Vous êtes sur la page 1sur 73

TENDER DOCUMENT

FOR
CONSTRUCTION
OF

International All weather Swimming pool at Saifai


Etawah

UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.


VIBHUTI KHAND, GOMTI NAGAR,
LUCKNOW.

Bill of Quantity
Name of work - Construction of All weather swimming pool at saifai etawah

List of Important Dates


1. Notice Inviting Tender/Bid

Date of Issue
22.02.2013

[
[

2. Sale of Bidding Document

3. Pre-Bid Meeting

Period
15.03.2013 to 22.03.2013

Time
04:00 PM

Date
16.03.2013

4. Deadline of Receiving Bid


5. Place of Receiving Bid
6. Opening of Technical Bid

7. Opening of Financial Bid

Date
23.03.2013
-

Place
Office of G.M
U.P.R.N.N. Ltd.
Etawah Zone Etawah
Time
12.00 Noon

Office of General Manager Etawah Zone Etawah


Time
12:30 PM

Date
25.03.2013

Place
Office of G.M
U.P.R.N.N. Ltd.
Etawah Zone Etawah

Date & Time


To be notified by a notice to individual technically
qualified bidders and displayed in the Office of
General Manager Etawah Zone

8. Completion Period of Work/Project


9. Validity Period of Bid

Place
Office of Project
Manager/Unit Incharge
Saifai Unit Saifai

18 Months
90 Days

Tender Notice
Uttar Pradesh Rajkiya Nirman Nigam Ltd.
(ISO 9001:2008 Certified Company )
Fax : 05688-250326

Vishveshraiya Bhawan, Vibhuti Khand Gomti Nagar, Lucknow


Phone :- 0522 2720665, 2720670-71 Fax No. 0522-2720846
Website:http://www.uprnn.co.in

Email- gmez.uprnn@yahoo.com

Press Notice
No.

/ Nivida

Dated :

1. Uttar Pradesh Rajkiya Nriman Nigam Ltd. Lucknow invites percentage rate bids in 2 bids
system sealed tender from eligible and approved contractors of UP. P.W.D. /C.P.W.D./M.E.S.
registered in A class The Bidder may submit bids for any or all of the works. Bidders are
advised to note the minimum criteria.
S.No.

Name of work

1
1

2
Constr. Of International
All weather swimming
pool at Saifai Etawah

Estimated
cost (in
Lacs)
3
6500.00

Bid
Security
(Rs in
Lacs)
4
130.00

Cost of Bid
Document

Time of
Completion

Address of
Tender
sale office

5
300.00+5000.00
(+VAT,+Stationery
Charge)

6
18 Months

7
Saifai Unit
saifai,
Etawah

Address of
Tender
receiving
officer
8
G.M. Office
U.P.R.N.N.
Ltd. Motijheel
Etawah

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 five years ending 31st
March 2012, as a prime contractor satisfying either of the following.
a) Three similar completed work each costing not less than 40% of Tendered cost.
Or
b) Two similar completed work each costing not less than 50% 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 including
electrical and HAVC works. Preference will be given to the firms who have done similar works
in Hospitals and Medical College of repute.
ii)
Should have had average annual financial turnover (out of work of similar nature) of 50% of
estimated cost on construction works of similar nature during last three years, ending 31st
March 2012 (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 concerned General Manager on 16 March 2013
for clarifying issues and clearing doubts, if any.
4. The bids shall remain valid for acceptance for a period of 90 (ninety) 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 bid opened to those bidders whose bids are technically qualified and eligible.

7. A set Bidding documents may be purchased from the office of concerned Unit Incharge as
mentioned in column-7 respectively of the table corresponding to the respective work, between
11:00 pm on any working day from 15.03.2013 to 22.03.2013 for a non-refundable fee of Rs.
5000.00 (Rupees Five Thousand only) for stationary charges, Rs. 300.00 for tender cost and
VAT as applicable per set per work as indicated in column 5, in the form of Demand Draft
drawn on any Scheduled bank in favour of U.P.R.N.N. Ltd., Etawah payable at Etawah.
Interested bidders may obtain further information at the same office from where the document
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 issued
of Bidding documents by post shall be entertained only upto 4.00 PM on 16.03.2013 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. 5300.00+VAT as mentioned in column 6 above,
in the form of DD drawn on any Scheduled bank in favour of U.P.R.N.N. Ltd. Payable at
Etawah 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 -7 the later would be considered
authentic.
9. Bids must be delivered to the office of the concerned General Manager as mentioned in column8 of the table corresponding to the respective work on or before 12.00 Noon on 23.03.2013 and
the technical bids will be opened on the next working day, that is on 25.03.2013 at 12.30 pm, in
the office of concerned General Manager as mentioned in column-8, in the presence of the
bidders of their authorized 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-8 and by
individual notice to the eligible and qualified bidders. The financial bids shall be opened in the
office of concerned General Manager as mentioned in column-8 in the presence of bidders who
wish to attend.
10. Bids must be accompanied with security of the amount specified for the work in the table. The
Earnest Money may be deposited in the form of Demand draft of a Nationalized Bank (payable
at Lucknow infavour of U.P. Rajkiya Nirman Nigam Ltd. Lucknow along with Bank Guarantee
of any Nationalised bank wherever applicable.
A part of Earnest money is acceptable in the form of Bank Guarantee also. In such case,
Rs. 20.00 Lacs will have to be deposited in the shape of Demand draft and balance in shape
of Bank Guarantee of any Nationalised Bank having branch at Lucknow. The intending
bedders has to fill all the details such as Bankers name, Demand draft, Bank Guarantee number,
Amount and Date. The Bank Guarantee submitted as a part of Earnest money shall be valid for
45 days beyond the validity of the bids.
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
services, 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 Contractors 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 from of an affidavit in the prescribed proforma
(Annexure-1 ) all information required for evaluation of the bidding capacity of the bidder 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 deducted from Contractors Bills.
17. Bidding Document s general conditions of contract can be seen in the office of concerned Unit
Incharge and concerned General Manager as mentioned in column 8-9 Bidding Documents can
also be downloaded from website : www.uprnn.co.in.

General Manager (Etawah Zone)


Uttar Pradesh Rajkiya Nirman Nigam Ltd.
Moti Jhil, Dairy Institute Campus Etawah

A.

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)
(iEarnest money of the specified value in the shape of NSC/FDR/CDR/Bank guarantee
of Nationalized bank duly pledged in favour of U.P.Rajkiya Nirman Nigam Ltd.,
Vibhuti Khand, Gomti Nagar, Lucknow. (Appendix 1)
(iiDuly filled up Firms information appended with the tender. (Appendix 2)
(iii- List of works satisfactorly completed during the last five financial years in
Govt./Semi-Govt./Public Sector undertaking and public and private limited
companies along with certificates (Attested copy). (Appendix 3)
(ivProof of liquid assets duly certified by banker as per pre-qualification requirement
(original or attested copy will be entertained). (Appendix 4)
(vLatest income tax clearance certificate valid till date (original or attested copy)
clearly indicating turnover of last five assessment years.
(Appendix 5)
(viList 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)

(viii(ix-

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)
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 schedule of rates.

1. SCOPE OF WORK
The project involves construction of 100 bedded (Maternity Wing) Hospital Buildings in
different Districts of U.P.
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 of park and
parking, external electrification, transformer, D.G. set for common services and for
each Hospital, boundary and other development works required within the plot etc.

2. ELIGIBILITY
a) Earnest money of the value of Rs. 120.00 Lacs in the shape of NSC/FDR/CDR of
Nationalized bank duly pledged in favour of U.P.Rajkiya Nirman Nigam Ltd., Vibhuti
Khand, Gomti Nagar, Lucknow. Or Rs 20 lacs in the shape of Demand draft and rest
amount in shape of Bank Guarantee should be enclosed with the tender.

b) Bidder should experienced in the field of construction of projects/hospital buildings


for Govt./P.S.U.s/Reputed Private hospitals buildings. Bidders stationed outside
Lucknow shall have to establish an office in Lucknow with the requisite technical and
supervisory staff stationed.

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 50% 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 building project including RCC framed
structure technology, sanitary and electrical works, lift elevator etc. The intending
bidder shall submit certificate of the completion of the work executed by them
indicating their 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 be equal to or more than
tendered cost for which bid has been invited, during last five 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 five 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.

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 Bidders 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 C.P.W.D., U.P.P.W.D., U.P. JAL
NIGAM, U.P. POWER CORPORATION LTD., M.O.R.T.H (Road Wing) specifications for road
and bridge work (third revision 1995) as the case may be, latest circulars and
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.

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.

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 bidders 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 fascimal, 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
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 Employers 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 Bidders obligation
under the contract, or (c) whose rectification would affect unfairly the competitive
position of the bidders 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 nonconfirming 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.

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


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 one year and 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.

