69
I . TENDER DOCUMENT FOR CONSTRUCTION OF 105 Bedded Boys Hostel at C.S.A. Campus Kanpur 1 UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW . .

UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

  • Upload
    others

  • View
    36

  • Download
    1

Embed Size (px)

Citation preview

Page 1: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

I .

TENDER DOCUMENT

FOR

CONSTRUCTION

OF

105 Bedded Boys Hostel at C.S.A. Campus

Kanpur

1

UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.

VIBHUTI KHANO, GOMTI NAGAR, ,

LUCKNOW • . .

Page 2: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

Bill of Quantity

Name of work - Construction of 105 Bedded Boys Hostel at C.S.A. Campus Kanpur

1. Notice Inviting Tender/Bid

2. Sal.e of Bidding Document

3. Pre-Bid Meeting

4. Deadline of Receiving Bid

5. Place of Receiving Bid

List of Important Dates

Period

Date of Issue 26.06.2015

Place 20.07 .2015 to 27 .07 .2015 Office of Project

Manager/Unit lncharge Unit-4 Kanpur

Date 22.07.2015

Time 03:00 PM

Date 28.07.2015

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

6. Opening of Technical Bid Date Time 01:00 PM

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

7. Opening of Financial Bid

29.07.2015

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 18 Months

9. Validity Period of Bid ! '

90 Days

2

Page 3: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

1-r~ I

/..

(

I

:. I I , JI

/ '/ .. /".() iJ . Mttar Pr~desh Rajki15a Ninnan Nigam Ltd.

/! • . . .. ·.' 1 1 Etawah Zone Etawah · ·

Pres.s N otite No,.2'9J S-/ PM/Knp-4/CSA Hostel-Tender/RNN/15

C·orrig.endum

bated : 27,07.2015

. With refer~n~e to Tender Notice No. 2514/Nivipa/GM EZ)/RNN/2015 dt. 26.06.2015 fqr Construciion ..,

of Hl5 Bedded Boys Hostel and 105 Bedded Girls Hostel at CSA·Gampus Kanpur; The date of Sale tender is extended upto 05.08.2015.The tender shall be received on 06.0i201'5 and the · Technical ' bid shal:J be opened on 07.08.20f5.0tlt~r terms & conditions ofthe notice.will ! emain

V as such.

~~-

---t ' .' ; ·~ -~

(R.M.Agnihotri) Project 'Manager :

: For GeneralManager (B. Z)

' · ' ;,:;.

,.

:'t!f-1 -· ·

Page 4: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

r: f . I . __ ., . " ,/ f

~ t]

.

Tender Notice Uttar Pradesh Raikiya Nirman.N ieam Ltd.

(ISO 9001 :2008 C~rtified Company ) Vishveshraiya Bhawan. Vibhuti Khand Gomtf Nagar. Lucknow Fax : 05688-250326 Phone:- 0522 27206.65, 2720670-71 Fax No. 0522-2720846 Website:http:((www.uprnn.co. in

Email- [email protected] No. ':), S-14 I GM(EZ)ICSA Hostel Tender/RNN/2015 Dated : 26 .06.2015

2.

1. Unar Pradesh Rajkiya Nriman Nigam Ltd. Luckuow(Etawah Zone) invites percentage rate bids in 2 bids system sealed tender from eligible and approved contractors of UP. P.W.D. /C.P.W.D.IM.E.S./ANY Government Organization registered in 'A' class. The Iliclder m:ty submit bids for any or all of the works. Diddersare advised to note t he minimum critcr in.

S.N Nameofwork Estimated Bid CostofBid Time of Address of Address of ; Tender receiving ! o. cost (in Security Document Completion Tender sale

Lacs) (Rs in office officer i Lacsl I

I 2 3 I 4 5 6 7 6 ! I

l Co11struction of 105 620.00 12.50 5000.00+250.QO l8Months Unit Inchari..:.e , ··-~;~ Seated Boys Hostel lacs lacs (Stationery UPRNN Ltd. Manager(Ett wah ! at C.S.A.campus Charge/tender ·Kanpur Unit-4, Zone) Office

Kaipur Cost) + VAT CSJM Univ• rsity U.P.R.1' .N. l,td. 2. Construction of l 05 620.00 12.50 5000.00+250.00 18 Months c;ampus,Kanpur . Engineering !

Seated Girls Hostel lacs lqcs (Stationory College Campu~ I at C.S.A.campus !=barge/tender Etawah Kanpur Cost)+VAT

·- -...... - ----··---·· 1

Requirment for Bid Qalification 3, · The Contractors who fulfil the followinif requiremcnts shall be eligible to npply.

(i) Should.have successfully completed similar works during the last five yea1:s ending 31 " March·20 l4, as a prime contractor satisfying either of the following._ a) Three similar completed work each c.osting not less than 40% of Tendered cost. b) Two similar completed work each costing not kss than 50% of Tendered cost. c) One Similar completed wo,'k costing not less than 80% of Tendered cost.

4. Similar work shall. mean construction of frame structwe buildings works. (i) Should have had annual financial turnover equal to Cost of work during last fi ve years, Ending 31" March

2014 (Copy ofcertificate from CA to be submitted)

(ii) Should not have incurred any loss in more than two years during the last five years. Solvency Ce,iificatt! from Bankers to be submitted.

(iii) Information regarding projects in J1and, current litigation, orders regarding exclusion, expulsion or black listing if any should be indicmcd.

5. A Pre-bid confem1ce will be held in the offi~~ of General Manager (Etawah Zone Etawah), UPRNN Agriculture Engineering College Canipus Motijpeel Etawah on 22.07:2015 at 3.00 p.m for c lnrifying. issue~ ·and cleari,;g doubts, if any. ·

G. TI1e bid~ 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. .

7. Bjdd~rs shall place two separate envelops .marked ''technical bid'' and " financial bid" in outer en , elope. 8. Financial bid shall be opened to those bidders whose bids are technically qualified and eligible.

·-

3

Page 5: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

~:. j'.

·r "·."". ·7 ,· .i.w, ..

. ·.···r,····- - ~ t·: .

I

.. Tiin.c Schedule off.rocurement - 9'. A set 'Bidding documents may be purchased from th~ ~o'ffice of conc·ern,;d Unit l ncl\atge as mentioned in

column-7 between l J :00 run and 4.00·pm on, any work:4ig day from 20.07.2015. to .27.07.2015 fore non· refundable fee of Rs. 5000.0Q.for stationary charges ffender cost and 250.00 VAT' as ,applicable as indicated in coltunn 5, ln the (onn ofDema,nd Draft drawn on any Scheduled bank in favour of U.P.R.N.N. Ltd., Etawnh payable ut Emwah. Jmercsted. bidd.irs may obtuin further. information at the same office from' whe:·e the

document are·purchased .. Bidding document cw:,. also be downloaded from !rie w,ebsite ww,~.nprnn.co.in Bt1t its cost; i.e. Rs. 5000.00+VAT as 1ne11iioned in co1umn 5 ·above, in:\h~ °(OflJI ~(DD ·drawn on any Scheduled bank in favour ofU.P.R.NcN. Ltd. Payable at J:itawah will )iecessarily be.attached w11li t])f} b.icJ:

IO. In case of any discrepancy between the downl~ded bi,d d,9,cy.menl and thnt nvnilnl:, lc w'ith the concerned 'Llnit Incharge, office as mentioned in column· 7 the .later would be considered authentic.

11. Bids must be delivered the office of tb.e·concemed GerterafManagcr as tnentiortlld in column-8 of the tnble on or before 12.00 Noon on 28.Q7.20\5, and the ,technical bids will be opened en the next working day, 29.07.2015 at 1:00 pm, in the office of ~oncerned General Manager as mentioned in column-8, in the presence of the bidders of their authorized represent2tives to attend, in presence of'commiitee constituted by Managing Director, U.P$.N.N. Luclqiow. H' the office happens to b~.closed on the date of receipt.or opening of rile IJi~s

· as specified, the bids will be receiv'eih1nd opene<l on the·n'&xt workij1g' .. aa)i; i'espectively, aC the same time an'd ve.nue, and validity of bid . will be·considered. from the origlnal date . The daie ·ahd time openbg of fin1111c:a1 bid shall be notifie~ by·a notice displiiyed in the ojfo:e okon¢erned General. Man;ger as .mentioned in colum11-8 .and by individual notice to the eligible anci. qualified biddcrf i'he f\~anc:nl'bids shall be ol?ened in ihe office of concerned General Manag~r ?S 111e1irioned in column-8 in the presence of bidders who wish to attend.

12. Bids must be accompanied with bid secur1ty oft~e. amount specifi'ed for the work in il,e table. T he

Bid Security sl1all be deposited in tlieform of Demand draft of a Natio,ializctl Bank in the name of U.P.R.N.N. Ltd. A pan of E-arnest money is acceptable.in the form of Bnnl, Guarantee also. ln suel1ccase, Rs. 5.00 Lacs will have to be deposited ili.tlie sliape'ofDe,iiand draft. ancl balance in sliapc·ofBm1k ,Guarantee of any Nationalised Bank havillg: brnnch.nt Etawah U.P .. The intending bidde1,s has

.to fill nll ihe det!)il~ such JIS Bttnkei·s narrte, Dert,and draft,. Bank Guarantee number, Amount :md Date. The Bank Guarantee submitted as a part of'Earnest money shall be valid for 45 days beyond the validity of the bids.

13. Any bid<;Jer wlto is having criminal rec;ord is not all.owed fo. parfi; ipate in'tl1e bidding process. 14 .. Any bidder wlio is regi'stere\f with th~ State Bar Council' .. is :not allowed:J,ir p,irticipate in .the.bidding process. IS; Each bidder is required 10:fumish .in the from.of an affidayit, that tile information required for.evaluation of the

biddinlcl capacity of the bidder is correct. Eacl), bidders is-r9qt1jr~d to satisfy himself about his bidding capacity before submitting his bid. 'Bidding cnpncity wlil eyaluated:ns mentioned in section 3 Bids who do not possess the required bidding capacity sliall not be eligiole for ·opening t1irnncial Bid. .

. 16. 'Bidder must submit all lnformatio,1 /documents on prescribed Perfonna,with cuch bid. 17. 1% Labour Welfare Cess will be deducted from Contractor?s Bills. 18 .. Bidding Document' s general conditiqns of c,:o.ntract ca,n ~e s~e11 i1' ihc 'i,ffic'e Qf C.l>J.1cerned Up it lnJ0rge nnd

concerned General Manager as mentioned in columl\ 7-8 ·Bidding Docum~nts,can ·also ·be-.dow.nloaded from website : www.uprnn.co.io. 1:~ · ~\fl\\~

General Manager(Etawa!t Zone) Uttar 'Pradesh Raj~iyn Nin:um Nigam Ltd.

