules/regulations
including amendments, if any, on the part of contract, the Engineer/Employer shall
have the right to deduct any money due to the contractor including his amount of
performance security. The Employer/Engineer shall also have right to recover from
the contractor’s any sum required or estimated to be required for making good the
loss or damage suffered by the Employer.

The Employees of the Contractor and the sub-contractor in no case shall be treated
as the employs of the Employer at any point of time.

61 Drawings and Photographs of the Works


61.1 The contractor shall do photography/video photography of the Site firstly before the
start of work, secondly mid-way in the execution of different stages of work and lastly
after the completion of the work. No separate payment will be made to the contractor
for this.
61.2 The contractor shall not disclose details of drawing furnished to him and works on which
he is engaged without the prior approval of the Engineer’s in writing. No photograph of
the work or any part thereof or Plant employed thereon, except those permitted under
clause 58.1 shall be taken or permitted by the contractor to be taken by any of his
employees or any employees of his sub-contractors without the prior approval of the
Engineer’s in writing. No photographs/video photographs shall be published or
otherwise circulated without the approval of the Engineer’s in writing.

62 The Apprentice Act 1961


62.1 The contractor shall duly comply with the provisions of the Apprentices Act 1961 (III of
1961), the rules made their under and the orders that may be issued from time to time
under the said act and the said rules and on its failure or neglect to do so he shall be
subject to all liabilities and penalties provided by the said act and said rules.

63 Criminals are Prohibited from Bidding


63.1 Any bidders having criminal records is not allowed to participate in the bidding process.
Any person who is having criminal case against him or involve in the organised crime or
gangster activities or mafia or goonda or anti social activity are strictly prohibited to
participate in the bidding process. If it is stabilized that any bidder has criminal record,
his bid shall be automatically cancelled.
63.2 The Bidder has to reduce character certificate, solvency certificate, self decoration
affidavit (on the prescribed performer which is attached with the bid document) etc,
issued by the competent authority in original bid document.
56

64 Any Bidder who is an advocate and Registered with any State Bar Council shall not be
allowed to participate in the bidding. If it is stabilized that contractor is registered with
the State Bar Council, his bid shall be automatically cancelled.

65 Contractor shall obtain Pre-N.O.C (Non Objection Certificate) from Chief Fire Officer
before standing of work and submit No Objection Certificate from Chief Fire Officer
after completion of work.

66 Contractor shall obtain No Objection Certificate from Director Electrical Safety before
energisation of the building.

67 Contractor shall establish and maintain a site office under his authorized
representative/ Technical staff. All relevant documents shall be kept in the site office.

68 Contractor shall make his own arrangement for light (Electricity) and water supply
during course of construction.

Signature of Contractor Unit Incharge


………………………………………Unit,
District…………………………………
57

SPECIAL CONDITION
1-No claim shall be entertained due to variation in quantities of B.O.Q.
2- Any other condition, which have not been mentioned it the tender documents, will
be apply on the contractor as per circulars / G.O. applicable from time to time by
CPWD/ UPPWD norms/ C.V.C. Guidelines.
3- If any material available at the work site, the cost of the material will be recovered
from the contractor bill on the basis of actual purchased cost of material.
4- The quantities of B.O.Q. may vary +/- 25%.
5- Extra items shall be sanctioned, with in the sanctioned cost of the estimate, if
required and the same shall be compensated from the savings of the items of the
sanctioned estimate, if any
6- For completing the project if revised estimate will be sanctioned by the U.P. Govt. on
the recommendation of E.F.C. The same will be payable to the contractor as per terms
& conditions of L.O.I./Agreement.
58

SPECIFICATIONS
59

Specifications

All works shall be carried out as per detailed U.P.P.W.D. and C.P.W.D.
specifications, unless otherwise specified and as per directions of Engineer-in-charge.