24. EXECUTION OF AGREEMENT


Successful bidder shall have to execute an agreement on stamp paper of value as
applicable, through its authorized representative within a 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 5 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 specified time from the date of issue of
work order including rainy season.

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 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.
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
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.

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.

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.

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


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.

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
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.

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.
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-incharge on the part of the
contractor or his authorized agent will make the contract liable to be terminated.

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
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. ESCALATION
The rate quoted shall be FIRM throughout the tenure to the contract (including
extension of time, if any, granted) and will not be subject to any fluctuation due to
increase in cost of materials, labour, tax, octroi etc.

51. Milestones to be achieved during the contract period

a) 1/8th of the value of entire contract work up to th of the


period allowed for completion of construction.
b) 3/8th of the value of entire contract work up to of the
period allowed for completion of construction.
c) 3/4th of the value of entire contract work up to th of the
period allowed for completion of construction.

52. LIQUIDATED DAMAGES


Amount of liquidated damages for
delay in completion of works

For Whole of work 1 percent of the Initial


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.

PROFORMAS
FOR
TECHNICAL BID

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

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.
b.
c.
d.

Name
Designation
Address
Telephone
Fax
E-mail
Mobile
e. Qualification
f. Experience in years as well as projects (attached C.V)
g. Age

Signature of Bidder

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 (2007-08 to 2011-12)
(Furnish in Annexure I)
(Completion certificates must be enclosed)
Project/
Work
Name

Name of
the
Client,
Place
and
State

Description
of Works

Value of
Contract
(Rs. In
lacs)

Actual
Stipulated
time of
time of
completion completion

Remarks,
Explain
reasons
for delay,
if any

2) Details of existing commitments and ongoing projects


(i- 50% of Tendered cost
(ii- 40% of Tendered cost
Project
/ Work
Name

Name
of the
Client,
Place
and
State

Value of
Contract
(Rs. In
lacs)

Stipulated
time of
completion

Date
of
Start

Date of
Completion

Value of
Works
Remaining
to be
completed

Anticipated
time of
completion

Signature of Bidder

Format for availability of Credit Facilities

Appendix - 4

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.

Financial Information

Appendix - 5

1) Turnover for the last five years (Civil Engineering Works)


Sl. No.
Year
Turnover (Rs. In lacs)
Remarks
1
2007-08
2
2008-09
3
2009-10
4
2010-11
5
2011-12
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

Appendix - 6
Details of Machinery and Equipment owned
Name of
Equipment

Nos.

Capacity/Size

Age/
Condition

Owned/Leased
or to be
Purchased

Signature of Bidder

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

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

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

Standard Form of Agreement

Appendix-10

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 2013.

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;
iii) Contractors 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

Binding Signature of Employer authorized representative


Project Manager/ Unit Incharge
Unit- ..UPRNN
District

Binding Signature of Contractor

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
Description of 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 ratepercentage 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)...

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

Dated

LETTER OF ACCEPTANCE
To,
M/s..

This is to notify
Manager.

you

.Unit,
U.P.R.N.N
datedfor

that

on

behalf

of

the

Ltd.has

Execution
of
the
District.for
Rs..

Employers
accepted

the

Contract

the

Project

your

bid

Price

of

(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. 23 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

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.
Yours faithfully
Project Manager
Unit,
District

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 contractor]
with

(hereinafter called the Contractor) shall deposit

performance under the said clause of the contract


.[amount
of
[in words].

in

the

amount of
guarantee]

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
Employer]receives full repayment of the same amount from the Contractor.

of

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.

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 All weather Swimming Pool Saifai Etawah.
To,
U.P. Rajkiya Nirman Nigam Ltd.
Vishveshwariya Bhawan,
Vibhuti Khand, Gomti Nagar,
Lucknow.
Dear Sir,
M/s(Tender Name and Address)..wish to submit their bid for award of work for
Construction of All weather Swimming Pool Saifai Etawah. as per prescribed terms and conditions of
the tender document, and is due for submission by2013. The Tender conditions require the
intending tenderer to submit a sum of Rs. 20 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. .. .

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 specified 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:.

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 Contractors 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 years 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 Contractors machinery and vehicles brought temporarily to the site to
construct the Works.
The Initial Contract Price is the Contract Price listed in the Employers 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.

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) Contractors 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.

3. Language and Law


3.1 The language of the Contract and the law governing the Contract are stated in the
Contract
Data.
4. Engineers 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 6Form 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 contractors 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
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
8.1 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.
8.2 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
Contractors 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 Governments permission to
employment with the Contractor.
10. Contractors Risks
10.1 The Employer carries the risks which this Contract states are Employers risks, and
the Contractor carries the risks that this Contract states are Contractors risks.
11. Employers 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 Employers 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 Contractors 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 Contractors
design.

12. Contractors 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
Contractors 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 Engineers 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 Contractors 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 Engineers 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
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 Engineers approval shall not alter the Contractors 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 Engineers 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
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 fortyfive 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 Authoritys 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 Authoritys 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
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 Engineers approval of the programme shall not alter the Contractors 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.
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 Contractors work and notify the Contractor of any Defects
that are found. Such checking shall not affect the Contractors 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 Engineers 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 Engineers notice, the Engineer will assess the cost of having the
Defect corrected, and the Contractor will pay this amount, on correction of the Defect.
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.
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.
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 Contractors 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. Advance Payment
45.1
The Employer will make the following advance payment to the contractor against
provision by the Contractor of an Unconditional Bank Guarantee in a form and by a Commercial
bank acceptable to the Employer in amounts equal to the advance payment:
b. Mobilization advance up to 5 percent of the contract price.
c. Equipment advance up to ninety percent of the cost of the site, subjects to a
maximum of 10 percent of the contract price.
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. Interest will not be charged on advance payment.
45.2
The Contractor is to use the advance payment only to pay for Equipment, plant and
mobilization expenses required specifically for execution of works. The contractor shall
demonstrate the advance payment as been used in this way by supplying copies of invoices or
other documents to the Engineer.

45.3 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.
46. Security
46.1
The Performance Security equal to five percent of the contract price and additional
security for unbalanced bids shall be provided to the Employer no later than the date specified in
the letter of Acceptance and shall be issued in the form given in the Contract Data and by a
Schedule Commercial Bank. The Performance Security shall be valid until a date 45 days from
the date of expiry of Defect Liability Period and the additional security for unbalanced bids shall
be valid until a date 45 days from the date of issue of the certificate of completion.
47. Cost of Repairs
47.1 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 Contractors acts or omissions.
E.

Finishing the Contract

48. Completion of Construction and Maintenance


48.1
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.
49. Taking Over
49.1 The Employer shall take over the works within 7 days of the Engineer issuing a certificate
of Completion of Works.
50. Final Account
50.1 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 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 Contractors revised account. The payment of
final bill for construction of works will be made within 14 days thereafter.
51. Operating and Maintenance Manuals
51.1 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.
51.2
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 Engineers approval, the Engineer shall withhold
the amount stated in the Contract Data from payments due to the Contractor.

52. Termination
52.1 The Employer may terminate the Contract if the Contractor causes a fundamental breach
of the Contract.
52.2 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
m) If the contractor fails to deploy machinery and equipments or personal as specified in
the contract data at the appropriate time.
52.3 Notwithstanding the above, the Employer may terminate the Contract for convenience.
52.4 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.
53. Payment upon Termination
53.1 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.

53.2
If the contract is terminated at the Employers convenience, the Engineer shall issue a
certificate for the value of the work done, the reasonable cost of removal of Equipment,
repatriation of the Contractors personal employed solely on the Works, the Contractors 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.
54. Property
54.1
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 Contractors default, till the works is completed
after which it will be transferred to the contractor and credit, if any, given for its use.
55. Releases from Performance
55.1 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
56. Labour
56.1
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.
56.2 The contractor shall if required by the Engineers, 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.
57. Compliance with Labour Regulations
57.1 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,
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 nonobservance 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 contractors 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.

58. Drawings and Photographs of the Works


58.1
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.
58.2
The contractor shall not disclose details of drawing furnished to him and works on
which he is engaged without the prior approval of the Engineers 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 Engineers in writing. No
photographs/video photographs shall be published or otherwise circulated without the
approval of the Engineers in writing.
59. The Apprentice Act 1961
59.1 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.
60. Criminals are Prohibited from Bidding
60.1 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.
60.2
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.
61. 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.
62. 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.
63. Contractor shall obtain No Objection Certificate from Director Electrical Safety before
energisation of the building.
64. Contractor shall establish and maintain a site office under his authorized representative/
Technical staff. All relevant documents shall be kept in the site office.
65. Contractor shall make his own arrangement for light (Electricity) and water supply during
course of construction.

Signature of Contractor

Project Manager
Unit,
District

SPECIFICATIONS

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

Project Manager
Unit,
District

Construction of All weather Swimming Pool Saifai Etawah.

List of Preferred Makes for Civil, Public Health & Electrical Works
S.N. Name of Materials

Preferred Makes

Ordinary Portland / Portland

ACC, Ultratech, Gujarat Ambuja, Vikram, Birla & JK Cement.