EJfo. i1uccring Collcg~ Cnmpus, }~' Blawah

4

Page 6: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

5

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 t,wo 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 oftenderer.

A. SUBMISSION OF TENDER The Detail of document to be submitted with each envelope is given below: ·

Envelope marked-1 (Technical Bid) (i- Earnest money of the specified value in the shape of Bank Guarantee/Demand Draft ·

of Nationalized bank duly pledged in favour of U . .P.Rajkiya Nirman Nigam Ltd., Etawah,U.P. (Appendix -1)

(ii- Duly filled up Firm's 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)

(iv- Proof of liquid assets duly certified by banker as per pre-qualification requirement {original or attested copy will be entertained}. (Appendix - 4)

(v- Lc;itest income tax clearance certificate valid till date (original, or attested copy) clearly indicating turnover of last five assessment years. (Appendix - 5)

(vi- List of tools and plants in format en-c losed. Batching plant or Ready Mix Plant for d~sign mix concrete and quality control lab house to be established at site along with all necessary t ools & plants. (Appendix - 6)

(vii- Li;st 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)

Page 7: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

6

(viii- Attested copy of the partnership deed if it is partnership firm and registration certificate in case of company, sole proprietorship declaration in case of proprietorship firm. Joint ventures shall not be accepted. (Appendix - 8)

(ix- Authority letter, if firm, in favour of the person who has signed the tender document with telephone no. and complete postal address. (Appendix -9)

Envelope No-2 (Price Bid}. {a- Price bid duly filled in all respects in the original tender documents. (b- Non-Judicial stamp paper of Rs. 100/- (Rs. One Hundred Only) of UP along with Rs. 1/­

revenue stamp. B. System to open Tenders:

(a- Envelope No-1 containing the Earnest money and pre-qualification document shall be opened first on specified date & time.

(b- Envelope No-2 containing the sealed price bid, of tenders qualified in technical bid, shall be opened on date intimated with two days notice. The quoted rates of various tenders will be read out. Tenderer, desirous to be present, shall be allowed at the time of opening of price bid.

C. BID PRICES i. The Contract shall be for the Whole Works, based on the priced Bill of Quantities

submitted by the Bidder. ii. . The Bidder shall adopt the Percentage Rate Method only the same option is allowed

· to all the Bidders. Percentage Rate Method requires the bidder to quote a percentage above/below at par of the schedule of rates.

1. SCOPE OF WORI< The project involves construction of above mentioned building in accordance with

approved drawing and design. a) Construction of building with specifications laid under including all material and

labour required, also including the cost of lift elevator. b) Externa l development with external plumbing, drainage, boundary and other

development works required within the plot etc.

2. ELIGIBILITY ~

a) Earnest money of the value of Rs. 5.00 Lacs in the shape of Demand Draft of Nationalized bank duly pledged in favour of U.P.Rajkiya Nirman Nigam Ltd., Etawah,U.P. and balance in shape of Bank Guarntee of any Nationalized Bank having btanch at Etawah.U.P. should be enclosed with the tender.

Page 8: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

7

b) Bidder should experienced in the field of construction of Similar building projects. Bidders stationed outside Etawah shall have to establish an office in Etawah with the requisite techn ical_ 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 t han 80% of tendered amount.

Or T~o 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.

Sim ilar 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 concerned authority shall be verified.

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 shquld 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 w ill be qualified only if t heir 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-8} 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.

Page 9: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

8

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 t hough 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 financia l 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 work. A Bidder who submits more than one Bid will cause the proposals with the Bidder's participation to be disqualified.

7. Pre Bid Meeting:- If Pre-bid meeting is to be held, the bidder or his authorized representative is invited to attend it, its date, time and venue (address) are given in tender notice. The purpose of meeting will be to clarify issues. The Bidder is required to submit any question in writing so as to reach the Employer not later than three days before meeting. Non-attendance at Pre-bid meeting will be not be a cause for disqualification for a bidder.

8. GENERAL CONDITIONS OF WORK All the work shall be carried out as per detailed C.P.W.D., U.P.P.W.D., U.P. JAL

NIGAM, U.P. POWER CORPORATION LTD., M.0.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.

Page 10: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

9

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 t he 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-1. 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.

Page 11: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

10

c) In all other cases, the amount of Earnest Money, forms and validity shall be announced. Thereafter, the bidder's name and such other details as the Employer may consider appropriate, will be announced by the Employer at the opening.

d) £valuation 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 E-Mail,telegram or fascimal, the bidders whose technical bids are found responsive date, time and place of opening as stated in the Annexure-1. In the event of the specified date being declared a holiday for the Employer, the bids will be opened at the appointed t ime and location on the next working day through they or their representatives, ma·y 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 sha ll not be disclosed ·~o bidders or any other persons not officially concerned with such process until the award to the successful bidder has been announced. Any attempt by a bidder to influence the employers processing of bids or award decisions may result in the rejection of his bid.

16. Clarification of bids and contacting the Employer.

i} No Bidder shall contact the Employer on any matter relating to its bid from the time of the bid opening to the time the contract awarded.

ii) Any attempt by the bidder to influence the Employer's bid evaluation, bid comparison or contract award decision may result in the rejection of his bid.

• I

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.

Page 12: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

11

18. Sub~tantially responsive "Financial Bid" is one that confirms to all the terms conditions and specifications of the bidding documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the works, {b) which limits in any substantial way, in Consistent with the bidding documents, the Employers rights or the Bidder's obligation under the contract, or (c) whose rectification would affect unfairly the competitive posit ion of the bidder's representing substantially responsive bids.

19. If a "Financial Bid" is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made responsive by correction or withdrawal of the 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 t his 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 ca lled 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)

Page 13: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

IZ

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 Nat ionalized Bank acceptable to the Employer in amounts equival to 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 construct ion work, fo llowing the schedule of completed percentage of t he 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.

Page 14: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

13

28. VARIATIONS

a) The Engineer shall, having regard to the scope of the Works and t he sanctioned estimated cost, have power to order, in writing, Variations with in 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 sha ll 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.

ii i. If t he rates for Variation are not specified in the Bil l 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 orb, the Contractor shall, within 14 days of the issue of order of variat ion 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 h_is tender, the contractor shall submft to the Engineer-In-charge for his approval, a t ime schedule, to carry out works and methodology of carrying out work. The contractor shall whenever required by the Engineer-in-charge, furn ish 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.

Page 15: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

14

30. EMPLOYMENT OF LABOUR The contractor shall submit a daily report to the Engineer-in-charge regarding the tota l 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 sha ll 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 wil l 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-in­charge. 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 shal l 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.

Page 16: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

15

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 materia ls 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 df 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 sh~II 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. t,-Jo 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.

Page 17: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

16

41. ROADTRANSPORT

The contractor employing motor vehicles for transport of materia l 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 shal l pr.ovide 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 t he 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 wil l 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 cont ractor 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 COMPLl~NCE

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

Page 18: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

17

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 pajd half and half by each of the parties. If any dispute arises between parties to the Contract it s~all 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}.

Page 19: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

18

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 va lue of entire contract work up to X th of the

period allowed for completion of construction. b} 3/8th of the va,lue of entire contract work up to Yi 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 Total security money for delay in completion of work. . The authorized person to make payments is Project Manager or Unit lncharge of Unit.

Page 20: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

PROFORMA'S

FOR

TECHNICAL BID

19

Page 21: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

20

Appendix-1

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

Nigam Ltd, Gomti Nagar, Lucknow)

, 1. FDR/NSC/CDR/D.D. No ....... Name of Issuing Post Office/Bank

2. Bank Guarantee Amount Bank Guarantee no Name and Address of

Issuing Branch and Date

Date:

Signature of Bidder

Page 22: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

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 t he Firm

Technical Chief of the Organization

a. Name

b. Designation

c. Address

d. Telephone

Fax

E-mai l

Mobile

e. Qualification

f. Experience in years as well as projects (attached C.V)

g. Age

21

Appendi>e - 2

Signature of Bidder

Page 23: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

22

Appendix- 3

Details of Projects handled

1) Details of completed projects each with an outlay or more than 80% Tendered cost (i- last five years {2009-10 to 2013-14)

{Furnish in Annexure I} (Completion certificates must be enclosed)

Project/ Name of Description Value of Stipulated Work the of Works Contract time of Name Client, (Rs. In completion

Place lacs) and

State

2) Details of ex,isting commitments at:td ongoing projects (i- 50% o~ Tendered cost (ii- 40% of Tendered cost

Project Name Value of Stipulated Date Date of /Work of the Contract t ime of of Completion Name Client, (Rs. In completion Start

Place lacs) and

State

. ~

Actual Remarks, time of Explain

completion reasons for delay,

I if any

Value of Anticipated Works time of

Remaining completion to be

completed

Signature of Bidder

Page 24: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

Format for availability of Credit Facilities

BANK CERTIFICATE This is to cert ify

M/S ........... ......................... ...... ............ .......... ....................... ... .................. .

Company with a good financial Standing.

23

Appendix- 4

that is a reputed

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.

Page 25: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

24

Appendix - 5

Financial Informat ion 1) Turnover for the last five years (Civil Engineering Works) SI. No. Year Turnover (Rs. In lacs) Remarks

1 2009-10 2 2010-11

3 2011-12

4 2012-13 5 2013-14

Enclose certificate from the concerned Officer not below the rank of Chief Account

Officer/Finance controller in the case of Govt. or from Chartered Accountant in the case of Private Organizations.

2) Permanent Account Number (IT)

3) Service Tax registration number

4) Income Tax clearance certificate

(Enclose copies for the last five years)

Signature of Bidder

Page 26: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

25

Appendix- 6 Details of Machinery and Equipment owned .

Name of Nos. Capacity /Size Age/ Owned/Leased Equipment Condition orto be

Purchased

Signature of Bidder

Page 27: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

26

Appendix- 7

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

Qualification of technical personnel proposed for the Contract.

Position Name Qualification Years of experience Road Building Other

Works Works

Signature of Bidder

..

Page 28: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

27

Appendix- 8

'Attested copy of the partnership deed if it is part nership 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

Page 29: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

28

Appendix- 9

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

SIGNATURE OF BIDDER

Page 30: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

29

Appendix-10

Standard Form of Agreement

Notes on Standard Form of Agreement The Agreement should incorporate any corrections or modifications to the Bid resulting

from correction of errors

Standard Form : Agreement

Agreement

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

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

(hereinafter called "the Employer") of the one part, and

[name and address of Contractor] (hereinafter called "the Contractor" of the other part)

Whereas the Employer is desirous that the Contractor execute the Work of... ............ ....... ..