Unit Incharge
………………………………………Unit,
District…………………………………
60

Type IV Residence Work (Balance Civil Work),Jhansi

List of Preferred Makes for Civil, Public Health


S.N. Name of Materials Preferred Makes
1 Ordinary Portland / Portland ACC, Ultratech, Gujarat Ambuja, Vikram, Birla & JK Cement.
2 Pozzolona Cement (Grey) - 43 JP Rewa & Shree
Grade
3 RMC Ultratech, L&T, ACC or any other approved by UPRNN Ltd.
4 White Cement Birla White / J. K. White
5 Reinforcement Steel SAIL, TISCO & RINL
6 Veneered Particle Board Novapan, Kitply & Greenply
7 Laminated Particle Board Sunmica, Century, Greenply, Novapan & Kitply

8 Flush Door Shutters Kitply Industries, Century & Greenlam


9 Pressed Steel Frames San Harvic, Steelman Industries, Metal Shape, G.I. Industry,
Metal Windows, Chandni Industries, Ganpati Udyog &
Thirlingston
10 Water Proofing Compound Fosroc, Cico, Pidilite. Impermo by M/s Snowcem & Sika
11 PVC Pipe & Fittings Supreme, Finolex, Prince & Astral
12 Acrylic Distemper / Plastic Paint / ICI, Asian Paints, Nerolac & Berger Paints
OBD
13 Synthetic Enamel Paint ICI, Asian Paints, Nerolac & Berger Paints
14 Steel Primer ICI, Asian Paints, Nerolac & Berger Paints
15 Wood Primer ICI, Asian Paints, Nerolac & Berger Paints
16 Mosaic Glass Tiles Coral, Mridul, Italia & Bizaza
17 Dash / Anchoring Fasteners HILTI / Fischer
18 Nuts / Bolts & Screws GKW & Atul
19 Stainless Steel Sink (Out of Salem Diamond, Nirali, Neelkant & Jayna
Steel only)
20 Float Valve Viking & Prayag.
21 Admixtures Fosroc, Sika & Faircrete
22 Vitreous China Sanitary Ware Parryware, Hindware & Cera
23 Plastic Seat Cover of W.C. (ISI Commander, Hindware, Admiral, Parryware & Cera
Mark only)
24 CP Fittings / Mixer Pillar taps JAQUAR ,HINDWARE,
Washers
25 CP Accessories JAQUAR ,HINDWARE,
26 Centrifugally Cast (Spun) Iron NECO, or any other B.I.S marked Product & Fittings
Pipes
27 Centrifugally Cast (Spun) Iron Electro Steel, Kesoram & Jindal.
Pipes (Class LA)
28 G.I. Pipes Jindal (Hissar) & Tata
29 G.I. Fittings Unik & UU
61

30 Gun metal Valves Leader, Zoloto & Sant


31 Stone Ware Pipes & Gully Traps Prefect, Hind , Crystal or ISI marked S.W.Pipes.
32 Mirror Glass Atul, Modi Guard, Saint Gobain & AIS
33 Grouting Compound Balandura & Latticrete
34 Aluminium Sections Hindalco, Jindal
35 Aluminium Fittings Ebco, Dorma, Ozone, Classic & Everite
36 Hydraulic Door Closer Dorset, Dorma, Ozone, Hardwyn & Everite
37 Floor Springs Ebco, Dorma, Ozone
38 Exterior Paint Asian, Nerolac, Berger & Snowcem India
39 Friction Hinges Zipco, AKS, Dorma & Earl Bihari
40 Reflective Sun Control Film Garware
41 6 mm / 12 mm thick Ply Century, Duro & Green
42 Telescopic Drawer Channel Earl Bihari & Hettich
43 Ceramic Glazed Tiles (Matt Finish) Nitco, Johnson, Naveen, Orient, Asian & Kajaria

44 Glazed Vitrified Tiles Rectified (Pure Kajaria,Nitco, Johnson, Naveen, Orient & Asian,
Matt Finish)
45 Glazed Vitrified Tiles Rectified (Satin Kajaria,Nitco, Johnson, Naveen, Orient & Asian,
Finish)
46 Glass including high performance Saint Gobain, Modi Guard & AIS
thermal glass
47 Brass Locks Dorset, Crust, Kich & Godrej
48 12 mm Particle Board Novapan, Kitply, greenply,Euro
49 19 mm Block Board Century, Green Ply & Archid
50 Poly Corbonate Sheet GE
51 Acoustical Wall Paneling Armstrong / Anutone
52 Silicon Sealant Dow Coming, GE & 3M
53 Glass Wool Twiga, Rockwool
54 Stainless Steel Hand Rail System Dorset, Crust, Kich, Dorma & Ozone