Pozzolona Cement (Grey) - 43 Grade JP Rewa & Shree

RMC

Ultratech, L&T, ACC or any other approved by UPRNN Ltd.

White Cement

Birla White / J. K. White

Reinforcement Steel

SAIL, TISCO & RINL

Veneered Particle Board

Novapan, Kitply & Greenply

Laminated Particle Board

Sunmica, Century, Greenply, Novapan & Kitply

Flush Door Shutters

Kitply Industries, Century & Greenlam

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 /


OBD

ICI, Asian Paints, Nerolac & Berger Paints

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


Steel only)

Diamond, Nirali, Neelkant & Jayna

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 Mark Commander, Hindware, Admiral, Parryware & Cera
only)

24

CP Fittings / Mixer Pillar taps


Washers

JAQUAR

25

CP Accessories

JAQUAR

26

Centrifugally Cast (Spun) Iron Pipes NECO, or any other B.I.S marked Product & Fittings

27

Centrifugally Cast (Spun) Iron Pipes Electro Steel, Kesoram & Jindal.
(Class LA)

28

G.I. Pipes

Jindal (Hissar) & Tata

29

G.I. Fittings

Unik & UU

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 Nitco, Johnson, Naveen, Orient & Asian,
Matt Finish)

45

Glazed Vitrified Tiles Rectified (Satin Nitco, Johnson, Naveen, Orient & Asian,
Finish)

46

Glass including high performance


thermal glass

Saint Gobain, Modi Guard & AIS

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 &


Urinal Divition Plates

Hindware, Parryware & Jaguar

59

Health Shower, Taps, Jet Spray

Jaguar, Moen & Marc

60

Hand Drier cum Paper Dispenser


Unit

Uronics & Jaguar

61
62

Fittings
Fans

Philips / Bajaj / Wipro / Future Lighting


Havells / Crompton / Bajaj

63
64
65
66
67

Switches & Sockets


Geysers
Panels
Cables & Wires
Cable Management System

MK / Philips / Havells / North west


Racold / Jaguar-aero smith / Bajaj
Jackson / KEPL / CMKL
Finolex / KEI / Polycap
MK / Legrand / Schneider

68

Lifts

OTIS / Johnson / Kone / Schenieder

69

ACP CLADDING

ALUCOBOND, ALSTRONG & ALSTONE

BILL OF QUANTITY
Name of work - Construction of All Weather Swimming Pool at Saifai Etawah
Sl. No.

Description of item

1.1

Earth work in excavation by mechanical means (Hydraulic excavator)


/manual means over areas (exceeding 30cm in depth. 1.5 m in width aswell
as 10 sqm on plan) including disposal of excavated earth, leadupto 50m and
lift upto 1.5m, disposed earth to be levelled and neatly dressed. All kinds of
soil
Filling available excavated earth (excluding rock) in trenches, plinth, sides of
foundations etc. in layers not exceeding 20cm in depth, consolidating each
deposited layer by ramming and watering, lead up to 50 m and lift upto 1.5
m.
Supplying and stacking of earth at site including royalty and carriage up to 1
km (earth measured in stacks will be reduced by 20% for payment).
Carriage of earth by mechanical transport to site from a distance of 10 km
including loading and unloading
Supplying and filling in plinth with local sand under floors, including
watering, ramming, consolidating and dressing complete.
Extra for compaction of earth work in embankment under optimum moisture
conditions to give at least 95% of the maximum dry density (proctor density).

1.2

1.2.1
1.2.2
1.3
1.4
1.5

1.6

1.7

1.7.1
1.7.2
1.8

1.8.1

Providing and laying in position machine batched, machine mixed and


machine vibrated design mix cement concrete of specified grade for cement
concrete structural elements, including the cost of centering, shuttering,
including admixtures in recommended proportions.(as per IS 9103) to
accelerate, retard setting of concrete improve workability without imparing
strength and durability as per direction of Engineer-in -charge-M-15 grade
cement concrete
All work
upto plinth level
Providing and laying in position machine batched, machine mixed and
machine vibrated design mix cement concrete of sulphate resisting portland
cement grade conforming to IS: 12330 for reinforced cement concrete work
including pumping of concrete to site of laying including the cost of
centering, shuttering, finishing and Admixtures but excluding the cost of
reinforcement in recommended proportions as per IS 9103 to accelerate,
retard setting of concrete, improve workability without impairing strength
and durability as per direction of Engineer-in-charge. M-30 grade reinforced
cement concrete.
Boring, providing and installing bored cast-in-situ reinforced cement concrete
piles of grade M-35 (with sulphate resisting portland cement grade
conforming to IS: 12330) of specified diameter and length below the pile cap,
to carry a safe working load not less than specified, excluding the cost of steel
reinforcement but including the cost of boring, with bentonite solution and
temporary casing of appropriate length for setting out and removal of same
and the length of the pile to be embedded in the pile cap etc. all complete,
including removal of excavated earth with all lifts and leads (Length of pile
for payment shall be measured upto bottom of pile cap).
Pile 1000 dia
Pile 800 dia

Unit

Quantity

cum

23530.95

71.25

cum

23530.95

38.00

cum

25170.12

110.00

cum

25170.12

179.74

cum

10.00

711.84

cum

23530.95

7.36

cum

3109.58

4455.80

cum

1962.75

6631.52

m
m

720.00
14100.00

9066.72
6556.49

5970.19

6695.76

Providing and laying in position machine batched, machine mixed and


machine vibrated design mix cement concrete of sulphate resisting portland
cement grade conforming to IS: 12330 for reinforced cement concrete work
including pumping of concrete to site of laying including the cost of
centering, shuttering, finishing and Admixtures but excluding the cost of
reinforcement in recommended proportions as per IS 9103 to accelerate,
retard setting of concrete, improve workability without impairing strength
and durability as per direction of Engineer-in-charge. M-35 grade reinforced
cement concrete.
upto plinth level
CuM

Rate

Name of work - Construction of All Weather Swimming Pool at Saifai Etawah


Sl. No.
1.8.2

1.9

1.10

1.11

1.12

1.13

Description of item
above plinth level
Supply & applying mixing integral crystalline waterproofing treatment to
baseslab and walls of swimming pool mixing with Penetron crystalline
Admixture @ 0.8% (minimum) by weight of cementitious material or higher
as recommended by the manufacturer in reinforced cement concrete at the
time of batching or in transit mixer at site. Material must possess a u-sign
approval from appropriate authorities, as per DIN V 18998, with Chloride
content less than 0.1% alkali content less than 9.3% and no corrosion effect on
reinforcement steel as specified in DIN V 18998, Material should be capable
to reduce the permeability of the concrete by lesser than 5.35x10-13cm/sec as
per DIN 1048 after 56 days.
Providing TMT reinforcement steel of Fe500 grade,from approved
supplier,handling straightening,cutting,bending, typing,lap welding,placing
in position including binding wire in diamond form at each reinforcement
junction in all structural concrete at all heights and depths with all leads
complete as per specifications and as directed including welding involved
towards stray current protection effects as per the system approved by the
engineer.
Providing & fixing of double skin insulated roofing system comprising of
standing seam profile or a clip on external sheet manufactured out of 0.55mm
TCT (total coated thickness) permanently coloured coated zincalume /
galvalume steel (150gsm. Zinc-aluminium alloy coating total of both sides as
per AS 1397 ; 1993) having minimum 300Mpa yield strength. The colour
coating shall comprise of SMP/Super Polyester. The inner sheeting shall be a
metal deck 0.50 of SMP/Super Polyester coated zincalume steel 150gsm.
(Zinc-aluminium alloy coating mass total of both sides as per AS 1397 ; 1993)
having 550Mpa yield strength. The colour coating shall comprise of 20
microns finish coat over a 5 micron primer coat on the exposed side and a
back coat of 5 microns over a primer coat of 5 micron on the reverse side.
The external sheet shall have minimun 400mm cover width, having leg width
of minimum 41 mm and shall have a punctureless conection to the structure
The inner sheet shall be perforated deck profile (min. 21%). The inner sheet
shall be fixed to the strcture by means of self drilling fastners. The clips shall
be concealed and no fasteners are to penetrate the external sheeting. An
insulation of 75mm thick Mineral wool insulation of density 48Kg per cum
conforming to IS 8183 and CBRI tested for "non combustibility" as per BS 476
Part -4, shall be provided and fixed to the inner sheet with 200gauge
polythene sheet for vapour barrier and between the two sheet as per
specification. The rate shall include for flashings, sealants, fixing 25x3mm
thick aluminium earthing strip to sheeting at all elevations and work shall be
carried out as per specifications, approved drawing and instruction of the
Engineer- in- charge.The profile steel sheets shall conform to IS 513,277 & IS
14246

Unit

Quantity

Rate

CuM

3128.71

7241.09

kg

8708.07

350.00

MT

1781.05

62981.44

sqm.
Structural steel work in single section of TATA structura or equivalent
hollow section of size1as per drawing with yield of 310 mpa and conforming
tp IS; 4923 fixed with connecting cap and base plate including cutting,
hoisting, fixing in position and applying a priming coat of approved steel
MT
primer all complete.
Architecturally exposed Steel work of Grade Fe 410B/E 250 in built up
hollow rectangular section / trusses and framed work as per drawing /
Design including erection, hoisting etc., complete including painting over a
m
two coat of priming and one under coat as per technical specification etc.,
tonne
complete and as per direction of the Engineer-in-charge.