District-..................... (hereinafter called "the Works") and the Employer has accepted the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein at a cost if Rupees .............. : ... [Rs ............................. only] .

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and read and construed as part of this Agreement.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer ta· 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 Cootract.

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) Contractor's Bid;

Page 31: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

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.

30

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

The Co.mmon Seal of

Was hereunto affixed in the presence of;

Signed, Sealed and Delivered by the said To,

In the presence of:

Project Manager/ Unit lncharge

Unit- ....................... UPRNN

District

Resident Engineer

Binding Signature of Employer authorized representative

Project Manager/ Unit lncharge

Unit- ....................... UPRNN

District

Bindipg Signature of Contractor

Page 32: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

31

Appendix-11

Form of Bid

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

............................. Date

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

Project Manager ............................................... l)nit ............................................... ............................ ....... ..

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 rate ................................. percentage below/percentage above/at par with the rate entered in the schedules of rate, as referred to in clause C page-4 (Bid Prices) of ITB.

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

accordance with the contracts documents.

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

We hereby confirm that this bid complies with the bid abili ty 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: ..... .......... .......................................... ........................................ .

.............................................................................................. .......................................................................... ········· ································· ·············································· ·················································· ···························· . I

Telephone No. (s):(office): ....................................................................................................................... ..

.. Mobile No :.-........ ... ..................................................................................................................................... ..

Facsimile (FAX) No.: .................................................................................................................................... .

Electronic Mail identifica.tion (E-Mail 10) .............................................................. : ...... : ......................... .

Page 33: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

32

Appendix-12

OFFICE OF THE PROJECT MANAGER

..................... ...... ......................... Unit,

District ......... ..................... ................ .

No ...... ~ .............. ................ . Dated ................................ .

LETTER OF ACCEPTANCE

To,

M/s ...... ... ......... ............................... .

This is notify you that on behalf of the Employers the General Manager(Etawah Zone), U.P.R.N.N Ltd.Etawah has accepted your bid dated ......... ........................ for Execution of the ...... .. .... ............................................. . for the Contract Price of Rs ............................. ............. .... . (Rs . ..................... .......................................................... only) is hereby accepted in accordance w ith Head Office order No ......... .. ................ ........................................ ..

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 Clause. 23 of ITB will be taken.

No. & Dated as above

Yours faithfully

(U.K.Gahlaut) General Manager

Copy of Managing Director,UPRNN Ltd. Head Office Lucknow

2. General Manager(Tech.) UPRNN Ltd. Head Office Lucknow.

3. Financial Advisor,UPRNN Ltd. Head Offfc(:l Lucknow. w

4. Unit lncharge,UPRNN Ltd. Saifai Unit-1 Saifai,Etawah.

General Manager

Page 34: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

33

Appendix-13

OFFICE OF THE GENERAL MANAGER

Etawah Zone Etawah.U.P.

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

Cla use and signing of the contract for the construction of

For Distt .............................................................................. you are hereby instruct~d to proceed

with

The execution of the said work in accordance with the Contract documents.

Your's fait hfully

General Manager

Etawah Zone

Page 35: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

(d) Form of unconditional Bank guarantee for advance payment.

To,

BANK GUARANTEE FOR ADVANCE PAYMENT

General Manager, UPRNN Ltd. Etawah Zone Etawah.U.P;

Gentlemen:

34

Appendix-14

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 in the amount of ................................................. [amount of guarantee'] ................................................................ ............................. [in words].

We, the .................................... ............. , ... [bank or financial institution], as instructed by th~ Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to ............................................. ................................ [Name of Employer]on his

1 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 th~contract· or of works to be performed there under or of any of the contractor documents whichmay be released us from any liabi lity under this guarantee, and we hereby waive notice of anysuch change, addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment under the contract until ................................................ ........................ .................. [Name of Employer]receives full repayment of the same amount from the Contractor.

I

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.

Page 36: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

35

Appendix-15

PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

(ON NON JUDICIAL PAPER OF APPROPRIATE VALUE}

Bank Guarantee No. & date ...... ............................... . Guaranteed Amount: Rs ..................................... . Date of Exp iry:

Name of Work: Construction of 105 Bedded Boys Hostel at C.S.A. Campus Kanpur

To, U.P. Ra~kiya 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 105 Bedded Boys Hostel C.S.A. Campus Kanpur as per prescribed terms and coriditions of the tender document, and is due for submission by ... ............ 2015. The Tender conditions require the intending tenderer to submit a sum of Rs. 5.00 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 su~fered 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 ter~s and conditions submitted by the bidder or by reason of fa ilure 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 .............................. .

Page 37: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

36

3. We undertake to pay the U.P.Rajkiya Nirman Nigam Ltd,Visheshwariya Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow any money so demanded not withstanding any dispute or disputes

. raised by the bidder in any suit or proceeding pending before any court or tribunal relating thereto or liability under this present being absolute and unequivocal. The payment so made by us under this bond sha ll be valid discharge of our liability for payment thereunder and the bidders sha ll 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 t ill 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 sha ll 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, Yibhuti 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 exercisab le by the

· U.P.Rajkiya Nirman Nigam Ltd,Visheshwariya Bhawan, Yibhuti Khand, Gomti Nagar, Lucknow against the said bidder and to forbear or enforce any of the Terms & Conditions relat ing 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 fo rbearance, act or omis~ion 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 re.lieving 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:: .................... .

Page 38: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

Contract Data 1. The Employer is : U.P. Rajkiya Nirman Nigam Ltd.

Designation : Managing Director

Name of authorized Representative: Unit lncharge ........................... . Telephone No. (s): (Office) ................................ .. Mobile No ......................................... .

. Facsimile (FAX) No ............................... . Electronic mail Identification (E-mail ID) : ......... ......................................... ..

2. The Engineer is

Designation: Unit lncharge (PM/APM/RE) Address: ........................ .............. . Telephone No. (s) (Office) ............................................... .. Mobile No .............................................. .

. Facsimile (FAX ) No ....................................... .. Electronic mail Identification (E-mail ID) : .......................................... ......... .

3. The Intended Completion date for the whole of the Works is ......................... after start of work. 4. The Site is located : with in Distt . ......................... . 5. The Start Date sha ll be Nii days after the date of issue of the Notice to proceed with the work. 6. The following documents also form part of the Contract. 7. (a) The law which applies to the Contract is the law of Union of India .

. (b) The language of the Contract is attached. i 8. The Schedule of Other Contractors is attached. 9. The period for submission of the programme for approval of Engineer shall be TEN days from the

issue of Letter of Acceptance. 10. The updated programme shall be submitted at interval of 60 days. 11. The amount to be withheld for late submission of an updated programme shall be Rs. 10,000=00

per day for contract value upto 2 Crore and Rs. 20,000=00 per day contract va lue above Rs. 2 Crores.

12. No. increase in rates of any items specified in bill of Quantities is allowed due to variation in quantities.

13. The authorized person to make payment Project Manager.

37

14. The amount to be withheld for failing to supply "as-built" drawings by the date required is Rs. One Lacs.

15. (a ) The period of setting up a field laboratory with the prescribed equipment is 7 (Seven) days from the· days

From the date of notice to start work. (b) The following events shall also be fundamental breach of contract. "The Contractor has contravened Clause 7.1 and Clause 9 of Part I General Conditions of Contract.

16. The percentage to apply to the value of the work not completed representing the Employer's additional cost of completing the works shall be 20%

17. Milestones to be achieved during the contract period a) 1/8th of the value of entire contract work up to X th of the

period allowed for completion of construction. b) 3/8th of the value of entire co~tract work up to Yi 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. 18. LIQUIDATED DAMAGES

Amount of liquidated damages for delay in completion of works

Maximum limit of liquidated damages for delay in completion of work.

For Whole of work 1 percent of t he Initial Contract Price, rounded of to the nearest

thousand, per- week. Total Security Money.

The authorized person to make payments is Project Manager o.r Unit lncharge of Unit.

Page 39: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

A. General

1. Definitions

1.1 Terms

General Conditions of Contract

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.

38

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

The Cqntractor is a person or corporate body whose Bid to carry out the Works, including routine maintenance, has been accepted ~Y the Employer.

The Contractor's Bid is the completed bidding document submitted by the Contractor to the

Employer.

The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in accord~nce with the provisions of the Contract.

I

Days are calendar days, months are calendar months.

A Defect is any pa,rt of the Works not completed in accordance with the Contract.

The Defects Liability Certificate is the certificate issued by Engineer, after the Defect Liability Period has ended and upon correction of Defects by the Contractor.

The Defects Liability Period is one year's calculated from the completion Date.

Drawings include calculations and other information provided or approved by the Engineer for the execution of the Contract.

The Employer is U.P.R.N.N., who employs the Contractor to carry out the Works, including routine maintenance. The Employer may delegate any or all functions to a person or body nominated by him for specified functions.

The· Engineer is the person/ any other competent person appointed by the Employer and notified to the Contractor, to act in replacement of the Engineer who is responsible for supervising the execution of Works and administering the Contract.

Equipment is the Contractor's machinery and vehicles brought temporarily to the site to

construct the Works. ..

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

The Intended Completion Date is the date on which it is intended that the Contractor shall

complete the Works. The Intended Completion Date may be revised only by the Engineer by

issuing· an extension oftime.

Page 40: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

39

Materials are all supp lies, including consumables, used by t he Contractor for incorporation . in

the Works.

Plant is any integral part of the Works that shall have a mechanical, electrical, electronic,

chemica l, 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

execut ion 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

co.nstruction 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.

T~e .Works, as defin.ed 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, m.ale 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 clari fying queries about these Conditions of Contract.

2.2 If sectional completion is specified in the Contract Data, references in the Conditions of

Contra~t to the Works, the Completion Date, and the Intended Completion Date apply to any

Se'Ction of the Works (other than references to the Completion Date and Intended Completion

Date for the whole of the Works).

2.3 The documents fo rming the Contract shall be interpreted in the following order of

priority:

1) Agreement,

2} Notice to Proceed with the Work,

3) Letter of Acceptance,

. 4) Contractor's Bid,

5) Special Conditions of Contract Part II,

Page 41: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

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

40

3.1 The language of the Contract and the law governing the Contract are stated in the

Contract Data.