55 Stainless Steel Pull Handle Dorset, Crust, Kich, Dorma & Ozone
56 Wall Putty Birla Care & JK White
57 Ceramic Wall Tiles for Dedo Nitco, Johnson, Naveen, Orient, Asian & Kajaria
58 W.C., EWC, Wash Basin, Urinal & Hindware, Parryware & Jaguar
Urinal Divition Plates
59 Health Shower, Taps, Jet Spray Jaguar, Moen & Marc

60 Hand Drier cum Paper Dispenser Uronics & Jaguar


Unit
61 ACP CLADDING ALUCOBOND, ALSTRONG & ALSTONE
DETAIL ESTIMATE FOR TYPE -4 RESIDENCE FOR BUNDELKHAND UNIVERSITY , JHANSI
RATES BASED ON U.P.P.W.D.SEDULE OF RATES 20013
ANNEXURE 1
(A)
S.N.of Unit
Schedule S.No. Description Quantity Rate in Rs (Per) Amount
1 2 3 4 5 6
273 1 CONCRETE
Concrete with 4 cm guage approved stone ballast coarse sand
of F.M.2.2 to 3.6 and cement in proportion of 12:6:1 in
foundation and under floors including supply of all materials
labour
275 a same as above in item no. 1 but in proportion of 1:4:8 528.768 3995.16 cum 2112512.76

Cast cement cocrete door sills,chaukhats,boundary posts,,


shelves and similar small work with cement approved coarse
2 sand 2cm.gauge stone grit in proportion of 1:1.5:3 exluding
supply of reinforcement and ets bending but including its fixing
and binding the same with 24 B.W.G.I.binding wire and
282 including the cost of binding wire 259.2 5338.3 cum 1383687.36

12mm cement plaster in single coat on fair side of single or half


brick wall for interior plastering up to floor two level including
3
internal rounded angles chamfars,and /or rounded angles not
exceeding 80mm.In girth and finised even and smooth.No
17.58 extra for mixing any additive.
17.53,iii a 1Cement :6 fine sand 50567.88 94.50 sqm 4778664.66
Add extra item on above for plaster on ceilling and soffits of
b stair up to two levels in instead of wall in ratio 1:4
17.91 Cement:sand 22777.44 117.60 sqm 2678626.94
Supply & fixing 6mm.thick china white glazed tiles of first
quality in flooring or in skirting or dado laid with 1:3 cement &
approved coarse sand mortar finished with white cement
4
slurry,jointing& finishing complete including supply of all
materials, labour,T&P etc. required for proper completion of
628 the work. 7145.04 787.50 sqm 5626719.00

providing and laying vitrified tiles in deffrent sizes ( thickness


to be specified by the manufacturer), with water absorption
less than 0.08% and conforming to IS: 15622, of approved
5
brand & manufacturer in all colours and shade in skirting,riser
of steps,laid with cement based high polymer modi fied quick
set tile adhesive (water based ) conforming to IS:15477,in
average 6mm thikness, including grouting of joints (payment
14.43(b) for grouting of joints to be made separately).of 600x600 size 9420.12 1522.50 sqm 14342132.70
Destempering one coat with oil bound distemper of approved
brand and manufacture required shade on un decorated wall
surface to give an even shade over et after thoroughly brushing
6
the surface free other foreign matter and also including
preparing the surface even and sad prepared smooth including
649 cost of all materials 73345.32 36 sqm 2640431.52
Same as in item No.29 but for every coat affter the first coat
7
650 (Two coats) 73345.32 39 sqm 2860467.48
Providing and laying '' and Brick bat cova '' 10mm. Thick laid
with M-150 class brick bat coba 7.50cm.thick with gap of
15mm.To each other, over 20mm. Thick base of cement mortar
1:4 cement and coarse sand mixed with water proofing
compound spreading cement slurry mixed with aerelic cement
concrete water proofing compound filld gaps of coba & top of
coba mortar mixed with water proofing compound in 1:4
8
cement & coarse sand mortar finished smooth & top finished
false square 30cm.x30cm. and side wall parapet sall be
monotythic plaster wall up to 30cm higher and junction and
corner shall be rounded by brick ballast cement and coarse
sand and masonry coba with top finished plaster mixing with
acetic water proofing compound @2%by weight & including
supply of all material labour T& P etc.required for proper
new completion of work. 3849.18 900 sqm 3464262.00
M.S.(TMT) in plain work such as RCC work i/c bending for
proper shape & i/c supply of steel & its wastage,bend,hook and
504 9
authorized overlapping shall be measured.
7054.07 6764.40 Qtl 47716551.11
P/ Laying 20mm th. Kota stone flooring over 20mm th. Base of
cement mortar 1:4 laid over jointed with grey cement slurry
14.43 (b) 10
mixed with pigment to match the shade of slab including
rubbing and polishing compete. 3741.04 787.50 m2 2946069.00

