Sie sind auf Seite 1von 127

1

UTTAR PRADESH JAL NIGAM

TENDER

FOR

CONSTRUCTION OF R.C.C. OVER HEAD TANK

CAPACITY 750 KL & 18 M. STAGING UNDER

NIGOHI

VILLAGE W/S SCHEME (NRWSP)

DISTT- SHAHJAHANPUR

Last Date for sale of tender 16-08-2010


Date of Receiving of Tender 17-08-2010
Date of opening of Tender 18-08-2010
Cost of Tender Document Rs. 5675.00
Earnest Money Rs. 50000.00
Time of Completion 9 Months

EXECUTIVE ENGINEER

CONSTRUCTION DIVISION

U.P. JAL NIGAM, SHAHJAHANPUR

dk;kZy; vf/k”kklh vfHk;urk] fuekZ.k [k.M] m0iz0 ty fuxe] “kkgtgkaiqj A

i=kad % 1017@ ,e&17 @ 126 fnukad 09-


07-2010
2

fufonk &lwpuk

v/;{k] m0iz0 ty fuxe] dh vksj ls “kkgtgkaiqj iquxZBu is;ty ;kstuk


¼;w0vkbZ0Mh0,l0,l0,e0Vh0½ Hkkx &1 ds vUrZxr ,oa fuxksgh xzke is;ty ;kstuk ds
vUrZxr
fuEu dk;ksZa gsrq foHkkx esa fufnZ’V Js.kh esa iathd`r Bsdsnkjksa ls fnukad 17-08-
2010 dh vijkUg
3-00 cts rd eksgjcan fufonk;sa vkeaf=r dh tkrh gSa] tks fnukad 18-08-2010 dh nksigj
12-00 cts v/kh{k.k vfHk;Urk ] prqFkZ e.My m0iz0 ty fuxe] cjsyh ds dk;kZy; esa
mifLFkr fufonknkrkvksa vFkok muds }kjk euksfur izfrfuf/k;ksa dh mifLFkfr esa [kksyh
tk;saxhA fufonk;sa fdlh Hkh dk;Z fnol esa dk;kZy; v/kh{k.k vfHk;Urk ] prqFkZ e.My ]
m0iz0
ty fuxe cjsyh] fuekZ.k [k.M] m0iz0 ty fuxe ] “kkgtgkaiqj @ fuekZ.k ][k.M] m0iz0 ty
fuxe] ihyhHkhr ,oa cnk;wa ls fnukad 16-08-2010 dh vijkUg 5-00 cts rd dz; dh tk
ldrh gSaA

dz0 dk;Z dk forj.k dk;Z dh /kjksgj fufonk dk dk;Z


la0 ykxr ¼yk[k /kujkf”k ewY; ¼oSV iw.kZ
:0 esa½ ¼:0 esa½ lfgr½ djus dh
vof/k
“kkgtgkaiqj iquxZBu is;ty
1 ;kstuk
¼;w0vkbZ0Mh0,l0,l0,e0Vh½
Hkkx& 1 ds ikbi ,oa lkbt dh
forj.k iz.kkyh] jkbftax esau dk
foNk;k tkuk] tksM+uk] iEi
gkml] ckm.Mªoky ,oa LVkQ 60-00 60000-00 :0 5675@& 6 ekg
DokVZj dk fuek.kZ ,oa
rRlaca/kh dk;ZA
2 “kkgtgkaiqj iquxZBu is;ty
;kstuk
¼;w0vkbZ0Mh0,l0,l0,e0Vh½
Hkkx& 1 ds vUrZxr tksu
la[;k&9 esa LVkQ DokVZj 20-00 20000-00 :0 2270@& 6 ekg
dk fuekZ.k ,oa rRlaca/kh
dk;ZA
fuxksgh xzke is;ty ;sktuk ds
3 vUrZxr 750 fd0yh0 {kerk ,oa
18 ehVj LVsftax ds f”kjksifj
tyk”k; dk fuekZ.k ,oa 50-00 50000-00 :0 5675@& 6 ekg
rRlaca/kh dk;ZA
“krsZ&
3

1& lHkh fufonk,a vxys dk;Z fnol esa dk;kZy; v/kh{k.k vfHk;Urk ] prqFkZ e.My]
m0iz0 ty
fuxe] cjsyh esa [kksyh tk;saxhA
2& Mkd }kjk fufonk eaxk;s tkus ij 250-00 vfrfjDr Mkd O;; Hkqxrku djuk gksxk]
Mkd }kjk fufonk eaxk;s tkus ij ;fn fufonk Bsdsnkj dks izkIr gksus esa foyEc gksrk
gS rks
;g foHkkx mRrjnk;h ugh gksxkA