4. Engineer's Decision

4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters

between the Employer and the Contractor in the role representing the Employer. However, if

the Engineer is required under the rules and regulations and orders of the Employer to obtain

approval of some.other authorities for specific actions, he will so obtain the approval.

4.2 Except as expressly stated in the Contract, the Engineer shall not have any authority to

relieve. the Contractor of any of his obligations under the contract.

S. 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, and may cance l any delegation

after notifying the Contractor.

6. Communications

6.1 All Certificate, notices or instructions to be given to the contractor by the Employer/

Engineer shall be sent on the address or contact details given by the contractor in section 6-

Form of Bid. The address and contact details for communications with the Employer/Engineer

shall be as per the details given Contract Data to GCC. Communications between parties that

are referred to in the conditions shall be in writing. The Notice sent by facsimile (fax) or other

electronic means shall be effective on confirmation of the transmission. The Notice sent by

Registered post or Speed post shall be effective on delivery or at the expiry of the normal

delivery period as undertaken by the postal service.

7. Subcontracting

7.1 The contractor may subcontract part of the construction work with the approval of the

Employer in writing, upto 25% of the contract price but will not assign the Contract.

Subcontracting shall not alter the contractor's obligations.

7.2 Beyond what has been stated in clauses 7.1, if the contractor proposes sub contracting

any part of ·the work during execution of the _ works, because of · some unforeseen

circumstances to enable him to complete the work as per terms of the contract, the Employer

will con.sider the following before according approval:

a) The Contractor shall satisfy himself before recommending to the employer whether

Page 42: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

41

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 liabilit y or ob:igation

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, qualificat ion 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

author_ities 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 eq.uipment 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 s~ated in the Contract Data.

9.2 If the Engineer asks the Contractor to remove a person who is a member of the

Contractor's staff or work force, stating the reasons, the Contractor shall ensure that the

person leaves the Site within seven days and has no further connection with the Works in the

Contra.ct.

9.3 The Contractor shall not employ any retired Gazetted officer who has worked in the

Engineering Department of the State Government and has either not completed two years

after the date of retirement or has not obtained State Government's permission to

employment with the Contractor.

.. 10. Contractor's .Risks

10.1 The Employer carries the risks which this Contract states are Employer's risks, and

the Contractor carries the risks that this Contract states are Contractor's risks.

Page 43: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

42

11. Employer's Risks 11.1 The Employer is responsible for the excepted risks which are (a) in so far as they

directly affect the execution of the Works in the Employer's country, the risks of war, invasion,

act of foreign enemies, rebellion, revolution, insurrection or military or usurped pow2r, civil

war, riot commotion or disorder (unless restricted to the Contractor's employees), natural

calamities and contamination from any nuclear fuel or nuclear waste or radioactive toxic

explosive, or (b) a cause due solely to the design of the Works, other than the Cont ractor1s

design.

12. Contractor' s Risks 12.1 All risks of loss or damage to physical property and of personal injury and death which

arise during and in consequence of the performance of the Contract other than the excepted

risks, referred to in clause 11.1, are the responsibility of the Contractor.

13. Insurance 13.1 The Contractor at his cost shall provide, in the joint names of the Employer and the

Contractor, insurance cover from the Start Date to the date of completion, in the amounts and

deductibles stated in the Contract Data for the following events which are due to the

Contractor's risks.

a) loss of or damage to the Works, Plant and Materials;

b) loss of or damage to equipment; '

c) loss of or damage to property (except the Works, Plants, Materials and Equipment) in

connection with the Contract; and

d) Personal injury or death.

13.2 Insurance policies and certificates for insurance shall be delivered by the Contractor to

the Engineer for the Engineer's approval before the completion date/ Start Date. All such

insurance. provide for compensation to be payable in Indian Rupees to rectify the loss or

damage incurred.

13.3 (a) The contractor at his cost shall also provide, in the joint names of the Employer and

the Contractor, insurance cover from the date of completion to t he end of defect liability

period, in the amounts and deductibles stated in the Cont ract Data for the following events

which are due to the Contractor's risks.

(b) Personal injury or death.

13.4 Insurance policies and certificates for insurance shall be delivered by the Contractor to

the Engineer for the Engineer's approval before the completion date/ Start date. All such

insurance shall be provide for compensati~n 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 ofthe insurance policies.

Page 44: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

43

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 lntend~d Completion Date

17.1 The Contractor may commence execution of the Works on the Start Date and shall ' carry out the Works in accordance with the Programme submitted by the Contractor, as

updated with the approval of the Engineer, and complete them by the Intended Completion

Date.

18. Approval by the Engineer

18.1 The contractor shall submit Specifications and Drawings showing the proposed

Temporary Works to the Engineer, who is to approve them.

18.2 The contractor shall be responsible for design of Temporary Works.

18.3 The Engineer's approval shall not alter the Contractor's responsibility for design the

Temporary works.

18.4 The Contractor shall obtain approval of third parties to the design of the Temporary

Works, where required.

18.5 All Drawings prepared by the Contractor for the execution of the temporary or

permanent Works, are subject to prior approval by the Engineer before their use.

19. Safety

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

20. Discoveries

20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site shall be the property of the Employer. The Contractor shall notify the Engineer of such discoveries and carry out the Engineer's instructio-ns for dealing with them.

21. ·· Possession of the Site

2~.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.

Page 45: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

44

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 Eithe·r party may refer a decision of the Competent Authority to Arbitration within 28 days of the Competent Authority's written decision Arbitration shall be under the Arbitration and Conciliation Act 1996. If neither party refers the dispute to Arbitration within the above 28 days, the Competent Authority's decision will be final and binding. 25.3 The Arbitration shall be conducted in accordance with the following procedure~ in case Initial Contract Price is more than Rs. 5 Crore or the Contractor is a Foreign Contractor, who

has bid under ICB:-a} In case of a decision of the Competent Authority in a dispute or difference arising

between the Employer and a Contractor relating to any matter out of or connected with this Agreement, the matter will be referred to an Arbitral Tribunal. The Arbitral Tribunal shall consist of three Arbitrators, one each to be appointed by the Employer an.d 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.

Page 46: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

45

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 proce~dings 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 show ing 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 do.es 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

Page 47: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

46

withhold this amount until the next payment after the date on which the overdue programme has been submitted.

26.5 The Engineer's approval of the programme shall not alter the Contractor's obligations. The contractor may revise the programme and submit it to the engineer again at any time. A revised programme shall show the effect of variations and compensation events.

27. Extension of the intended completion date. 27.1 The Engineer shall extend the intended completion date if a compensation event occurs or a variation is issued which makes it impossible for completion to the achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining Works; which would cause the Contractor to incur additional cost. 27.2 The Engineer shall decide whether and by how much time to extend the Intended Completion Date within 21 days of the Contractor asking the Engineer for a decision upon the effect of a compensation event or variations and submitting full supporting information. If the Contractor has failed to corporate in dealing with a delay, the delay by this failure shall not be considered in accessing the new Intended Completion Date.

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 requ ire prior written approval of the Employer.

29. Management Meetings 29.1 The Engineer may require the Contractor to attend a management meeting. The business of a management meeting shall be to review the plans for the Works. 29.2 The Engineer shall record the business of management meetings and provide copies of the record to those attending the meeting. The responsibility of the parties for actions to be taken shall by the Engineer either at the management meeting or after the management meeting and stated in writing to all those who attended the meeting. C. ,Quality Control

30. Identifying Defects

30.1 The Engineer shall check the Contractor's work and not ify the Contractor of any Defects that are found. Such checking shall not affect the Contractor's responsibilities. The Engineer may instruct the Contractor to search for a Defect and to uncover and test any work that the Engineer considers may have a Defect. 31. ·Tests

31.1 For Carrying out mandatory tests as prescribed in the specification. The Contractor shall establish field laboratory at the location decided by the Engineer. The field laboratory will have minimum equipments as specified in the Contract Data. The contractor shall be solely responsible for :

_a. Carrying out mandatory tests prescrfbed in the Specifications, and b. For the corrections of the test r~sults, whether performed in his laboratory or

I

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.

Page 48: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

47

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 shal l be extended for as long as Defects remain to be corrected. 32.2 Every time notice of Defect/Defects if given, the Contractor shall correct the notified Defect/Defects within the duration of time specified by the Engineer's notice. 32.3 The RFI system will be followed for execut ion of work. 33. Uncorrected Defects 33.1 If the Contractor has not corrected a Defect pertaining to the Defect Liability Period under clause 32.1 and of these conditions of Contract, to the satisfaction of the Engineer, within all time specified in the Engineer's notice, the Engineer will assess the cost of having the Defect corrected, and the Contractor will pay this amount, on correction of the Defect.

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.

Page 49: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

48

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, cess1 toll, taxes of Central and State Government, local bodies and

authorities that the contractor will have to pay for the performance of th is Contract. The

Employer will perform such duties in regard to the deductions of such taxes at source as per

applicable law. 42. Currencies

All p~yment will.be made in Indian Rupees.

Page 50: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

49

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 N.ational 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 lnte~ded Completion Date. Liquidated damages at the same rate shall be withheld if the Contractor fails to achieve the milestones prescribed in t he Contract Data, however in case the Contractor achieves the next milestone the amount of the liquidated damages already withheld

shall be restored to the Contractor by adjustment in the next payment certificate. The total amount of liquidated damages shall not exceed the amount defined in the Contract Data. The Employer may deduct liquidated damages from payments due to the Contractor, payment of liquidated damages shall not affect the Contractor's other liabilities. 44.2 If the Intended Completion Date if extended after liquidat ed 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 a mourns equal to the advance payment: Mobilization advance up to 5 percent of the contract price with interest rate @10% P.A. will be charged.

The guarantee shall remain effective until the advance payment has been repaid, but the am.ount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor.

Page 51: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

50

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 cont ract 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 t he Contract Data and by a Schedule Commercia l Bank. The Performance Security shall be valid until a date 45 days from the date of expiry of Defect Liabi lity Period and the additional security for unbalanced bids shall be valid until a date 45 days from the ~ate of issue of the certificate of completion.

47. Cost of Repairs 47.1 ~oss or Damage to the works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Corrections Periods shall be remedied by the Contractor at his cost if the loss or damage arises from the Contractor's acts or omissions. E. Finishing the Contract 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 shal l 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 t hat states the scope of corrections or additions that are necessary. If the account is still unsatisfactory after it has been resubmitted, the Engineer shall decide on the amount payable to the contractor and issue a payment certificate within 28 days of receiving the Contractor's revised account. The payment of final bill for construction of works will be made within 14 days thereafter. 51 . . Operating and Maintenance Manuals SLl 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 t hey do not receive the Engineer's approval, the Engineer shall withhold the amount stated in the Contract Data from payments due to the Contractor. 52. Termination ·

Page 52: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

51

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 Not ice 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 ir, 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 requ ired 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, with in the period specified in the contract data and

I) Any other fundamental breaches as specified in the contract data m) If the contractor fai ls 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 conven_ience. 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 aavance 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, Subject to in maximum of total security amount (Liquidated damage and percentage of in-completed work) 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 wil l be debit payable to the Employer ..