TOTAL (A) 90550124.53


DETAIL ESTIMATE OF HOUSING FOR BUNDELKHAND UNIVERSITY, JHANSI
(TYPE -IV)
ITEMS BASED ON D.S.R 2013
ANNEXURE II
(B)
S.N.of Unit
Schedule S.No. Description Quantity Rate in Rs (Per) Amount

Brick work with common burnt clay F.P.S. (non modular) bricks
of class designation 7.5 in superstructure above plinth level up
1 to floor V level in all shapes and sizes .
6.4.2 Cement mortar 1:6 (1 cement : 6 coarse sand) 1879.28 5325.10 m3 10007353.93
Half brick masonry with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in superstructure
2 above plinth level up to floor V level.
6.13.2 Cement mortar 1:4 (1 cement : 4 coarse sand) 15899.13 647.90 m2 10301046.61

Providing and laying in position machine batched and machine


mixed design mix M-25 grade concrete for reinforced cement
concret work, using cement content as per approved design
mix inclueding cost of pumping of concret to site of laying
including the cost of centering,shuttering, finishing and but
excluding the cost reinforcement, including admixtures in
recommonded proportions as per IS 9103 to
accelerate,retarder for setting of cocrete /improve workability
without impairing strength and durability as per direction of
the architect.
Note:-cement content considered in this item is @
330kg/cum.Excess or less cement used as per desing mix is
5.33 3 payable or recoverable separately
5.33.1 a up to plinth level 476.919 5704.45 cum 2720560.59
5.33.2 b same as above but above plinth level up to level 5 3545.28 6353.00 cum 22523163.84
Shuttring centering and shuttering including strutting,propping
5.9 4 etc. And removal of form for :
5.9.1 a Foundations, footings,bases of columns,etc. For mass concrete 850.02 186.40 sqm 158443.728
5.9.5 b For plinth beams, bressumers and cantilevers. With water proof ply 12mm 885.48
thick 309.80 sqm 274321.70
5.9.6 c For columns, pillars, piers, Abutments,posts and struts R.C.C . Columns3901.50 423.00 sqm 1650334.50
Suspended floors,roofs,landings,balconies and access
5.9.20 d plateform.with water proof ply 12mm thick 7787.43 462.85 sqm 3604411.98
5.9.21 e beams,bressuners and catilevers. With water proof ply 12mm thick 5885.85 400.00 sqm 2354340.00

Providing and fixing 18mm thick gang saw cut mirrror polished
premoulded and prepolished machine cut for kitchen plate
forms,vanity counters,window sills,facias and similar locations
of required size of approved shade,colour and texture laid over
20mm thick base cement mortar 1:4 (1 cement :4 coarse sand
)with joints treated with white cement,mixed with matching
pigment,epoxy tuch ups,including rubbing,curing,moulding and
polishing to edges to give high gloss finsh etc. complete at all
8.2 5 laevels
8.2.2 a Granite of any colour and shade
8.2.2.2 b Area of slsb over 0.50sqm. 2642.48 3769.70 sqm 9961356.86
Providing and fixing ISI marked flush door shutters conforming
to IS : 2202 (part 1) decorative type,core of block board
construction with frame of Ist class hard wood and well
matched teak 3 ply veneering with vertical grains or cross and
9.2 6 face veneers on both faces of shutters.
35mm thick including ISI marked stainless steel butt hinges
9.2.1 a with necessary screws 997.92 2323.55 sqm 2318717.016
Providing and fixing aluminium tower bolts,ISI
marked,anodised (anodic coating not less than grade AC 10 as
per IS :1868) transparent or dyed to required colour or shade,
9.97 7 with necessary screws etc. Complete:
9.97.3 a 200x10mm 480 76.40 each 36672.00