18067.80

5000.00

705.66

80550.00

51.80

62514.00

Name of work - Construction of All Weather Swimming Pool at Saifai Etawah


Sl. No.

Description of item

Unit

Architecturally exposed Steel work of Grade Fe 490B/ E350 in built up


hollow rectangular section / trusses and framed work as per drawing /
Design including erection, hoisting etc., complete including painting over a
m
two coat of priming and one under coat as per technical specification etc.,
tonne
complete and as per direction of the Engineer-in-charge.
1.15 Vertical load testing of piles in accordance with IS 2911 (Part IV) including
installation of loading platform and preparation of pile head or construction
of test cap and dismantling of test cap after test etc. complete as per
specification & the direction of Engineer in-charge.
1.15.1 Initial load test for pile capacity up to 150 tonnes
(a) For 800 dia. pile
nos.

Quantity

Rate

1.14

(b) For 1000 dia. pile

900.50

62514.00

nos.

2.00
1.00

47358.45
71037.68

nos.
nos.

4.00
2.00

27028.40
40542.59

nos.
nos.

2.00
1.00

17627.21
17627.21

nos.
nos.

4.00
2.00

17627.21
17627.21

1.15.2 Routine load test for pile capacity up to 150 tonnes


(a) For 800 dia. pile
(b) For 1000 dia. pile
Lateral load testing of single pile in accordance with IS Code of practice IS :
2911 (Part IV) for determining safe allowable lateral load on pile :
1.16.1 Initial load test for pile capacity up to 50 tonnes
(a) For 800 dia. pile

1.16

(b) For 1000 dia. pile

1.16.2 Routine load test for pile capacity up to 50 tonnes


(a) For 800 dia. pile
(b) For 1000 dia. pile

1.17

Providing and fixing 15 cm wide, 45 cm overall semi-circular plain G.S. sheet


gutter with iron brackets 40x3mm size, bolts, nuts and washers etc., including
making necessary connections with rain water pipes complete.
0.80 mm thick with zinc coating not less than 275 gm/m

310.00

444.21

1.18

Providing valleys of 90 cm wide overall in plain G.S. sheet fixed with


polymer coated J, or L hooks, bolts and nuts 8 mm dia G.I. limpet and
bitumen washers complete :
1.60 mm thick with zinc coating not less than 350 gm/m

220.00

904.00

1.19

Supply & apply construction joint treatment byassociating joint treatment to


consruction joints in base slab / retaining wall of basement to be carried out
strictly as per the manufacturers specifications and technical specification
etc., complete using Penebar SW45A swellable. Rapid Expansion Water
stopper of size 19mmx25mm capable of expanding upto 215% in 120 hours,
when immersed in potable water, having hydrocarbon content (ASTM D297)
of not less than 45% and volatile matter (ASTM D-6) not to exceed 1%. Works
shall be guaranteed for 10 years against any leakages.

398.00

475.00

1.20

Treatment of crack with Penetron Modified Mortar /Penecrete & honey


combed area repair etc. by making 25x25mm U-Groove and material
m
consumption 1.5kg/m
Tie bar hole treatment
Per hole
Supply & application of Penetron coating @ 1.4 Kg/m2 in two coats with
m2
brush
Supply & Sealing of Pipe Penetration with Penebar SW45B and free flow
Per pipe
grout upto 100mm pipe.
CONCRETE WORK

50.00
50.00

425.00
55.00

3803.00

2535.00

50.00

1575.00

15.00

4962.58

9.00

3933.89

1.21
1.22
1.23
2.0
2.1

a
b

Providing & laying in position cement concrete of specified grade excluding


the cost of centering and shuttering -All works upto plinth level:
1:11/2:3 (1 cement: 11/2 coarse sand: 3 graded stone aggregate 20 mm
Cum
nominal size)
1:3:6 (1 cement: 3 coarse sand: 6 graded stone aggregate 40 mm nominal size)
Cum

Name of work - Construction of All Weather Swimming Pool at Saifai Etawah


Sl. No.

Description of item

1:4:8 (1 cement: 4 coarse sand: 8 graded stone aggregate 40 mm nominal size)

2.2

Making plinth protection 50mm thick of cement concrete 1:3:6 (1 cement :3


coarse sand : 6graded stone aggregate 20mm nominal size) over 75mm bed
by dry brick ballast 40mm nominal size well rammed and consolidated and
grouted with fine sand including finishing the top smooth.

2.3

Supplying stacking Laying, spreading and compacting stone aggregate of


63mm to 45mm sizes in uniform thickness, hand picking, rolling &
compacting in stages to proper grade and camber, applying and brooming
requisite type of screening / binding material to fill up interstices of coarse
aggregate, watering and compacting to the required density .

3.0

BRICK WORK

3.1

Brick work with F.P.S. bricks of class designation 75 in superstructure above


plinth level upto floor V level in all shapes and size inCement Mortar 1:6 (1
Cum
Cement : 6 Coarse Sand)
Half brick masonry with F.P.S. bricks of class designation 75 in
superstructure above plinth level upto floor V level in Cement Mortar 1:4 (1
Sqm
Cement : 4 Coarse Sand)
Extra for providing and placing in position 2 Nos. 6 mm dia. M.S. bars at
Sqm
every third course of half brick masonry (with F.P.S. bricks).
WOOD AND PVC WORK

3.2

3.3
4.0
4.1

Providing and fixing pressed steel door frames conforming to IS: 4351
manufactured from commercial mild steel sheet of 1.60 mm thickness
including hinges, jamb, lock jamb, bead and if required angle threshold of
mild steel angle of section 50x25mm, or base ties of 1.60 mm pressed mild
steel welded or rigidly fixed together by mechanical means, including M.S.
pressed butt hinges, 2.5mm thick with mortar guards, lock strike-plate and
shock absorbers as specified and applying a coat of approved steel primer
after pre-treatment of the surface as directed by Engineer-in-charge:
Profile C, Fixing with carbon steel galvanised dash fastener of required dia
and size (to be paid for separately).

4.2

Providing & fixing ISI marked flush door shutters comfirming to IS:2202
(Part-I) non decorative type, core of block board construction with frame of
first class hard wood & well matched commercial 3 ply veneering with
vertical grains or cross bands & face veneers on both faces of shutters:
35 mm thick including ISI marked stainless steel butt hinges with necessary
screws.
Providing and fixing 1.0 mm thick decorative high prssure laminated sheet of
plain / wood grain in gloss/matt/suede finish with high density protective
surface layer and reverse side of adhesive bonding quality conforming to IS :
2046 Type S including cost of adehsive of approved quality.

4.3

4.4

4.5

4.6

Unit

Quantity

Rate

Cum

115.00

3635.22

Sqm

279.00

342.73

Cum

279.00

1432.84

2536.00

3921.69

2019.00

482.45

2019.00

64.04

metre

108.00

367.37

Sqm

51.00

1596.85

51.00

603.31

108.00

99.56

43.00

405.46

114.00

97.89

Sqm
Providing and fixing wooden moulded beading to door and window frames
with iron screws, plugs and priming coat on unexposed surface etc. complete
:
metre
50x12 mm
Providing and fixing aluminum U beading of required size to Pre-laminated
/flush door shutter including fixing etc. complete as per direction of
Kg
Engineer-in-charge.
Providing 40x5 mm flat iron hold fast 40 cm long including fixing to frame
with 10 mm diameter bolts, nuts and wooden plugs and embedding in
cement concrete block 30x10x15cm 1:3:6 mix (1 cement : 3 coarse sand : 6
each
graded stone aggregate 20mm nominal size)

Name of work - Construction of All Weather Swimming Pool at Saifai Etawah


Sl. No.