Page 53: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

52

53.2 If the contract is terminated at the Employer's convenience, the Engineer shall issue a certificate for the value of the work done, the reasonable cost of removal of Equipment, repatriation of the Contractor's personal employed solely on the Works, the Cont ractor' s cost of protecting and securing the works and less advance payments received up to the date of the Certificate, less other recoveries due in terms of contract, and less taxes due to be deducted at source as per applicable law.

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 Contractor's default, till the works is completed after which it will be transferred to the contractor and credit, if any, given for its use.

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 Engineer's, deliver to t he Engineer a return in detail in such form and at such interval as the Engineer may prescribe, showing the staff and

I

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 ·ouring 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. Sa lient 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 contractor's any sum

Page 54: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

53

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 Engineer's in writing. No photograph of the work or any part thereof or Plant employed thereon, except those permitted under clause 58.1 shall be taken or permitted by the contractor to be taken by any of his employees or any employees of his sub-contractors without the prior approval of the Engineer's in writing. No photographs/video photographs shall be published or otherwise circulated without the approval of the Engineer's in writing. 59. The Apprentice Act 1961 59.1 The contractor shall duly comply with the provisions of the Apprentices Act 1961 (Ill 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 h·aving 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 whkh 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 shal l 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 arrangenJent for light (Electricity) and water supply during

course of construction.

Signature of Contractor Project Manager

............................................. Unit,

District ...................................... .

Page 55: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

54

SPECIFICATIONS

Page 56: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

55

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 ot herwise specified and as per directions of Engineer-in-charge.

Project Manager

......... ............ ........................ Unit,

District ..... .......... ....................... .

. ,

Page 57: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

56

Construction of 105 Bedded Boys Hostel C.S.A. Campus Kanpur

List of Preferred Makes for Civil, Furnishing & Electrical Works

S.N. Name of Materials Preferred Makes

1 Ordinary Portland/ Portland ACC, Ultratech, Gujarat Ambuja, Vikram, Birla & JK Cement.

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

2 RMC Ultratech, L&T, ACC or any other approved by UPRNN' Ltd.

3 White Cement Birla White / J. K. White

4 Reinforcement Steel SAIL, TISCO & RINL

5 Veneered Particle Board Novapan, Kitply & Greenply

6 Laminated Particle Board Sunmica, Century, Greenply, Novapan & Kitply

7 Flush Door Shutters Kitply Indust ries, Century & Greenlam

8 Pressed Steel Frames San Harvie, Stee lman Industries, Metal Shape, G.I. Industry, Metal Windows, Chandni Industries, Ganpati Udyog & Thirlingston

9 Water Proofing Compound Fosroc, Cico, Pidilite. lmpermo by M/s Snowcem & Sika

10 PVC Pipe & Fittings Supreme, Finolex, Prince & Astral

11 Acrylic Distemper I Plastic Paint I ICI, Asian Paints, Nerolac & Berger Paints OBD

12 Synthetic Enamel Paint ICI, Asian Paints, Nerolac & Berger Paints

13 Steel Primer ICI, Asian Paints, Nerolac & Berger Paints

14 Wood Primer ICI, Asian Paints, Nero lac & Berger Paints

15 Mosaic Glass Tiles Coral, Mridul, Italia & Bizaza

16 Dash I Anchoring Fasteners HILT! / Fischer

17 Nuts I Bolts & Screws GKW & Atul

18 Stainless Steel Sink (Out of Salem Diamond, Nirali, Neelkant & Jayna

Steel only) .

19 Float Va lve Viking & .. Prayag.

20 Admixtures Fosroc, Sika & Fa ircrete I :

21 Vitreo'us China Sanitary Ware Parryware, Hindware & Cera

22 Plastic Seat Cover of W .C. {ISi Mark Commander, Hindware, Admiral, Parryware & Cera only)

23 CP Fittings I Mixe r Pillar taps JAGUAR Washers

Page 58: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

57

24 CP Accessories JAGUAR

25 Centrifugally Cast (Spun) Iron Pipes .NEC.O, or any other B.J.S m'arked Product & Fittings

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

(Class LA)

27 G.I. Pipes Jindal (Hissar) & Tata

28 G.J. Fittings Unik& UU

29 Gun metal Valves Leader, Zoloto & Sant

30 Stone Ware Pipes & Gully Traps Prefect, Hind, Crystal or ISi marked S.W.Pipes.

31 Mirror Glass Atul, Modi Guard, Saint Gobain &.AIS ..

32 Grouting Compound Balandura & Latticrete

33 Aluminium Sections Hindalco, Jindal

34 Aluminium Fittings Ebco, Dorma, Ozone, Classic & Everite

35 Hydraulic Door Closer Dorset, Dorma, Ozone, Hardwyn & Everite

36 Floor Springs Ebco,Dorma,Ozone

37 Exterior Paint Asian, Nerolac, Berger & Snowcem India

38 Friction Hinges Zipco, AKS, Dorma & Earl Bihari

39 Reflective Sun Control Film Garware

40 6 mm I 12 mm thick Ply Century, Duro & Green

41 Telescopic Drawer Channel Earl Bihari & Hettich

42 Ceramic Glazed Tiles (Matt Finish) Nitco, Johnson, Naveen, Orient, Asian & Kajaria

43 Glazed Vitrified Tiles Rectified (Pure Nitco, Johnson, Naveen, Orient & Asian,

Matt Finish)

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

Finish)

45 Glass including high per.formance Saint Gobain, Modi Guard & AIS

thermal glass

46 Brass Locks Dorset, Crust, Kich & Godrej

47 12 mm Particle Board Novapan, Kitply, greenply,Euro

48 19 mm Block Board Century, Green Ply & Archid

49 Poly Carbonate Sheet GE

so Acoustical Wall Paneling Armstrong I Anutone

51 Silicon Sealant Dow ~oming, GE & 3M

52 Glass Wool Twiga, Rockwool

53 Stainless Steel Hand Rail System Dorset, Crust, Kich, Dorma & Ozone

.,

44 Stainless Steel Pull Handle Dorset, Crust, Kich, Dorma & Ozone

54 Wall Putty Birla Care & J K White

Page 59: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

58

SS Ceramic Wall Tiles for Dedo Nitco, Johnson, Naveen, Orient, Asian & Kajaria

56 W.C., EWC, Wash Basin, Urinal & Hindware, Parryware & Jaguar Urinal Divition Plates

57 Health Shower, Taps, Jet Spray Jaguar, Moen & Marc

58 Hand Drier cum Paper Dispenser Uronics & Jaguar

Unit

59 Fittings Philips I Bajaj I Wipro I Future Lighting

60 Fans Havells I Crompton/ Bajaj

61 Switches & Sockets MK/ Philips/ Havells / North west

62 Geysers Racold I Jaguar-aero smith I Bajaj

63 Panels Jackson I KEPL I CMKL

64 Cables & Wires Fino lex I KEI I Polycap

65 Cable Management System MK/ Legrand I Schneider

66 Lifts OTIS I Johnson I Kone I Schenieder

67 ACP CLADDING ALUCOBOND, ALSTRONG & ALSTONE

Page 60: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

Page 1 BOQ OF KANPUR HOSTEL

Ref. code

2.6

BILL OF QUANTITIES FOR CIVIL work of Boys hostel at CSA, Kan -- - -- -- -- -,-----

DESCRIPTION UNIT QTY

EARTH WO~-- ~ - Earth work """"in"excavation by mechanical means --- r­

(Hydraulic excavator) f manual means over areas

earth to be levelled and neatly dressed.

RATE AMOUNT

2.6.1

10 sqm on plan) including disposal of excavated ~

-- Al~nds of soil cum 1500.00 70.00 ---_Jos_oq_Q_.Q_O

earth, lead ,p to 50 m aod lift ,p to 1.5 m, dlsposedl ~~

Filling back excavated earth in trenches, plinth, sides L_ I --- --of foundations, etc. in layers not exceeding 20.0 cm ~~ in depth, consolidating each deposited layer by ~t=

---,-----~~_ra_mming and watering, lead upto 50.0 m. cum , 1000.00 ---~O ---45000.00

2.25

2.27 Supplying and filling in plinth with Ganga sand under floors, including watering, ramming consolidating i

__ 1anddressin~mplete. cum . - ~OOF.00 910.2~,--=--- 7~200.00

PWD SI ·1 roviding & injecting chemical emulusion for preconstructional anti termite treatment and creating a chemical barrier under and around the column pit wall trenches basement excavation top surface if plinth filling junction of wall and floor.along the

1external per meter of binding expansion joints,

I surrounding of pipes and conduit etc. complete(plinth area of the building at ground floor only shall be

lmearsured as per IS 6313(Part 1(1981) Aldrine emulsifiable concentrate or any other apporved .

lmaterial such as Hepthachlor or chlordance will be used. The rate of application of chemical emulsion shall be as follows : 1: Treatment for masonary and foundation 5 liters per sqm. 2: Back fill in immediate contact with foundation 7.5 liters per sqm. 3: Treatment of top surface of plinth fill ing 5 liters per sqm. 4: Treatment of soil along external perimeter of building 7.50 liters per sqm. 5: Treatment of soil under apron along external perimeters 5 liters pe sqm.Along external wall where the apron is not provided using chemica l emulsion @ 7.5 litres f sqm of the vertical surface of the substructure to a depth of 300 mm including excavation channel along the wall & rodding etc. complete

only approved & authorised agency has to be

effectiveness of the treatment & periodical checking.