Providing and fixing aluminium hanging floor door stopper, ISI


marked,anodised (anodic coating not less than grade AC 10 as
per IS :1868) transparent or dyed to required colour and shede,
9.101 8 with necessary screws etc. Complete.
9.101.2 a Twin rubber stopper 480 80.20 each 38496.00
9.103 9 Provoviding and fixing bright finished barss 100mm mortice
latch and lock,ISI mark with six levers and pair of anodised
(anodic coating not less than grade AC 10as per IS :1868)
aluminium lever handles of approved quality with necessary
screws etc. comlete. 480 754.45 each 362136.00
10.28 10

Providing and fixing stainless steel ( grade 304 ) railing made of


Hollow tubes, channels,plates etc. Including welding,grinding,
buffing,polishing and making curvature (wherever required)
and fitting the same with necessary stainless steels nuts and
bolts complete, i/c fixing the railing with necessary accessories
& stainless steel bash fastemers, stainless steel bolts etc. of
required size, on the top of the floor or the side of waist slab
with suitable arrangement as per approval of ingineer -in-
charge,(for payment purpose only weight of stainless steel
members shall be beconsidered excluding fixing accessories
such as nuts,bolts,fasteners etc.) 11391.36 611.10 kg 6961260.10
11 Providing and fixing windows,Ventilapors fabricated from roll
formed sections made of Galvanized steel colour
coated/powder coated (base steel as per IS 513 ''D''
quality,galvanized as per IS 277 with Zink of 120 grms/sqm)
with totalcoated thickness of 0.60mm paint
specifications:coated sections should be coated with primer
coate of Epoxy primer of 5-7 microns thick ,finsh painted with
polyester paint of 12-16 microns thick and back coated with A
lkyd backer of 5-7 microns, or powder coated with pure
polyester powder up to 50-60 microns thick.Dimensions of
section :sections for frame should be of 72mmx50mm, section
for Mullion should be of 72mmx50mm, section for shutter
frame should be of 47mmx20mm,section for fixed Glass Bead
should be of 12mmx12mm, and section for Fly mesh should be
of 40mmx20mm.fixing details :section for frame Glazed
shutters and Mesh shutters shuld be cut to length and miter
joined with polypropylene corner brackets,Mullion section
shuld be joined to the frame/Mullion using Nylon cap.Ethyl
Propylene Dianine Monomer (EPDM) Gasket shuld be used all
around galass in shutter and fixid glass. Rubber Gasket should
be used around Fly mesh to fixed Mesh in
Mesh. accessories:- Each Glazed windo shutter shuld be
provided with S.S.pivot Hinges - 1 set , simple Handle Seccolor
stay and two tower bolts. All doors shall be fitted with one all
drop each .All hardware shall be black in colour . Glass:- glazed
shutter and fixed glass portions should be provided with a glass
of 5mm plain Float Glass. Mesh:- Mesh shutter shuld be
provied with a stainless steel 32gauge Fly mesh of 304 grade
with 144 holes per sq. inch.Windows should be provied with
Grill made of 10mm sq.Ms bars welded to at 150mm centre-to-
center ,6mmx12mm MS Flat. Total grill unite should be powder
coated and fixed to window frame with screws. Window fram
should be fixed to brick /concrete masonry by using Nylon self ,
expanding caps and driving Ms electroplaed 80mm long screws
into the caps through frames. Grill shall be made of 10mm
square M.S. bars fixed horizontally @75-85mm pitch and
painted black .Windows and door ventilators shall have grills,
on all floors. 2542.72 7423.00 sqm 18874610.56