3& /kjksgj /kujkf”k tuin “kkgtgkaiqj ds Mkd?kj ds ,u0,l0lh0@jk’Vªh;d`r cSad dh


,e0Mh0vkj0@Vh0Mh0 ikl cqd ds :Ik esa] tks vf/k”kklh vfHk;Urk] fuekZ.k [k.M]
m0iz0 ty
fuxe] “kkgtgkaiqj ds in uke esa cU/kd gksuh pkfg, ,oa fufonk ds lkFk i`Fkd
fyQkQs esa
layXu djuk vfuok;Z gSaA /kjksgj /kujkf”k layXu u gksus dh n”kk esa fufonk ij
fopkj
ugh fd;k tk;sxkA
4& fcuk dksbZ dkj.k crk;s ,d vFkok leLr fufonk;sa fujLr djus dk vf/kdkj
v/kksgLrk{kjh
dks lqjf{kr gSaA
5& l”krZ fufonk;sa ekU; ugh gksxhA
6& fufonk izi= ds lkFk 100-00 :0 dk LVkEi isij layxu djuk gksxk] ftls fufonk fujLr
gksus dh fLFkfr esa okil ugh fd;k tk;sxkA
7& fufonk;s [kqyus dh frfFk dks vodk”k gksus ij vxys dk;Z fnol esa fufonk;sa [kksyh
Tkk;saxhA
8& fdlh Hkh fookn ds fuLrkj.k gsrq U;k;ikfydk {ks= “kkgtgkaiqj gksxkA
9& dk;Z dh ek=k vko”;drkuqlkj ?kVkbZ ;k c<+kbZ tk ldrh gSaA
10& fu;ekuqlkj O;kikj dj] vk;dj] lhek”kqYd vFkok vU; dksbZ dj ;k pqaxh vkfn
Bsdsnkj
dks nsuk gksxk] foHkkx blds fy, mRrjnk;h ugh gksxkA
11& vuqcU/k lEikfnr gksus ij 14 o’kZ ls de vk;q ds cPpksa dks dk;Z ij ugh yxk;k
tk;sxkA
bl “krZ dk mYya?ku djus ij fdlh Hkh dk;Zokgh gsrq lacaf/kr Bsdsnkj mRrjnk;h
gksxkA
4

12& fufonk lwpuk ty fuxe eq[;ky; dh csc lkbV www.upjn.org.in ij Hkh miyC/k gksxhA

¼ fnus”k pUnzk ½
vf/k”kklh vfHk;Urk

i`la0 % 1017@ ,e&17 @ 126 fnukad 09-07-


2010

izfrfyfi fuEufyf[kr dks lwpukFkZ ,oa vko”;d dk;Zokgh gsrq izsf’krA


1& eq[; vfHk;Urk ¼y0{ks0½ m0iz0 ty fuxe] y[kuÅA
2& lfpo ¼O;oLFkk½ ] m0iz0 ty fuxe] y[kuÅ dks lh0Mh0 lfgr ty fuxe dh csc
lkbV ij miyC/k djkus gsrqA
3& v/kh{k.k vfHk;Urk] prqFkZ e.My] m0iz0 ty fuxe] cjsyhA
4& tu lEidZ vf/kdkjh] m0iz0 ty fuxe] 6&jk.kk izrki ekxZ] y[kuÅ dks 5 izfr;ksa esa
lekpkj
i=ksa izdk”ku gsrqA
5& vf/k”kklh vfHk;Urk] fuekZ.k [k.M] m0iz0 ty fuxe] ihyhHkhr @ cnk;waA
6& leLr lgk;d vfHk;Urk ¼”kk[kkUrZxr½A
7& e.Myh; ys[kkdkj@dSf”k;jA
8& lax.kd @ vk”kqfyfidA
9& lwqpuk iV gsrqA
vf/k”kklh vfHk;Urk

¼fufonk gsrq egRoiw.kZ “krsZ½

1- fufonk v/kksgLrk{kjdrkZ vFkok muds izfrfuf/k;ksa }kjk [kksyh tk;sxhA


2- fufonk [kqyrs le; Bsdsnkj vFkok muds izfrfuf/k mifLFkr jg ldrs gSaA
3- /kjksgj /kujkf”k fu/kkZfjr :Ik esa gh ekU; gksxh fcuk /kjksgj /kujkf”k
dsfufonk ij fopkj ugh fd;k tk;sxkA
4- Mkd ls fufonk Hkstus ij foyEc dk mRrjnkf;Ro foHkkx dk ugh gksxkA
5- fcuk dkj.k crk;s ,d ;k leLr fufonk,a fujLr djus dk vf/kdkj lqjf{kr gSaA
6- fufonk [kqyus dh frfFk dks vodk”k gksus ij nwljs fnu fufonk [kksyh tk;sxhA
7- l”kRkZ fufonk fujLr dh tk ldrh gSaA
8- dk;Z ,d ls vf/kd fufonk nkrkvksa dks ckaVk tk ldrk gSaA
9- tks QeZ m0iz0 ty fuxe esa iathd`r gS mUgs /kjksgj /kujkf”k esa NwV mlh
voLFkk esa nh tk;sxh tc os bl NwV ds vk”k; ls iathd`r ekU; lR;izfrfyfi layXu
djsA
5