Sqm 4000.00 I

90.00

PLAIN CONCRETE WORK - _,___ __

360000.00

employed & to give 10-years guarrantee for the ~~

--- ---------+------~--~-- -- -~-- I -- --:: __

Providing and laying in position cement concrete of I 4.1

-- ___ and shuttering - All wo~ to pl inth level: __ _ _ _ _ _ specified grade including the cost of centering +-

4.1 .8 1:4:8 (1 cement : 4 coarse sand : 8 graded stone _ a~at~ 40 mm nominal size) ___ _ _ cum 300.00 __ 3700.00

4.10 Providing and laying damp-proof course 40 mm thick with cement concrete 1 :2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 12.5 mm nominal size, including shuttering curing & two coats of hot bitumen of penetration 80 (100 applied at the rate of 15.75 Kg/10 sqm for each layer after cleaning the surface with brush & finally with a piece of cloth sighthy socked in Kerosene oil. •

1

s m

180.00 145.00

1110000.00

--26100.00

r

Page 61: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

Page 2 BOO OF KANPUR HOSTEL

, ________ _ B_ILL OF QUANTITIES FOR CIVIL work of Boys hostel at CSA, Kanpur r- - ; 1-- 1 -1

Ref. code DESCRIPTION UNIT QTY I RATE AMOUNT

230000.00 Providing & Filling of Cinder in shunken po~ ation of ~ b,i~iog '"''"~ ,11 m,te,i,I ~bo,c T & P c,m~ _ 100.00 2300.00,_ REINFORCED CEMENT CONCRETE

- Providing and laying Reinforced Cement , -- -,-- ------Concrete work M20 Grade using of concrete. I

5.1

Stone aggregate 20mm down size for in situ concrete in foundatons, footings, pedestals! I (column below plinth) foundation bases of columns plinth beams, base slabs of water tanks etc. including the cost of centering & shuttering but including curing. Complete in all respect.

5.1.2 1 :1 .5:3 (1 cement : 1.5 coarse sand : 3 graded '- ___ _ .$tone amiregate 20 mm nominal size) - - ---+-........::cc.::.:um ___ ..:300.00

5.3 Reinforced cement concrete work in beams, suspended floors, roofs having slope up lo 15°

--6200.001 ~ ___ -1:8_6~0-00-0.00

landings, balconies, shelves, chajjas, lintels, bands, plain window sills , staircases and spiral stair cases up lo floor five level including the cost of cenlering, shuttering, finishing and reinforcement, with 1 :2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate

___ 20 mm nominals _i_ze_)_. _ _ Suspended floors, roofs, landings, balconies, staircases(except spiral staircase) and access platform, lintels, beams, girders, bresummers, i cantilevers etc. cum 1200.00 - - ~ - - - -

5.2 \Reinforced cement concrete work in walls (any thickness), including attached pilasters. buttresses,

Jlinth and string courses, fillets, columns, pillars, ers, abutments, posts and struts etc. up to floor five vel including cost of centering, shuttering, finishing

nd reinforcement ·-+

6200.001

.J ~ -2 1.1.5:3 (1 cement: 1.5 coarse sand : 3 graded stone~ -_:r

aggregate 20 mm nominal size) Colums etc. · cum 200.00 6800.00

--- 5...,..1..,...3-- Providing and hoisting and fixing all floor, pre-cast -

1

reinforced cement concrete in small lintels & slabs not exceeding 1.8m clear span and including finishing smooth with cement plaster 1 :3 (1 cement :3 fine sand of thickness of not exceeding 6mm on exposed surfaces, including centering & shuttering, but excluding cost of reinforcement with 1 :2:4 (1 I cement : 2 coarse sand : 4 graded stonel

__ a9™ate 20 mm__r:iominal size). ,___c __ u_m _____ 1-'-0--'.0c...:..JO 5.22A.6 Steel reinforcement for R.C.C. work including

straightening, cutting, bending, placing in position and binding all complete foundation & above plinth

5700.00

- - ------'74400_00_.o_o

1360000.00

57000.00

__ ··---- level upto floor fifth level. ~ __ ,---------+Thermo-Mechanic~ly Treated bars kg ___ 200000.00 r 7.00 __ __;1_;_14--0;...c0000.00

__ M=a=sonry Work (BRICK WORK} ___ _ __ _ - ~ Brick work with common burnt clay bricks of class J

designation 15 in foundation and plinth

-- 6.2.2 - ~nt mortarJ_:~1 cement : 6 coarse sand) J'"m 60.001 _·3556.00 --6.4 Brick work with common burnt clay F.P.S. (non

modular) bricks of class designation15 in superstructure above plinth level up to floor V level in

213360.00

- - -+-a_ll shapes and size_s_ in_:_ __ _ _ , ___ 6_.4_.1 Cement mortar 1:4 (1 cement : 4 coarse...:sc::a:..:.nd=-<ll'--- --1-------=-= 241500.00

6.4.2 Cement mortar 1 :6 (1~ment: 6 coarse sand) , cum _ _ 18~~-00

1

3741.00 ____ 6733!10_0_.0_0 6.13 Half brick masonry with common burnt clay F.P.S. _ _ _

(non modular) bricks of class designation 15 in -___ - - +-=s:.:::u~rstructure above JJlinth level u[DQ_Jjoor V level ,

6.13.2 Cement mortar 1 :4 (1 cement :4 coarse sand} I cum 200_001 3839_00 767800.00 2

..

Page 62: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

Page 3 BOQ OF KANPUR HOSTEL

__ __ ~ ~L OF QUANTITIES FOR CIVIL work of Boys hostel at CSA, Kal!e_ur i r

Ref. code 6.15

DESCRIPTION Extra for providing and placing in position 2 Nos 6 mm dia M.S bars at every third course of half brick

UNIT QTY RATE

___ ----+masonry cum The reinforcement for half brick work will be paid --1· __ 6043l 200.00

under reinforcement item. The bricks used shall ha-ve- th_e_c_o_m-pressive strength --- - --of 150 kg/sq.cm and the sample shall be got

___ _ ---+-ape!ove~ th~ Engineer-in-charge/Architec_t. __ __ __

13.4

AMOUNT

120868.00 ----

External & Internal Plastering T 12 mm cemeot p1as1e, of mo , 1, 3 (Ce meat " ""di ~ ~ -- I mortar) in celling including all material labour T & P

_ __,__ sqm__ 3000.001 _ 127.00, __ 12-15 mm cement plaster of mix : 1: 4 (Cement :c ~ 13.4.1

381000.00

sand mortar) in wall including all material labour T & P __ s m 2000.00 120.00t

---13.4.-2-- 12-15 mm cement plaster of mix : 1: 6 (Cement :c sand mortar) in wall including all material labour T &

240000.00

648000.00

neat cement of mix:

p :-t s 6000.0f 108.00 - --13-.7-- 12 mm cement plaster finished with a floating coat ofr ----t - 13.80 - Providing and applyi-ng_ w_h-it_e_ce- ment based putty of ----

average thickness 1 mm, of approved brand (like ' Birla & J.K.) and manufacturer, over tile plastered J

wall surface to prepare the surface even and smooth! 1 1 /

986150.00 ----13.41 Distempering with oil bound washable distemper of ___ complete. I :1qm --: 11000.: 0r~ ~

approved brand and manufacture to give an even ~ shade:

13.41.1 - New -w-o-rk_(_tw_o or more coats) over and including I 1=-- _ EI_iming coat with ~terthinnab/e cement primer I sqm¥ 000.00 89.70 ___ 7_1_7600.00

- - wall painting with plastic emulsion paint of apex ~r: ultima/approved brand and manufacture to give an

---+'--even shade two or more coats on new work sgm 500.00 1 _ 150.00 _ _ _ 13.62 Painting with synthetic enamel paint of approved i 75000.00

brand and manufacture of required colour to give an ~ even shade:

of suitable shade with ordinary paint of approved 13.62.1 --,1=Tw- o or more coats on new work over an under coat - - - ·

brand and manufacture. 212500_00 1- -- - - ---'--

Fabrication supply and installation of Stainless Steel Railling made of 50 mm baluster (vertical post) and

· 50 mm top rail of 12 mm OD also in 1.6 mm thickness tube connected with CNC machine made moduler connectors fixed with dash fasteners. The blauster to be 950 mm in ht. Center to center distance between each blauster is 1000 mm. All stainless steel to be of the grade 1.40301 (widely known as SS 304 grade) and shall contain 17-18%, c'mom·,um anci 'o-10% n·1c'Ke\ las per internationa\11

metallurgy standerd-test certificates to be provided by vendor) completed in all respects as perl requirements and guidence by the Ell.All welding on the blauster to be done by TUV certified welder as per TUV standards. All stainless steel to be polished ~

__ __ - ~ ed in 240 grit~ tain matt finish. -+ Rmt. Roofina

3

\

I

1 ·

i I ~o, __ sso~ 550000.00 ---

Civil

Page 63: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

Page 4 BOO OF KANPUR HOSTEL

,- - - - - - .---B_IL_L_O_ F QUANTITIES FOR CIVIL work of Boys hostel at_ CSA, Kanpuri _ _ ___ _ _

Ref. code DESCRIPTION UNIT QTY RATE AMOUNT 22.7.1 Providing and laying integral cement based water I

proofing treatment including preparation of surface as required for treatment of roofs.balconies, terraces I etc consisting of following operations: a) Applying aslurry coat of neat cement using 2.75 kg/sqm of cement admixed with water proofing compound conforming to IS. 2645 and approved by Engineer-in-,

l

charge over the RCC slab including adjoining walls upto 300 mm height including cleaning the surface before treatment. b) Laying brick bats with mortar' using broken bricks/brick bats 25 mm to 115 mm size with 50% of cement mortar 1 :5 (1 cement : 5 coarse sand) admixed withwater proofing compound conforming to IS : 2645 and approved byEngineer-in-1 charge over 20 mm thick layer of cement mortar of mix 1 :5 (1 cement :5 coarse sand ) admixed with water proofing compoundconforming to IS : 2645 and approved by Engineer-in-charge to requiredslope and treating similarly the adjoining walls upto 300 mm height including rounding of junctions of walls and slabs c) After two days of proper curing applying a second coat of cement slurry using 2.75 kg/ sqm of cement admixed jointless cement mortar of mix 1 :4 (1 cement :4

_ _ ___ coarse sand) admixed with water proofing compound_~ I 2500.00 12.22 Making khurras 45x45 cm with average minimum!

thickness of 5 cm cement concrete 1 :2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate of 20

I

I

__ ... l mm nominal size) over P.V.C. sheet 1 mx1 mx400 . I I micron, finished with 12 mm cement plaster 1:3 (1 1 I cement : 3 coarse sand) and a coat of neat cement, rounding the edges, m. aking and finishing the outlet I complete. \ no's 30.oo \ 186.65 _

Providing gola 75~75 mm in cement concret~ . T mortar 1 :3 (1 cement : 3 fine sand) as per

(1 cement: 2 coarse sand : 4 stone aggregate 10 I mm and down gauge) including finishing with cement /

12.21 .1 ~~a;;xa;: !:i~:~p chase ---,·--r-m- ~ - JOINERY - --- --- - -

Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought I framed and fixed in position with hold fast lugs orl with dash fasteners of required dia & length ( hold fast lugs or dash fastener shall be paid for

9.1

9.1.2 Sal wood - - - Cum 12.52 75558.60 -separately) . ~ ~

,- ---9.-5----+-P-ro-v-id.,...in_g_a_n_d_f-ix-in-g panelled or panelled and glazed I -- -- -- --shutters for doors, windows and clerestory I windows, including ISi marked M.S.pressed butt ' I I

I

. hinges bright finished of required size with necessery screws. excluding panelling which will be paid for

9.5.1 Second class teak wood

1500000.00

5599.50

35775.00

945993.67

~eparately, all complete as per direction of Engineer! -+ ±-- - - --,-in- charge. ___ . j __ _

, _______ ---- - - - -- ,_ ____ _ - ~ 1.1 __ 35mm ~hickshutters __ i qmL_j _11Q0.00r 2689.05_1 - -

I FLOORING I I I 2957955.00

4

Page 64: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

Page 5 BOQ OF KANPUR HOSTEL

Ref. code 11.41

BILL OF QUANTITIES FOR CIVIL work of Boys hostel at CSA, Kan ur - --- -- r- ·- ----r- I

DESCRIPTION UNIT !Providing and laying vitrified floor tiles in different! sizes (thickness to be specified by the manufacturer) with water absorption less than 0.08% and conforming to IS : 15622, of approved make, in all colours and shades, la id on 20 mm thick cementl mortar 1 :4 (1 cement : 4 coarse sand). including

outing the joints with white cement and matching ·

QTY RATE AMOUNT

ments etc., complete.