Description of item

4.7

Providing and fixing 2hrs Fire Rated Door 1200 x 2100 mm Single leaf of size
: with vision panel 150 x 750 mm Hollow metal fire rated doors as per IS 3614
part-1 & part-2 for stability and integrity. Grained Galvanized steel
confirming to IS 277
Door frame shall be double rebate profile of size
143 x 57 mm made out
of 1.60mm (16 guage) minimum thick grained galvanized steel sheet. Frames
shall be Mitered and field assembled with self tabs. All provision should be
mortised, Drilled and tapped for receiving appropriate hardware. Rubber
door silencers should be provided on the striking jamb. Frames should be
provided with back plate bracket and anchor fasteners for installation on a
finished plastered masonry wall opening. Once frame installed should be
grouted with cement & sand slurry necessary for fire doors on the clear
masonry opening.
Door leaf shall be 46mm thick fully flush double skin door with or without
vision lite. Door leaf shall be manufactured from 1.2mm (18 guage) minimum
thick grained galvanised steel sheet. The internal construction of the door
should be rigid reinforcement pads for receiving appropriate hardware. The
infill material shall be resin bonded honeycomb core. All doors shall be
factory prepare for receiving appropriate hardware and provided with
necessary reinforcement for hinges, locks, and door closers.

Unit

Quantity

Rate

No

4.00

29500.00

Kg

4825.00

564.56

Sqm

82.00

1862.48

Sqm

64.00

264.42

The edges should be interlocked with a bending radius of 1.4mm. For pair of
doors astragals has to be provided on the meeting stile for both active and
inactive leaf. Vision lite wherever applicable should be provided as per
manufacturers recommendation with a beeding and screws from inside. The
glass should be 6mm clear borosilicate fire rated glass of relavant rating of
the door.
All doors and frames shall be finished with etched primer coating, stove zinc
phosphate primer and stained with wood paint of approved wood finish. The
door leaf and frame shall have passed minimum 250 hours of salt sprey test.
(The Items includes the cost of Door Frame, Door Shutter, Hold Fast, Screws,
including all necessary hardwares as approved by Local Fire Services, fixing
charges, all taxes, transportation, sundries etc. complete). The above work is
to be carried out by a specialized agency approved by Engineer-in-Charge.
Make Godrej Equvalent approved by E/I
4.8

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 steel nuts and bolts complete i/c fixing the railing with
necessary accessories & stainless steel dash fasteners , 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 Engineer-in-charge. ( for payment purpose
only weight of stainless steel members shall be considered excluding fixing
accessories such as nuts, bolts, fasteners etc.)

4.9

Supplying and fixing rolling shutters of approved make, made of required


size M.S. laths interlocked together through their entire length and jointed
together at the end by end locks mounted on specially designed pipe shaft
with brackets, side guides and arrangements for inside and outside locking
with push and pull operation complete including the cost of providing and
fixing necessary 27.5 cm long coil springs grade No. 2 and M.S. top cover of
required thickness for rolling shutters. 80x1.25 mm M.S. laths with 1.25 mm
thick top cover.
Extra for providing grilled rolling shutters manufactured out of 8 mm dia.
M.S. bar instead of laths as per design approved by Engineer-in-charge.(area
of grill to be measured).

4.10

Name of work - Construction of All Weather Swimming Pool at Saifai Etawah


Sl. No.

Description of item

4.11

4.12

Extra for providing mechanical device chain and crank operation for
operating rolling shutters. Exceeding 10.00 sqm and upto 16.80 sqm in the
area.
Providing and fixing ball bearing for rolling shutter

5.0

FLOORING WORK

5.1

Providing and laying polished vitrified floor tiles in different sizes with
water absorption less than 0.08% and conforming to IS:15622 of approved
make in all colours and shades, laid on 20mm thick grey cement mortar 1:4 (1
cement: 4 coarse sand) including grouting the joints with white cement and
matching pigment etc., complete Size of tile 600 x 600 x 9.5 mm (min)
Providing and laying Vitrified tiles in different sizes (thickness to be specified
by manufacturer) with water absorption less than 0.08 % and conforming to
I.S. 15622, of approved make in all colours & shade in skirting, riser of steps,
over 12 mm thick bed of cement mortar 1:3 (1 cement: 3 coarse sand),
including grouting the joint with white cement & matching pigments etc.
complete. Size of tile 600 x 600 x 9.5 mm (min)
Providing and laying Antiskid ceramic floor tiles 300 x 300 x 7mm (min) of
Ist quality conforming to IS: 15622 of approved make in all colours such as
white, lvory, grey, fume, red brown, laid on 20 mm thick cement mortar 1:4
(1cement :4 coarse sand) including pointing the joints with white cement and
matching pigment etc. complete.

5.2

5.3

5.4

5.5

5.6

5.7

5.8

5.9
(a)

Providing and fixing 1st quality ceramic glazed wall tiles 300 x 300 x 8 mm
(min) conforming to IS15622 of approved make in all colours, shades except
burgundy, bottle green, black in skirting, risers of steps and dado over 12mm
thick bed of cement mortar 1:3 (1 cement : 3 coarse sand) and jointed with
grey cement slurry @ 3.3 Kg per sqm. including pointing in white cement
mixed with pigment of matching shade complete.
Extra over for providing and laying 3mm thick Spacer in vitrified
tiles/cermic flooring with solid epoxy grout of BAL ENDURA, PIDILITE or
equivalent of desired shade etc. complete and as per pattern specified in
approved drawings and specifications. (Area of vitrified tiles flooring shall be
measured for payment)
20mm thick Kota stone slab flooring over 20 mm (average) thick base laid
over and jointed with grey cement slurry mixed with pigment to match the
shade of the slab including rubbing and polishing complete with base of
cement mortar 1 : 4 (1 cement : 4 coarse sand) :
Kota stone slab 20 mm thick in riser of steps, skirting, dado & pillars laid on
12 mm (avg.) thick cement mortar 1:3 (1 cement: 3 coarse sand) & jointed
with grey cement slurry mixed with pigment to match the shade of the slabs,
including rubbing & polishing complete.
Providing and laying 150mm thick controlled cement concrete in Grade M20
in required slope, machine mixed, machine vibrated vaccum dewater
flooring including, spreading, screeding, dewatering, floating and troweling
with the help of power trowelling floater of concrete floor as directed and
specified using necessary steel form work with M.S. Channels providing &
laying sepration layer of 125 micron expanded polythine foam sheets . Rate
shall include forming construction & contraction joints 4 mm to 6 mm wide
by cutting the floor upto th depth of thickness of the concrete using
mechanical saw up to full depth of cutting including providing & fixing M.S.
dowel bars with bitumen painting of full length as shown in drawing as to
form the bays not exceeding 6.0 m X 4.5 m etc. complete as per directed by
Engineer in- charge.
Cement plaster skirting (upto 30 cm height) with cement mortar 1:3 (1 cement
: 3 coarse sand) finished with a floating coat of neat cement :
18 mm thick

Unit

Quantity

Rate

Sqm

82.00

634.72

each

12.00

434.90

Sqm

2928.00

1352.81

Sqm

198.00

1354.94

Sqm

3336.00

858.53

Sqm

1612.00

732.76

Sqm

2928.00

404.70

Sqm

1274.00

1119.91

Sqm

199.00

1128.41

Sqm

2910.00

827.00

Sqm

227.00

261.23

Name of work - Construction of All Weather Swimming Pool at Saifai Etawah


Sl. No.

Description of item

5.10

25mm thick flooring with combination of Kota stone slab of 550mm x 550
mm size with Jaisalmer stone as shown in drawings over 20 mm (average)
thick base laid over & jointed with grey cement slurry mixed with pigment to
match the shade of the slab including rubbing & polishing complete: with
base of cement mortar 1:4 (1 Cement: 4 coarse sand).
Providing and fixing pre polished mirror finish Granite flooring as per
specification in pattern of two or three colours / borders (ivory fantasy dyna
green or any other colour of approved by the engineer-in-charge) 18mm thick
over 20mm (average) thick base of cement mortar 1:4 (1 cement : 4 coarse
sand) laid over and jointed with white cement slurry mixed with pigment to
match the shade of the slab including rubbing and polishing complete.

5.11

5.12

5.13

5.14

5.15

5.16

5.17

5.18

5.19

Providing and fixing pre polished mirror finish Granite flooring as per
specification in pattern of two or three colours / borders (sadarali and black
granite or any other colour of approved by the engineer-in-charge) 18mm
thick over 20mm (average) thick base of cement mortar 1:4 (1 cement : 4
coarse sand) laid over and jointed with white cement slurry mixed with
pigment to match the shade of the slab including rubbing and polishing
complete.
25mm thick black granite stone tread of staircase with bull nose edging and
two numbers 12 x 3 mm thick stainless steel anti skid flat inserted in grooves,
as shown in drawing.(all visible portion of tread shall be pre-polished)
Same as item above but for 18mm thick granite in entry step in alternate
panel of 300mm wide in polished and flamed finished with bull nosed edges
and grooves including stainless steel strips all complete as shown and
directed.
Providing and fixing mirror polished machine cut granite stone for dado,
skirting, riser, wall lining laid over and including cement mortar 1:3 (1 white
cement: 3 coarse sand) 12mm thick jointed with grey cement slurry (@ 3.3
Kg/ sqm including pointing with white cement mixed with pigment.
18mm thick of any size and colour as given in drawing and as approved by
the Engineer In Charge.
Providing and fixing mirror polished machine cut granite stone for dado,
skirting, riser, wall lining in cement mortar 1:3 (1 cement: 3 coarse sand)
12mm thick jointed with grey cement slurry (@ 3.3 Kg/ sqm including
pointing with white cement mixed with pigment epoxy touch ups including
rubbing, curing etc. complete at all level. 18mm thick of size 600 x 300mm or
part, ivory fantasy dyna green/ Sadarali granite of any shade as given in
drawing.
Providing and fixing 18mm thick gang saw cut mirror polished (premoulded
and prepolished) machine cut for kitchen platforms, 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 touch ups, including rubbing, curing, moulding and polishing to edges
to give high gloss finish etc. complete at all levels.
Area of slab over 0.50 sqm.