Providing and fixing door frame fabricated from sections roll


formed out of 1.2mm thick galvanized steel (Base steel as per
IS 513) with zinc of 120 gms /sq.mtr.The overall size of the
section should be 105x60mm with rebate of 37mm for shutter.
The frame section should be cut to be length and metre joined
with corner brackets made of CRCA electroplated.The frame
should be provied with (a) 3Nos. of M.S.powder coated 4" Butt
hinges off 2mm thickness welded to the frame . (b) 6Nos. of
1.2mm thik CRCA electroplated stiffeners shuld be welded to
frame. (c) 6Nos. of 8" M.S. hold fasts with split end tail welded
to stiffener platas. (d) one no. aldrop receiver.(e) Each frame
should be provied with 25x50mm tie rod at bottom. All welded
places should be preaped with protective coat of zinc rich
primer.The entire frame should be provided with a coat of
12 etched primer. 5491.20 787.00 Rm 4321574.40
Providing gola 75x75mm in cement concrete 1:2:4( 1 cement :2
corse sand :4 stone aggregate 10mm and down
gauge),including finishing with cement mortar 1:3( 1cement:3
12.21 13 fine sand ) as per stsndard design:
12.21.1 a in 75x75mm deep chase 1063.32 127.95 Rm 136051.794

providing and laying water proffing treatement in


sunkenportion of Wcs , bath room etc. By applying cement
slurry mixed with water proofing cement compound consisting
of appling :a ) first layer of slurry of cement @0.488kg /sqm
mixed with water proofing cementcompound
@0.253kg/sqm.This Layer will be allowed to air cure for 4
hours. be )Second layer of slurry of cement @0.242kg/sqm
mixed with water proofing cement compound
@0.126kg/sqm.This layer will be allowed to air cure for 4hour
followed with water curing for 48hours The rate includes
preparation of surface, treatment andsealing of all joints,
corners,junctions of pipes and masonry with polymer mixed
22.5 14 slurry. 1968.48 255.00 sqm 501962.4
Painting top of roofs with bitumen of approved quality
@17kg/10sqm impregnated with a coat of coarse sand at 60
cudmper 10sqm,including cleaning the slab surface with
brushes and finally with a piece of cloth lightly soaked in
12.15 15 kerosene oil complete:
12.15.1 a With resdual type petroleum bitumen of grade VG - 10 3249.18 117.80 sqm 382753.40
Providing and applying white cement based putty of average
thickness 1mm,of approved brand and manufacturer, over the
plastered wall surface to prepare the suface even and smooth
13.8 16 comlete. 50567.88 85.40 sqm 4318496.95
Finishing wall with Acrylic Smooth exterior paint of required
13.46 17 ashed:
New work (Two or more coat applied@1.67ltr/10sqm over and
including priming coat of exterior primer
13.46.1 a applied@2.20kg/10sqm) 3396.00 78.10 sqm 265227.60
P/Fixing of wire gauge shutter using stainless steel 304 wire
18 gauge with 0.5mm dia wire. 750.00 3433.00 sqm 2574750.00
P/Fixing wooden frame & 25mm th. Shutters for cup board
9.16 19 3150.00 2648.40 sqm 8342460.00
482 20 P/Fixing 12mm th. &150mm wide palmet 1711.68 820.80 Rmt 1404946.94
13.26 Providing and applying plaster of paris putty of 2 mm thickness
ov plastered surface to prepare the surface even and smooth
21 complete 21777.44 100.95 m2 2198432.57

TOTAL OF (B) 116593881.46


WATER SUPPLY AND SANITATION
(c)
S.N.of
Schedule S.No. Description Quantity Rate in Rs Unit (Per)Amount
17.1 1
Providing and fixing water closet sqatting pan (indian type
W.C. Pan in ) with 100mm sand cast iron P or S trap , 10ltr low
led white P.V.C flushing cistern, including flush pipe , with
manually controlled device (handle lever ) conforming to IS:
7231, with all fitting and fixtures comlete, including cutting and
making good the walls and floors wherever required:
a White Vitreous chaina orissa pattern W.C pan of size
17.1.1 580x440mm with integral type foot rests. 96 3265.25 each 313464
2
Providing and fixing white vitreous china extended wall
mounting water closet of size 780x370x690 mm of approved
shape including providing & fixing white vitreous china istern
with dual flush fitting, of flushing capacity 3 litre/6 litre
(adjustable to 4 litre/8 litres), including seat cover, and cistern
fittings, nuts, bolts and gasket etc complete.