1 _ 11.41.2-- zeofTile 600x6.Q9mm ____ sqmt - 3500.~ 1405.95 _ 8.12 Providing and fixing 18 mm thick gang saw cut,

mirror polished, premoulded and prepolished, machine cut for kitchen platforms, vanity counters. window sills • facias and similar locations of required /

4920825:00

size, approved shade, colour and texture laid over 20 I mm th ick base cement mortar 1 :4 (1 cement : 4coarse sand), joints treated with white cement,

jixed with matching pigment.epoxy touch ups, eluding rubbing, curing,moulding and polishing to , dges to give high gloss finish etc. complete at all I

- --:-_ A~e~s~f slab over 0.50 sq~ ~ ,,mT---f-_c __ 15Mo --.,;07.401 EXTERNAL CLADDING =--=-E..=

--- --- Stone work for wall li-ni_n_g_u_p-to- complete building I height . (sample as approved by Client/Architect) I

/

backing filled with a grout of 12 mm thick cement mortar 1:3 ( 1cement : 3 Coarse sand) and jointed

I I

with white cement slurry @ 3.3 Kg/Sqm including! pointing with white cement slurry admixed with pigment of matching shade all complete as per --t-

_ __..a_r_chitectural drawings. I 1 2~ mm Dholpur Sand blast - -Total exterior cladding Sq!!!__ 3600.00 3100.00 Total

5

586110.00

11160000.00 58721136.17

....

Civil

Page 65: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

0

I S.NO

SCHEDULE OF QUANTITIES FOR Saintary & Water Supply work of Boys hostel at CSA, Kanpur

Ref. code DESCRIPTION UNIT DSR no. SANITARY;EJXJUijES (SUPPLY &.FIXING ONLY) . . - - ,,.; •--==---1- -..o=:-"'~----- ·, - ~ ·-~ .,, ..

1-17.3.1 Providing and fixing white vitreous china pedestal --type water closet (European type) with seat and lid, 10 litre low level white vitreous china flushing cistern & C.P. flush bend with fittings & C.l.brackets. 40 mm flush bend, overflow arrangement with specials of standard make and mosquito proof coupling of approved municipal design complete, including painting of fittings and brackets, cutting and making good the walls and floors wherever required:

QTY

·---

---- -- --Each - 23-

17.7 Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar taps,32 mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever require

17.7.1 White Vitreous China Wash basin size 630x450 mm Each 11.8- Providing and fixing white vitreous china pedestal for -

wash basin completely recessed at the back for the reception of pipes and fittings.

RATE AMOUNT

4 785

65272.20

Each 28 980 27438.60 . -- -- - - -- -- -- -- -- -- --- -- ---- - - -- -

17.1 Fixing Stainless Steel Sink with drain board with C.I. brackets, duly painted white 40mm C.P. waste,C.P. brass chain and rubber plug, 40mm C.P cast bottle trap with connection pipe to wall and C.P. wall flange, rubber adapter for waste connection and upvc manifold for waste water disposal complete including cutting and making good the walls

____ wherever required. _ _ ___________ ____________ _ ..Jl..1 QJ_ Smgk Bowl with Single Drain Board __ _ __ _ .. _ 17.10.1 .1 510x1040mmbowldepth250 mm __ . =-Each _=--2 7052 . - -14104'3o

_ 17.1 0.2 _ Kitchen sink without drain board __ _ _. _ _ _ _ 17J..Q.,_2.1_ 610x510 mm bowl depth 200 mm _ _ Each ~=- ±_ _ __ 4 343 __ 8~~~90

18.15 Providing and fixing brass bib cock of approved _ _ qual_i!Y: __ __ _ _ _ _ -

_ 18.15.1 15 mm nominal bore __ __ _ _ - Each 261 521 .20 2 ----------- -- --·- - - -- -- ---

_ 18.15.2 _ 20 mm nominal bore__ __ _ __ EaCh - - - 4- ---- ~ 1123.80

- -1-8.-53 - Providing and fixing C.P. brass anglevalve for basin mixer and geyser points of approved quality conforming

18.53.1 to IS:8931

---Fixing C.P Wall Mixer for over head shower, shower arm, shower head and one C.P brass bath spout in<::luding cutting and making good the walls where

____ r~uired. _____ _ . _ __ . _ _ ?)J.nstallation . _ _ __ ___ _E_a_ch __ 21 _ _ bl§~Pl~sic RateJRs. 2000/::}_ _ _ _ Eac_h _ __21

164.95 Providing and fixing PTMT Soap Dish Holder having length of 138 mm, breadth 102 mm, height of 75 mm with concealed fitting arrangements, weighing not less than 106 gms.

,c... -' Each -21

508 38585.20

- 350 ....__ 7350.00 - - 2800 - - 58800.00

165

Page 66: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

I S.NO 1

SCHEDULE OF QUANTITIES FOR Saintary & Water Supply work of Boys hostel at CSA, Kanpur

Ref. code DESCRIPTION DSR:no. SANITARY FIXT!)RES (SUPPLY _&"'FIXING ONL '()

= - 7 .; . ··" < ~- . i: . ~- "".:' ~ 17.71 Providing and fixing PTMT liquid soap container 109

mm wide, 125 mm high and 112 mm distance from wall of standard shape with bracket of the same materials with snap fittings of approved quality and colour, weighing not less than 105 gms.

-- - - -- - -- -17.34 --- -17.34.1 -- -17.73

17.73.2

- - -Pi:2vEing ~f!..d fixing toilet paper holder -- - -- --- -- -- --

C.P. brass - - - ---- --Providing and fixing PTMT towel rail complete with

brackets fixed to wooden cleats with CP brass screws with concealed fitting arrangement of approved quality and colour.

600 mm long towel rail with total length of 645 mm, width 78 mm and effective height of 88mm, weighing not less than 190 gms

UNIT

- Each--

- --Each--- - - -

Each 17.~ Providing and fixing PTMT towel ring trapezoidal - - - - ­

shape 215 mm long, 200 mm wide with minimum distances of 37 mm from wall face with concealed fittings arrangement of approved quality and colour, weighing not less than~88 gms.

QTY RATE AMOUNT

- --22~ 3203.90 14 - -- -- --

-- - 41_6 __ _ ---16 6654.40 -- -- -- --

- -

21 542 11371.50

- - - - - - _=-~~_Each - 16 -=-15_2 _ __ 2432.0Q

ProViding and fixing mirror of superior glass (of 17.32 approved quality) and of required shape and size with plastic moulded frame of approved make and shade

_ wi_!__h § mm thick hard_ board backing: _ _ _ -

_JJ.32.4 _Rectangular shape 1500x450 mm ____ - ~c~ 15- - 1 332 -- 19986.75 17.28 Providing and fixing P.V.C. waste pipe for sink or

__ _ w~h basin including PVC. waste fittings comp I~ __ __ __ _ _ _ __1ZJ8.1..._§~i rigid pipe ____ __ _

-- Each -- 30 2302.50 77 --- ---- - - - ----- --- -- -- -Making connection 20mm dia GI inlet connection with angle valve and 50 mm dia GI outlet drain connection upto floor trap for dishwashing machine (Hood type) complete, including cutting and making good the

_ walls where required. __ __ __ _ Each __ 5 500 2500.00

.. ~ .._

Page 67: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

SCHEDULE OF QUANTITIES FOR Saintary & Water Supply work of Boys hostel at CSA, Kanpur

I S.NO Ref. code DESCRIPTION UNIT QTY RATE AMOUNT 1 DSR no. SANITARY _flXTURES (SU~PL y~& Fl~ING 9NL Y)

- - ~ ~ = . ::::: . ~ .;;-_ (II)~ 501[,-WASTE,,YENT AND RAIN WATER P,IPES & FITTINGS

18.6 Providing and fixing 3 layer PP-R (Poly propylene Random copolymer) pipes UV stabilized & anti -microbial fusion welded, having thermal stability for hot & cold water supply, including all PP-R plain & brass threaded polypropylene random fittings, including trenching ,refilling & testing of joints complete as per direction of Engineer-in-Charge.External work

1~6-L -P~ -16 Pipe,?Smm OD(SDR-7.4) --=- Metre- - 50----1.!!:_6.1.Q___Pl:f - 10 Pipe, 110 mm OD (SD~ _ _ _ -= Meir~ 480

18.4 Providing and fixing 3 layer PP-R (Poly propylene Random copolymer) pipes SOR 7.4, U V stabilized & anti- microbial fusion welded, having thermal stability for hot & cold water supply, including all PP - R plain & brass threaded polypropylene random fittings, i/c fixing the pipe with clamps at 1.00 m spacing. This includes testing of joints complete as per direction of Engineer-in-Charge.Internal work - Exposed on wall

1145.25 1928.85

57262.50 925848.00

_ 0.00 e- 18~ PN - 16 Pipe, 32 mm OD -=- Metre ----:i6s -~.8- ~3054.00

18.4.5 PN -16 Pipe,40 mmOD Metre _ _ _ 5 --450.15 2250.75 18.4.6 P!:::!_-16 Pipe, 50 mm OD - - - -= Metre _ 160- - 631~ 101016.00

Providing , Fixing, Testing & Commissioning deep seal P or S uPVC Floor Trap of self cleansing design with or without vent arm with provision for connecting uPVC inlet fitting like wash basin waste/Floor drain/shower drain and extend the pipes from trap to floor finish level complete including cost of cutting holes in R.C.C/brick work (slab/beam/wall) and making good the floors. beams and walls with cement mortar wherever required complete as per site.