Unit

Quantity

Rate

Sqm

222.00

1172.42

Sqm

2557.00

3725.00

Sqm

443.00

3325.00

Sqm

52.00

3655.00

Sqm

664.00

3328.00

Sqm

67.00

3536.00

Sqm

462.00

3760.00

186.00

3283.40

70.00

325.00

44.00

281.10

Sqm
Extra for providing edge moulding to 18mm thick Granite/ marble stone
counters. Vanities etc. including machine polishing to edge to give high gloss
Metre
finish etc. complete as per design approved by Engineer-in-charge.
Extra for providing opening of required size & shape for wash basins/
kitchen sink in kitchen platform, vanity counters and similar location in
marble/Granite/stone work including necessary holes for pillar taps etc.
Each
including rubbing and polishing of cut edges etc. complete.

Name of work - Construction of All Weather Swimming Pool at Saifai Etawah


Sl. No.

Description of item

6.0

ROOFING WORKS

6.1

Providing and fixing false ceiling at all height including providing and fixing of frame
work made of special sections, power pressed from M.S. sheets and galvanized with
zinc coating of 120 gms/sqm (both side inclusive) as per IS : 277 and consisting of
angle cleats of size 25 mm wide x 1.6 mm thick with flanges of 27 mm and 37mm, at
1200 mm centre to centre, one flange fixed to the ceiling with dash fastener 12.5 mm
dia x 50mm long with 6mm dia bolts other flange of cleat fixed to the angle hangers of
25x10x0.50 mm of required length with nuts & bolts of required size and other end of
angle hanger fixed with intermediate G.I. channels 45x15x0.9 mm running at the rate
of 1200 mm centre to centre to which the ceiling section 0.5 mm thick bottom wedge of
80 mm with tapered flanges of 26 mm each having lips of 10.5 mm, at 450 mm centre
to centre, shall be fixed in a direction perpendicular to G.I. intermediate channel with
connecting clips made out of 2.64 mm dia x 230 mm long G.I. wire at every junction,
including fixing perimeter channels 0.5 mm thick 27 mm high having flanges of 20
mm and 30 mm long, the perimeter of ceiling fixed to wall/partition with the help of
rawl plugs at 450 mm centre, with 25mm long dry wall screws @ 230 mm interval,
including fixing of gypsum board to ceiling section and perimeter channel with the
help of dry wall screws of size 3.5 x 25 mm at 230 mm c/c, including jointing and
finishing to a flush finish of tapered and square edges of the board with
recommended jointing compound , jointing tapes , finishing with jointing compound
in 3 layers covering upto 150 mm or both sides of joint and two coats of primer
suitable for board, all as per manufacturers specification and also including the cost
of making openings for light fittings, grills, diffusers, cutouts made with frame of
perimeter channels suitably fixed, all complete as per drawings, specification and
direction of the Engineer in Charge but excluding the cost of painting with Fully
Perforated Gypsum Plaster Board of size 1200 x 2400x12.5 mm having approx. 15 %
perforated area with perforation size and pattern as approved by the Engineer-incharge and as per manufacturer's specification, with all 4 side tapered and backed by
acoustical tissue with NRC value not less than 0.60.

6.2

Providing & Fixing of Armstrong Mineral Fiber Acoustical Suspended Ceiling System
with OPTRA FG (MICRO LOOK) EDGE TILES WITH ARMSTRONG SUPERFINE
15MM EXPOSED GRID or equivalent. .
The tiles shall have Humidity Resistance (RH) of 99%, NRC 0.55, Light Reflectance
>85%, Thermal Conductivity k = 0.052- 0.057 w/m K, Colour White, Fire Performance
Class 0/ Class 1 (BS476 Part 6&7) in module size of 600 X 600 X 15 mm with Bio Block
coating on the face of the tile, suitable for Green Building application, with Recycled
content of 63%. - The tile shall be laid on Armstrong Silhouette profile grid system or
equivalent with 15mm white flanges incorporating a 6mm central reveal in
white/black colour and with a web height of 45mm and a load carrying capacity of
minimum 15.68 Kgs/M2. Main Runners & Cross Tees to have mitred ends & birds
mouth notches to provide mitred cruciform junctions. The T Sections have a
Galvanizing of 100 grams per M2 & passed through 500 hrs. of Salt test. -Main runner shall be placed at 1200mm centers securely fixed to the structural soffit
using Armstrong suspension system (specifications below) at 1200mm maximum
center & not more than 150mm from spliced joints. The First/Last suspension system
at the end of each main runner shall not be greater than 600mm from the adjacent
wall. 1200mm long cross tees shall be interlocked between main runners at 600mm
center to form 1200 x 600 mm module. Cut cross tees longer than 600mm require
independent support. 600 x 600mm modules shall be formed by fitting 600mm long
cross tees centrally between the 1200 mm cross tees. The 1200mm cross tees shall have
central birds mouth notches to facilitate fitting of 600mm cross tees. Perimeter trim
shall be shadow wall molding (dimensions: 19x7x7x14mm), secured to walls at 450
mm maximum centers. SUSPENSION SYSTEM shall be consisting of M6 Anchor
Fasteners with Vertical Hangers shall made of Galvanized steel of size 26 x 26 x 25 x
1.2mm with a Galvanized Thickness of 80gsm, A pre Straightened Hanger wire of dia
2.68 mm of 1.83 m length., thickness of 80gsm and a tensile strength of 344-413 MPa,
along with
Adjustable hook clips of 0.8mm thick, galvanized spring steel for 2.68 mm with a
minimum pull strength of 110 kg. The adjustable clip also consists of a 3.5 mm
aquiline wire to be used with the main runner.

Unit

Sqm

Sqm

Quantity

Rate

2446.00

1645.91

1763.00

1350.00

Name of work - Construction of All Weather Swimming Pool at Saifai Etawah


Sl. No.

Description of item

6.3

Providing and Fixing 15 mm thick densified tegular edged eco friendly light weight
calcium silicate false ceiling tiles of approved texture spintone/cosmos / Hexa or
equivalent of size 595 x 595 mm in true horizontal level suspended on inter locking
metal grid of hot dipped galvanised steel sections (galvanising @ 120 grams per sqm
including both side) consisting of main 'T' runner suitably spaced at joints to get
required length and of size 24x38mm made from 0.33 mm thick (minimum) sheet,
spaced 1200mm centre to centre, and cross "T" of size 24x28mm made out of 0.33mm
(Minimum) sheet, 1200mm long spaced between main'T' at 600mm centre to centre to
form a grid of 1200x600mm and secondary cross 'T' of length 600mm and size 24
x28mm made of 0.33mm thick (Minimum) sheet to be inter locked at middle of the
1200x 600mm panel to from grid of size 600x600mm, resting on periphery walls
/partitions on a Perimeter wall angle pre-coated steel of size(24x24X3000 mm made of
0.40 mm thick (minimum) sheet with the help of rawl plugs at 450mm centre to centre
with 25mm long dry wall screws @ 230mm interval and laying 15mm thick densified
edges calicum silicate ceiling tiles of approved texture (Spintone / Cosmos/hexa) in
the grid including, cutting/ making opening for services like diffusers, grills,light
fittings, fixtures, smoke detectors etc., whereever required, Main 'T' runners to be
suspended from ceiling using G.I. slotted cleats of size 25x35x1.6mm fixed to ceiling
with 12.5 mm dia and 50mm long dash fasteners, 4mm G.I. adjustable rods with
galvanised steel level clips of size 85 x 30 x 0.8 mm, spaced at 1200mm centre to centre
along main 'T' , bottom exposed with 24mm of all T-sections shall be pre-painted with
polyster baked paint, for all heights, as per specifications, drawings and as directed by
engineer-in-charge.