17.78 a W.c pas with ISI mark white soiled plastic sheet and light 96 9,965.25 each 956664

providing and fixing stainless steel A ISI 304 (18/8) kitchen sink
as per IS : 13983 with C.I. Brackets with stainless steel plug 40
mm, inclu painting of fitting and brackets, cutting and makings
17.1 3 good the walls wherever required:
17.10.1.1 a 510x1040 mm blow depth 225 mm 96 6975.40 each 669638.4

Providing and fixing wash basin with C.I. Brackets 15 mm C.P.


Brass piller taps32 mm C.P. Brass waste with standerd patern
including painting of fitting and brackets, cutting and makings
17.7 4 good the walls wherever required.
a White vitereous chain Wass basin size 630x450mm with a pair
17.7.1 of 15mm C.P brass pillar taps 192 2174.65 each 417532.8
5 Providing and fixing white vitreous china pedestal for wash
basin completely recessed at the back for the reception of
pipes and fittings. 192 972.45 each 186710.4
18.8 6
Provinding and fixing chlorinated ponyvinyl Chloride (CPVC)
pipes, having thermal stability for hot & cold warer supply,
including all PVC plain & brass threaded fitting,i/c fixing the
pipe with clmps at 1.00m spacing . This including jointingof
pipes & fitting with one step CPVC solvent cement and the
cost of cutting chases and making good the same including
testing of joints complete as direction of engineer .in Charge.
(a) Internal work
18.8.2 i 20mm dia. Nominal bore 3408 281.35 metre 958840.8
7 External work
18.9.3 i 25mm dia. Nominal bore 1968 222.9 metre 438667.2
18.9.6 ii 50mm dia. Nominal bore 1236 569.2 metre 703531.2
Providing and fixing gun metal gate valve with C.I. Wheel of
18.17 8 approved quality(screwedend):
18.17.1 a 25mm nominal bore 312 427.8 each 133473.6
18.17.4 b 50mm nominal bore 150 749.4 each 112410

Providing, laying and jointing glazed stone ware pipes class SP-
1 with stiff mixture of cement mortar in the proportiol of 1:1(1
19.1 9 cement : 1fine sand) including testing of joints etc. Complete:
19.1.1 i 100mm diameter 930 197.6 R.m 183768
19.1.2 150mm dia meter 330 301.90 R.m 99627

Provind and laying cement concrete 1:2:4(1 cement :2corse


sand :4 graded stone aggregate 16mm nominal size) all round
19.2 10 S.W pipes including bed concrete as per standed disign:
19.2.1 i 100mm diameter S.W. Pipe 930 543.55 R.m 505501.5
19.2.2 150mm dia meter S.W.Pipe 330 664.80 R.m 219384
Provinding and laying cement concrete 1:5:10 (1cement:
5coarse sand :10 grade stone aggreate 40mm nominal size)up
to haunches of S.W. Pips including bed concrete as per
19.3 11 standred disign:
19.3.1 i 100mm diameter S.W pipe 900 258.35 R.m 232515
19.3.2 150mm diameter S.W.pipe 150 418.70 R.m 62805

Provind and fixing mirrorof superior glass (of approved qulity)


and of required shape and size with plastic moulded frame of
17.32 12 approved make and shade with 6mm thick hard board backing:
17.32.4 a Rectangular shape 1500x450mm 192 1304.75 each 250512

Providing and fixing 600x120x5mm glass shelf with edges


round off, supported on anodised aluminium angle frame with
C.P. Brass brackets and guard rail complete fixied with 40mm
17.33 13 long screws, rawl plugs etc., complete. 192 522 each 100224
17.35 14 Providing and fixing soil, waste and vent pipes
17.35.1 a 100mm dia
centrifugally cast (spun) iron socket & spigot (s &s ) pipe as per
17.35.1.2 i is :3989 3600 952.50 metre 3429000
Providing and filling the joints with spun yarn, cement slurry
and cement mortar 1:2(1 cement :2 fine sand) in S.C.I/C.I.
17.36 15 Pipes:
17.36.2 a 100mm dia pipe 2070 70.10 each 145107
Provind and fixing M.S. Holder-bat clamps of approved design
to sand cast iron / cast iron (spun) pipe embedded in and
including cement concrete block 10x10x10 cm of 1:2:4 mix
(1cement :2 corse sand : graded stone aggregate 20mm
nominal size) including cost of cutting holes and making good
17.37 16 the walls etc.
17.37.1 a For 100mm dia pipe 2070 140.65 each 291145.5