-- --11Cl X 110_ m_ m__ --- --E ach 65 650 - - Providing , Fixing, Testing & Commissioning uPVC

deep seal Nahani Trap of self cleansing design with or without vent arm, including cost of cutting holes in R.C.C/brick work (slab/beam/wall) and making good the floors, beams and walls with cement mortar wherever required complete as per site.

1 ___ a) 110 X 75 mm

Providing &iaying cement concrete 1:2:4 mix (1 cement : 2 coarse sand : 4 stone aggregate 20 mm and down gauge) 75mm in bed and alround pipe under the floor. For 110mm, 90mm, 75mm dia pipes under floor including centering & shuttering wherever required.

- ----Providing, Fixing, Testing & Commissioning of uPVC SWR Pipes (Type-A) conforming to IS:13592 along with all required fittings conforming to IS:14735 like tees, door tees, bends, door bends, cowls, crosses, offsets, coupler, reducer with or without access doors, Y & door-y etc. jointed with for all exposed pipes jointed with rubber rings as per IS:5382 (Ringfit Pipes) fixed to walls and ceilings including angle supports with clamps, Ct;tting holes in R.C.C/Brick work (slab/beam/wall) and making good the floors, beams and walls with cement mortar wherever required complete. (For Rain Water Pipe).

- --- --- ----

-~

--- ,-

Each --5- - 480 --- ---

Metre 5 295

. -. _I

--'~

·-

0.00 42250.00

- 2400.00

1475.00

.. '

---

Page 68: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

I S.NO

SCHEDULE OF QUANTITIES FOR Saintary & Water Supply work of Boys hostel at CSA, Kanpur

Ref. code DESCRIPTION UNIT QTY RATE AMOUNT DSR no. SANIT. ARY F'l.l~WRES (SUPPl:.Y M~IXING ONLYr _

- - . ~ ---,. ~ __ -__ ; 1---~ ~-1~ ~~=-'-""""""--""""""""'cz:=°'-------'-----~....;...,~~1 -

60 385 23100.00 _ c!L._ 110 mm OD __ Metre b) 160 mm OD __ __ Metre

Providing & Fixing of Stainless Steel Ring and

-m --73-5--113925.00

Grating with 2 stainless steel screws. Ring to be embedded in floor with salient I seal . (For Floor

___ } ra12....Floor Drain & Ur'1nal Trap) __ _ --2L 1 Q.Q mm Dia or 100 x 100 m!!!._(EQ_r Floor _prain) -EL 1 ~.!!l.!!'_Dia or 125 x 125 mm {!:Q_r_Floor Trap) _

17 .29 Providing and fixing 100 mm sand cast Iron grating

Each Each

- .~ - -

2 0 -- 200_ __ 4000.00 65 - 230 - 14950.00

- ------

_ _ -~tra ..... p. __ _ --- --- Each 295.00

_ _1_0 __ 29.5

Providing and fixing uPVC Floor Drain with 75mm OD inlet and 63 mm OD outlet for balcony drainage

--~omplete in all respects. _ __ _ _ _ _ ___ Ea.0__ - 20 280 5600.00 ---Providing and fixing 100mm dia G.I. vent pipe of 450 mm length with brass mosquito proof grating elbow

__ with fittings 100mm dia. ___ _ _ _ 1Q_Q mm dia (UGT) N~ . . -2.L

____!?L 18.8

80 mm dia (OHT) ---~ == Nos -Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply, including all CPVC plain & brass threaded fittings i/c fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes & fittings, with one step CPVC solvent cement and the cost of culling chases and making good the same including testing of joints complete as per direction ofEngineer­in-Charge.Concealed work, including cutting chases and making good the wall etc.

--- --- -18.7.1 15 mm nominal bore

1 8. ~ -20 mm noininaT bore _ _ _ = 18.7.3 25 QJ.ITI nominal bore - ---~- -

--18.9 Providing and fixing Chlorinated Polyvinyl Chloride

(CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings . This includes jointing of pipes & fittings with one step CPVC solvent cement, trenching, refi lling & testing of joints complete as per direction of Engineer-In-Charge.

Metre 428 Metre ~5

Metre -

160 - --- -

270 -

~560.00 - - -

296.4 185250.00 351.3 56208.00

- - - -- - ---

18.92 20 mm Outer Dia.- - ---=:.18.9.3 25 mm Outer Dia. __ _

- Metre ---- --'-163.3

2 09.5 262.35

350.5 524.1

14697.0d - ---"s8660. 00

3 4105.50 ~ 040.00

104820.00

~'L__:g_Qlm Outer Dia. _ 18.9.5 __ ~ n:im O~ ter Dia.

18.9.6 50 mm Outer Dia. - 18.10- - Providi_n_g ""a'-n-d- fi-,x--in_g_G,...._-1. - p-ip-es complete with G. I.

fittings and clamps , Including cutting and making good the walls etc. Internal work - Exposed on wall

Metre - Metre -

18.10.1 15mm dia" - Metre 140.00 - 215.10-- 30114.00 - - - - -------- Metre - ---:,ao:oo- 1--249~ - 44874.00 ---

18.10.2 20mm dia 18.10.3 25mm dia ~ 10.4 _ 32mm dia

18.10.5 40mm dia -18.10.6 50mm dia

65mm dia

--- -- ~tre. -- 290.00 304.15 88203.50 M etre- 8cf.oo 343.20 - 27456.oo

- Metre 40.00 ~.65 - ~ 026.00 --- Metre ~o -~ 527.20 - 21088.00

- -- - ~tre - 1 10.00-- 1045.00 - 114950.00 ----- --- - - M etre - 50.00 - 1375.00 68750.00 80mm dia -- ---- ---_ _ 100mm dia . _ _ _

18.38 Painting G.I. pipes and fittings with synthetic enamel wh'1te pa'1nt with two coats ,over a ready mixed priming coat, both of approved quality for new work

' ---18.38.1 15mm dia

- Metre 200.oo 1760.00 352000.00 -- - - - - -

Metre 140~00 I 9.60 -= - 1344.00

Page 69: UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD. VIBHUTI KHANO, GOMTI NAGAR, , LUCKNOW • . . Bill of Quantity Name of work -Construction of 105 Bedded

I S.NO

SCHEDULE OF QUANTITIES FOR Saintary & Water Supply work of Boys hostel at CSA, Kanpur

Ref. code DESCRIPTION UNIT QTY RATE AMOUNT DSR no. MNITA_RY FIXTORES (SUPP!-Y & FJXIN_G O~L Y)

---· - . !'. . . ~ .... ,r _ .;.; . ,-~=--~,~-- =- ......,...._~~~ - - -- 11 .~ -18.38.2 20mmdia Metre 180.00 2043.00 25mm dia

--- --Metre 290.()Q - 14_gg-- -

4 335.50 18.38.3 -- --Metre 80.00 ,--17.~- 1416.00 18.38.4 32mm dia ---- ---Metre 40.00 --21 .~ - 840.00 18.38.5 40mm dia - - - -- ---

18.38.6 50mm dia Metre - -- --- -- -- - Metre 65mm dia

--

-- --- - --80mm dia -- --- --- -- -100mm dia -- --- -- --

18.18 Providing, fixing, Testing & Commissioning forged brass lever operated Ball Valve of full flow with forged brass ball (Machined to mirror smooth finish with hard chrome plated) and spindle with setting and gland of superior quality having minimum working

pressure of 10 kg/cm2 etc. complete in all respect. Rates includes union or brass male/ female adopter for jointing with uPVC pipes and CPVC pipes to G.I

Metre Metre --

40.00 - 20.00 - -800.00

110.00 1-2 2.00---2420.00

50.00 2 5.00 - - -1250.00

200.00 - --30.0~ -6000.00 -- -- --- ---

18.18.1 ~t~ -- --- E~ 15 --289 - >- - 4327.50 18.18.2 20mm dia -- -- Each ~ --410 -- 7378.20 18.18:3 - 25mm dia -- - Each ----:,S - -- 450- - >-- 8099.10 -- - - 32mm dia - - - --- Each - ~ -,- 1 580 12640.00 - - 4Dmm dia -- --~ ~h ---5 - 21 00 10500.00 - - sommdia --- --- - Each - - 5--f- 2830 14150.00 - --P roviding, fixing, Testing & Commissioning C.I. - - --- ---

Butterfly Valves, wafer end type class PN 1.0 as per I.S:13095 or BS:5155, including necessary nuts, bolts, gaskets, flanges, tail piece for uPVC/CPVC/G.I

__ _ Pl~e~etc., complete. __ _ _ _ a) 65mm nominal bo_re ___ _ Each - 6- - 3 600 -- 21600.00

=-b)- 80mm nominal bo~-­_g_ 100mm nominal bore

--- Each - - 4 ->--- 4 250-- +- 17000.00 -· Each - 8 5 330 42640.00 --- -----

Providing Brick Pedestal using sand lime bricks of class 75 in pillars with square base (Size 9" x 9" x 9") including joints finish flush/ranked to 12mm depth. cured etc. in Cement Mortar 1 :4 with coarse sand, complete in all respects (For G.I and uPVC pipe

__ su~portatterraceL _ _ _ ___ __ _-9!.m __ 5 18.8 Disinfecting C.I. water mains by flushing with water

containing bleaching powder at 0.5 gms per litre of water and cleaning the same with fresh water, operation to be repeated three times including getting the sample of water from the disinfected main tested in the municipal laboratory.

Job -18.20 Providing and fixing brass ferrule withC.I. mouth -- ---

6000 30000.00

5000 5000.00

- __ _fQ.Y_er including boring and tapping the main: __ __ 18.20.3 25 mm nominal bore --_- Each _ 2 __ 6_0_0 __ 1200:00 18.60 Providing and fixing enclosed type water meter (bulk

type) conforming to IS : 2373 and tested by Municipal

Board complete with bolts, nuts, rubber insertions

___ ~!£.~tail pieces if required will be paid sep~rat~-- _ _ 18.60J__ 80 mm dia nominal bore __ _ E~h - _ 1

__ Tota_l _ _ _ __ _

.. ~

3114.85 3289169.40