7.0

Note :- Only calcium silicate false ceiling area will be measured from wall to
wall. No deduction shall be made for exposed frames/opening (cut outs)
having area less than 0.30 sqm.The calcium silicate ceiling tile shall have
NRC. value of 0.50(Minimum), light reflection > 85%, non - combustible as
per B.S. 476 part IV, 100% humidity resistance and also having thermal
FINISHING WORK

7.1

12 mm cement plaster on fairface of internal wall with mix :


1:6 (1 cement: 6 fine sand)

7.2

15 mm cement plaster on the rough side of single or half brick wall of mix:

7.3

18 mm cement plaster in two coats under layer 12mm cemnt plaster 1: 5 (1


cement : 5 coarse sand) and top layer 6mm thick cemen plaster 1: 6 ( 1 cement
: 6 coarse sand) finsihed smooth with trowel.
6 mm cement plaster on soffit of stair and ceiling with mix:

1:6 (1 cement: 6 fine sand)

7.4

1: 3 (1 cement: 3 fine sand)


7.5

7.6
7.7

Serrated plaster on external wall in cement mortar 1:6 (1cement : 6 coarse


sand) having minimum 12mm and maximum 25mm thickness to form offset
at 300mm c/c as shown on drawings.
Providing & applying plaster of paris putty of 2mm thickness over plastered
surface to prepare the surface even & smooth complete.
Providing and fixing glass mozaic tile cladding with 20mm x 20mm x 4mm
thick average smooth walling (cladding) in approved Colour over 15mm
thick cement mortar 1:4 as specified or as directed by Engineer-in-charge.

7.8

Wall painting with plastic emulsion paint of approved brand & manufacture
to give an even shade:
Two or more coats on new work.

7.9

Distempering with 1st quality acrylic distemper (ready mixed) of approved


manufacturer, of required shade and colour complete, as per manufacturer's
specification.
Two or more coats on new work.
Wall painting with acrylic emulsion paint of approved brand and
manufacture to give an even shade:
Two or more coats on new work.

7.10

Unit

Quantity

Rate

Sqm

2588.00

1060.52

Sqm

16418.00

113.82

Sqm

10944.00

131.73

Sqm

154.00

185.05

Sqm

3976.00

102.19

Sqm

1948.00

215.30

Sqm

6841.00

84.78

Sqm

1241.00

868.25

Sqm

6020.00

110.00

Sqm

4925.00

37.79

Sqm

7661.00

60.96

Name of work - Construction of All Weather Swimming Pool at Saifai Etawah


Sl. No.

Description of item

7.11

Finishing wall with textured interior paint Tartaruga of Berger or equivalent


in required sahde:New work (Two or more coats applied as per
manufacturer's printed instructions.
Two or more coats on new work.
Finishing walls with Premium Acrylic Smooth exterior paint with Silicone
additives of required shade
New work (Two or more coats applied @ 1.43 ltr/ 10 sqm. over and including
priming coat of exterior primer applied @ 2.20 kg/ 10 sqm).
ALUMINIUM WORK

7.12

8.0
8.1

(a)
(b)

8.2

8.3

8.4

8.5

Unit

Quantity

Rate

Sqm

8756.00

334.00

Sqm

2102.00

80.45

Kg

1991.00

362.51

Kg

2811.00

411.28

4354.20

6000.00

95.00

1656.00

37.00

2485.00

2902.80

6250.00

Providing and fixing aluminium work for doors, windows, ventilators and partitions with
extruded built up standard tubular sections/ appropriate Z sections and other sections of
approved make conforming to IS: 733 and IS : 1285, fixed with rawl plugs and screws or with
fixing clips, or with expansion hold fasteners including necessary filling up of gaps at junctions,
at top, bottom and sides with required PVC/neoprene felt etc. Aluminium sections shall be
smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat
angle, Aluminium snap beading for glazing / paneling, C.P. brass / stainless steel screws, all
complete as per architectural drawings and the directions of Engineer-in-charge. (Glazing and
paneling to be paid for separately) : Natural anodised aluminium (minimum thickness of
anodising shall be of AC15)

Overall portion treated as fixed


For shutters of doors, windows & ventilators including providing and fixing hinges/ pivots and
making provision for fixing of fittings wherever required including the cost of neoprene gasket
required (Fittings shall be paid for separately).

Manufacture, supply and installation of grid semi unitised or fully unitised


structural glazing system with anodised extruded aluminium sections as per
details / drawings and with Insulated Glass Units (IGU) in the vision area
consisting of outer glass 6mm thick soft coated reflective heat strengthened
float glass with coloured glass substrate of approved make with 12mm air
gap hermetically sealed with aluminium spacer and inner glass 6mm thick
annealed clear float glass of Indian make duly factory glazed and in the
spandrel area single glazing using 6mm thick soft coated reflective heat
strengthened glass with coloured glass substrate of approved make with
insulation as shown and specified complete with structural silicon sealant of
approved make and grade with and including all approved accessories and
hardwares such as stainless steel brackets and fasteners, EPDM gaskets, fire
stops of two hour fire rating, smoke seals and silicon weather seals,
aluminium flashing, backup foam, aluminium pelmets, aluminium stools,
expansion anchor bolts,aluminium splice sections, glazing tape, SS nuts,
etc.all complete as specified and shown in design / drawings.
Sqm
Extra over item 8.2 for providing openable top / side hung window units in
the vision area of structural glazing system flush from outside with all
necessary hardware and locking system etc. of approved make all complete
Sqm
as shown in design / drawing.
Extra over item 8.2 for providing openable door unit in the vision area of
structural glazing system with all necessary hardware, approved floor
springs and locking system etc. of approved make all complete as shown in
Sqm
design / drawings.
-Do- as in item 8.2 but arched shaped structural glazing system to be
provided vertically under the Atrium roof with Insulated Glass Units (IGU)
panels consisting of outer pane 6mm thick soft coated reflective heat
strengthened float glass with coloured glass substrate of approved make
with 12mm air gap hermetically sealed with aluminium spacer and inner
glass 6mm thick annealed clear float glass of Indian make duly factory glazed
with structural sealants of approved make and grade etc all complete as
Sqm
shown in design / drawing.

Name of work - Construction of All Weather Swimming Pool at Saifai Etawah


Sl. No.
8.6

8.7
8.8

8.9

8.10

8.11

8.12

8.13
8.14
8.15
8.16
8.17
8.18

Description of item

Unit

Providing and fixing for column/wall cladding with 4mm thick aluminium
composite panel with front and rear skins in a aluminium sheet of minimum
0.5 mm thickness around the columns/dead walls at all heights of
Alcomex/Renobond or approved equivalent. The rate shall include all
necessary frame work, tools and plants, scaffolding, technical personnel and
as per technical specifications, complete (Items includes cost of Aluminium
Frame, ACP Panel, Weather Sealant, Gasket, Foam, Scaffolding, Fixtures all
machineries etc. complete) The above work is to be carried out by a approved
Sqm.
Specialized Agency.
Do but extra for louvers.
Sqm.
Aluminium doors, windows, ventilators, fixed lights and composites side or
top hung with anodised aluminium extruded built-up standard tubular and
other sections with approved colour / shade fitted in position with and
including aluminium sub-frame, approved quality glazing as specified, snap
fit aluminium beading, weatherproof EPDM gasket, silicon sealant, best
quality approved fittings and fixtures, friction stays, hinges, heavy duty
single/ double action floor spring, locks/ locking arrangement, weather
strips in all sides of openable shutters, etc. as required all complete as
specified and shown in drawings.
Framless glazing with doors and fixed panes with 12mm thick approved
quality toughened glass including patch fittings, sealants, etc. complete.
Overall portion treated as fixed
Sqm
Providing and fixing 6mm thick frameless toughened glass door shutter of
approved brand and manufacture, including providing and fixing top &
bottom pivot & spring type fixing arrangement and making necessary holes
etc. for fixing required door fittings, all complete as per direction of Engineerin-charge (Door handle, lock and stopper etc.to be paid separately).
Sqm
Providing and fixing double glazed hermetically sealed glazing in aluminium
windows, ventilators and partition etc. with 6 mm thick reflective float glass
on outer face and clear float glass on inner face having 12 mm air gap to have
light transmission > 67%, SHGC 38%, U value 1.6 w/M2k including
providing EPDM gasket, perforated aluminium spacers, desiccants, sealant
(Both primary and secondary sealant) etc. as per specifications, drawings and
direction of Engineer-in-charge complete.
Sqm
Panelling door shutter with panels of 12 mm thick pre-laminated particle
board (decorative lamination on both sides) grade - 1, medium density flat
pressed, three layer particle board FPT - I or graded wood particle board FPT I, conforming to IS : 3087 bonded with BWP type synthetic resin adhesive as
per IS : 848 and pre-laminated conforming to IS : 12823 Grade 1, Type - II
Sqm
marked:
Providing and fixing glazing in aluminium door, window, ventilator shutters
and partitions etc. with EPDM rubber / neoprene gasket etc. complete as per
the architectural drawings and the directions of engineer-in-charge . (Cost of
aluminium snap beading shall be paid in basic item):
With float glass panes of 5.5 mm thickness
Sqm
Providing and fixing bright finished brass hanging type floor door stopper
each
with necessary screw, etc. complete as approved by the EIC.
Providing and fixing door locks of Dorma/ Acme/Goderej as approved by
each
the EIC with necessary screws, etc. complete
Providing and fixing stainless steel door handles of 200mm customized make
Each
as approved by the EIC with necessary screws, etc. complete
-ditto- as in item 7.16 but 150mm long
Each
Providing and fixing stainless steel tower bolts of 250mm customized make
Each
as approved by the EIC with necessary screws, etc. complete
Providing and fixing stainless steel aldrop of 250mm customized make as
Each
approved by the EIC with necessary screws, etc. complete

Quantity

Rate

840.00

5520.00

50.00

840.00

216.00

6200.00

34.00

4496.98

45.00

3367.51

100.00

2504.08

179.00

916.39

19.00

74.26

19.00

1530.00

38.00

330.00

20.00

300.00

58.00

300.00

89.00

210.00

Name of work - Construction of All Weather Swimming Pool at Saifai Etawah


Sl. No.