Providing and fixing bend of required degree with access door,


17.38 17 insertion rubber washer 3mm thick, bolts and nuts complete
17.38.8 a 100mm
17.38.1.1 i Sand cast iron S&S as per IS -1729 192 340.30 each 65337.6
Providing and fixing dudleequal juctionof required degree with
access door, insertion rubber washer three thick, bolts and
17.41 18 nuts complete
17.41.1 a 100x100x100x100mm
17.41.1.1 i Sand cast iron S&S as per IS -1729 192 686.15 each 131740.8
17.56 19 Providing and fixing terminal guard
17.56.1 a 100mm
17.56.1.1 i Sand cast iron S&S as per IS -1729 192 247.40 each 47500.8
Providing and fixing M.S. Stays and clamps for sand cast
17.59 20 iron/centrifugally cast (spun) iron pipes of dia meter
17.59.1 a 100mm 192 67.35 each 12931.2
18.49 21 providing and fixing brass bib cock of approved quality:
18.49.1 a 15mm nominal bore 768 458.40 each 352051.2
Providing and fixing uplasticised PVC connection pipe with
18.2 22 brass unions
18.2.2 a 30cm length
18.2.2.1 i 15mm nominal bore 1152 506.10 each 583027.2

5.1 of PAR Providing and placing on terrace R.C.C tank without staging
2012 of and making necessary holes for inlet, out let and over flow pipe
CPWD 23 but without fittngs and the based support for tank 120000 15 per liter 1800000
Provding and fixing C.P. Brass angle valve for basin mixer and
geyser points of approved Qulaity conforming to IS :8931 a )
18.53 24 15mm nominal bre

18.53.1 a 15mm nominal bore 1152 506.70 each 583718.4

Providing and fixing square-mouth S.W.gully trap class SP -1


comlete with C.I. Grating brick masonary chamber with water
tight C.I. Cover with frame of 300x300mm size ( inside) the
weight of cover to be not less than 4.50kg and frame to be not
19.4 25 less than 2.70kg as per standard design

19.4.1 a 100x100mm size P type


19.4.1.2 i With sewer bricks conforming to IS :4885 72 1522.10 each 109591.2

Constructing brick masonry manhole in cement mortar 1:4 ( 1


cement :4 coarse sand) with R.C.C. Top slab with 1:2:4 mix (
1cement :2 coarse sand ; 4 grade stone aggregate 20mm
nomial size ), foundation concrete 1:4;8 mix (1 cement :4
coarse sand :8 gradge stone aggregate 40mm nominal size ), in
side plastering 12mm thick with cement morter 1:3 ( 1cement
:3 coarse sand) finished with floating coat of neat cemeant and
making chanels in cement concrete 1:2:4 ( 1cement :2 coarse
sand : 4graded stone aggregate 20mm nominal size) fished
with a floating coat of neat cement complete as stsnderd
19.7 26 design:

Inside size 90x80cm and 45cm deep including C.I. Cover with
frame (lightduty) 455x610mm internal dimensions,total weight
of cover and frame to be not less than 38kg (weight of cover
19.7.1 a 23kg and weight of frame 15kg)

19.7.1.2 With sewer bricks conforming to IS :4885 78 8065.80 each 629132.4


Inside size 120x90cm and 90cm deep including C.I.cover with
frame ( mediumduty) 500mm internal diameter, total weight
of cover and frame to be not less than 116kg ( weight of
19.7.3 27 cover58kg and weight of cover 58kg ):
19.7.3.2 a With sewer bricks conforming to IS :4885 6 8065.80 each 48394.80
TOTAL OF ( C ) 14773947.00
12

ABSTRACT OF COST FOR TYPE-IV RESIDENCES


BUNDELKHAND UNIVERSITY, JHANSI
S.No. Particular Amount

1 TOTAL OF ANNEXURE-1 A 90550124.53

2 TOTAL OF ANNEXURE-2 B 116593881.46

3 WATER SUPPLY AND SANITATION C 14773947.00

Total 221917953.00

Less 5% -11095897.65
Total 210822055.35
SAY 2108.22
APROXIMATE COST Rs.21.00 Cr.

You might also like