Description of item

8.19

Providing and fixing 50cm long stainless steel kicking plate 100 x3.15mm
transparent or dyed as shown in drawings with necessary screws etc
complete.
Providing and fixing double action hydrulic floor spring of approved brand
and manufactures IS : 6315 marked, for doors including cost of cutting floors
as required, embedding in floors and cover plate with brass pivot and single
piece M.S sheet outer box with slide plate etc complete as per the direction of
Engineer- in- charge with stainless steel cover plate.
Filling the gap in between aluminium frame & adjacent RCC/ Brick/ Stone
work(up to 5mm depth and 5mm width) by providing weather silicon
sealant over backer rod of approved quality as per architectural drawings
complete.
WATER PROOFING WORK
For all water proofing work describe below, The contractor shall Provide 10
year Guarantee for water tightness of the complete system in the manner as
provided in the specfication. Grading roof for water proofing treatment with
Cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20
mm nominal size)
Providing and laying water proofing treatment in sunken portion of WCs,
bathroom etc., by applying cement slurry mixed with water proofing cement
compound consisting of applying : a) First layer of slurry of cement @ 0.488
kg/sqm mixed with water proofing cement compound @ 0.253 kg/sqm. This
layer will be allowed to air cure for 4 hours. b) Second layer of slurry of
cement @ 0.242 kg/sqm mixed with water proofing cement compound @
0.126 kg/sqm. This layer will be allowed to air cure for 4 hours followed with
water curing for 48 hours. The rate includes preparation of surface, treatment
and sealing of all joints, corners, junctions of pipes and masonry with
polymer mixed slurry.

8.20

8.21

9.0
9.1

9.2

9.3

9.4

9.5

Unit

Quantity

Rate

each

89.00

157.18

each

100.00

2152.30

Rmt.

507.00

75.98

Cum

327.00

4655.92

sqm

284.00

217.68

6547.00

315.16

418.00

68.14

118.00

109.27

Providing and laying water proofing treatment on roofs of slabs by applying


cement slurry mixed with water proofing cement compound consisting of
applying: a) after surface preparation, first layer of slurry of cement @ 0.488
kg/sqm mixed with water proofing cement compound @ 0.253 kg/sqm. b)
laying second layer of Fibre glass cloth when the first layer is still green.
Overlaps of joints of fibre cloth should not be less than 10 cm. c) third layer of
1.5 mm thickness consisting of slurry of cement @ 1.289 kg/sqm mixed with
water proofing cement compound @ 0.670 kg/sqm and coarse sand @ 1.289
kg/sqm. This will be allowed to air cure for 4 hours followed by water curing
for 48 hours. The entire treatment will be taken upto 30cm on parapet wall
and tucked into groove in parapet all around. d) fourth layer of cement
plaster cement mortar (which will be paid for separately For the purpose of
measurement the entire treated surface will be measured.
sqm
Providing gola in 75 X 75mm in cement concrete 1:2:4 (1 cement: 2 coarse
sand: 4 graded stone aggregate 10 mm & down gauge) including finishing
with cement mortar 1:3 (1 cement: 3 fine sand) as per standard design: In 75
Metre
X 75mm deep chase.
Making khurras 45 x 45 cm with average minimum thickness of 5 cm cement
concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate of 20 mm
nominal size) over PVC sheet 1 m x 1 m x 400 micron, finished with 12mm
cement plaster 1:3 (1 cement : 3 coarse sand) and a coat of neat cement
rounding the edges and making the finishing the outlet complete.
Each

Name of work - Construction of All Weather Swimming Pool at Saifai Etawah


Sl. No.

Description of item

10.0

MISCELLANEOUS WORKS

10.1

Providing and fixing partition upto ceiling height consisting of G.I. frame and
required board including providing and fixing of frame work made of special
section power pressed/ roll form G.I. sheet with zinc coating of 120
gms/sqm(both side inclusive), consisting of floor and ceiling channel 50mm
wide having equal flanges of 32 mm and 0.50 mm thick, fixed to the floor and
ceiling at the spacing of 610 mm centre to centre with dash fastener of 12.5
mm dia meter 50 mm length or suitable anchor fastener or metal screws with
nylon plugs and the studs 48 mm wide having one flange of 34 mm and other
flange 36 mm and 0.50 mm thick fixed vertically within flanges of floor and
ceiling channel and placed at a spacing of 610mm centre to centre by 6 mm
dia bolts and nuts, including fixing of studs along both ends of partition fixed
flush to wall with suitable anchor fastener or metal screws with nylon plugs
at spacing of 450 mm centre to centre, and fixing of boards to both side of
frame work by 25 mm long dry wall screws on studs, floor and ceiling
channels at the spacing of 300 mm centre to centre. The boards are to be fixed
to the frame work with joints staggered to avoid through cracks, M.S. fixing
channel of 99 mm width (0.9 mm thick having two flanges of 9.5 mm each) to
be provided at the horizontal joints of two boards, fixed to the studs using
metal to metal flat head screws, including jointing and finishing to a flush
finish with recommended jointing compound, jointing tape, angle beads at
corner (25 mm x 25 mm x 0.5 mm), joint finisher and two coats of primer
suitable for board as per manufacture's specification and direction of
engineer in charge all complete.75 mm overall thickness partition with 12.5
mm thick double skin fire rated board conforming to IS: 2095: part I.

10.2

Providing and fixing Acoustic Gypsum board wall panelling of approved


pattern, as shown in drawings.
Providing & fixing at desired location " Rest Room Cubicle system '', "Titan
18 mm box up series" of Besco ( by Merino ) with intermediate partition
panel, pilasters and doors of 18 mm thick Marino compact laminate (
Phenolic core board ) make as per IS: 2046, edges chamfered, both sides
Melamine coated, scratch and Impact resistant. The Intermediate Panel shall
be one continuous panel without any joints. Fixing of intermediate panels to
the wall shall be with SS grade 304 "U" channel section fixed into wall with
SS304 screw inserts. All pilasters shall be supported by "L" brackets with floor
anchor bolts ( "L" bracket shall be concealed within SS 316 grade flat Box-up
shoe of height 100 mm) . All doors shall have a tongue & groove arrangement
for door stopper. Each Rest Room Cubicle shall be equipped with all the
accessories as per manufacturers specifications like SS Latch cum occupancy
Indicator or Alloy Privacy Thumb-turn with indicator, SS grade 304 Door
knob of 30 mm diameter( if required), SS Coat Hook c/w Rubber Stopper, SS
grade 304 Gravity Hinges with cover plate, Rubber strip for the groove in the
pilaster for reducing the noice level of door closing etc.( Grade of all SS
ironmongery shall be Grade SS 304 Satin finish except SS 316 flat box-up shoe
).
The Rest Room Cubicles shall be provided as per manufacturer's
specifications in required colours, shades and Sizes . Standard Dimensions of
Rest room Cubicle is : Standard Overall Height of Restroom Cubicle : 2100
mm ( i/c 110 mm bottom gap ), Standard Width of Restroom Cubicle : 900
mm, Standard Depth of Rest Room Cubicle : 1550 mm, Standard Door width
of Restroom Cubicle : 600 mm ( NOTE :- If actual sizes executed at site is
different from standard sizes, Nothing Extra will be paid for minor changes
up to 10% in any size of cubicles. ) ( NOTE :- Agency should quote his rates
per cubicle inclusive of all as described above )

10.3

Unit

Quantity

Rate

Sqm

400.00

1159.16

Sqm

887.00

750.00

Each

70.00

30131.15

Name of work - Construction of All Weather Swimming Pool at Saifai Etawah


Sl. No.

Description of item

Unit

10.4

8mm thick polycarbonate translucent compact sheet roofing (vertical,


inclined or horizontal) or equivalent with approved fixing system
arrangement comprising of aluminium glazing bar, glazing bar cap, end
plates etc. all complete as per manufacturer's shop drawings over MS
structural supporting members (MS structural members to be measured
separately) and in co-ordination with metal roofing sheet to achieve a water
tight roofing system

Sqm

Quantity

2500.00

Total

Rate

2500.00

Vous aimerez peut-être aussi