10- /kjksgj /kujkf”k vyx fyQkQs esa eksgjcan gksuk pkfg, rFkk fufonk ds lkFk
vU; fyQkQksa esa j[kk tkuk pkfg,A fyQkQs ds Åij fufonk la[;k ij uke vafdr
gksuk pkfg,A cU/kd 4 ekg dh vof/k ls de Lohdkj ugh gksxhA /kjksgj jkf”k
fdlh Hkh Mkd?kj dh fMikftV jlhn@,u0,l0lh0 ds :Ik esa v/kksgLrk{kjh ds
inuke esa cU/kd gksuh pkfg,A
11- dk;Z fdlh Hkh lhek rd c<+k;k ;k ?kVk;k tk ldrk gSaA
12- fufonk ds lkFk :0 100@& ek= /kujkf”k dk uke tqfMf”k;y LVkEi isij ,d :Ik;s
ds jlhnh fVdV ij gLrk{kfjr layXu djuk vfuok;Z gSa] ftlds vLohd`r gksus dh
n”kk esa okil ugh fd;k tk;sxkA
13- fufonknkrk fufonk Mkyus ls iwoZ dk;Z dh ifjfLFkfr;ka ] dk;ZLFky ,oa
Mªkbax dk Hkyh Hkkafr fujh{k.k djus ds mijkUr gh fufonk Mkys og mldk
mRrjnkf;Ro gksxkA
14- ;fn fdlh Hkh dkj.k fdlh Hkh vkbVe esa fufonk dh “kSM~;wy ^^th** esa nh
x;h ek=k esa dksbZ c<+ksRrjh gksrh gSa rks nh gqbZ ek=k dk Hkqxrku
foHkkxh; njksa vFkok vuqcU/k esa nh x;h njksa esa ls tks Hkh de gksxk mlh
ds vuqlkj Hkqxrku fd;k tk;sxkA
15- dk;Z iw.kZ gksus ij ;fn fdlh dkj.ko”k fufonk dh fLFkfr esa dksbZ ifjorZu
gksrk gS ;kfu fd vki izFke U;wure ds LFkku ij f}rh; U;wure gks tkrs gSa] rks
ml fLFkfr esa vkidks vko”;d /kujkf”k dks fjosV foHkkx dks nsuh gksxh] ftlls
vki vUr rd izFke U;wure jgsaA
16- dk;Z ,oa yscj ds iz;ksx gsrq leLr vko”;d lkexzh ikuh bR;kfn dk izca/k vkidks
Lo;a vius [kpZ ij djuk gksxk] ftlds fy, foHkkx }kjk dksbZ vfrfjDr Hkqxrku
ugh fn;k tk;sxkA

vf/k”kklh vfHk;Urk

OFFICE OF THE EXECUTIVE ENGINEER CONSTRUCTION DIVISION


U.P. JAL NIGAM. SHAHJAHANPUR
6

NOTE:

1. Conditional tender shall not be considered & it shall be


straightway rejected.
2. Tender without earnest money shall not be accepted, earnest
money should be in proper shape. It is must from registered
contractors also.
3. 10% security shall be deposited before the agreement.

EXECUTIVE ENGINEER

CHECK LIST
Tenders are advised to check the following points especially
before final dispatch or tender.
(1) There shall be three envelops named ENVELOP No. 1
7

ENVELOP No. 2 and ENVELOP No. 3


(2) ENVELOP No. 2 shall contain the following documents-
(i) Earnest money documents in its desired shape.
(ii) Credential Certificates duly filled.
(iii) Partnership deed/ firms registration certificate in case of
registered firm.
(iv) Power of attorney (if required)
(v) Agreement on stamp paper of Rs. 100.00.
(3) ENVELOP No. 3 shall contain tender form duly
completed in all respects.
(4) Above envelope, No.2 & 3 shall be kept in large
envelope No. 1.
(5) All the ENVELOP No. 1 , 2 & 3 shall bear on the top-

CONSTRUCTION OF STAFF QUARTER & OTHER


APPURTUNENT WORKS AT ZONE - 9 UNDER
SHAHJAHANPUR REORGANISATION WATER SUPPLY
SCHEME DISTT-SHAHJAHANPUR.

(6) ENVELOP No. 1 containing ENVELOP No. 2 & 3 shall


be posted or submitted at the following address.
(7) If the documents in ENVELOP No. 2 are found
satisfactory then only the ENVELOP No. 3 Containing
tender form shall be opened and rate dictated.
(8) Provision, requirements of tender should be read and
understood.
EXECUTIVE ENGINEER
CONSCTRUCTION DIVISION
U.P. JAL NIGAM, SHAHJAHANPUR

1. Name of work CONSTRUCTION OF STAFF


QUARTER & OTHER
APPURTUNENT WORKS AT ZONE
- 9 UNDER SHAHJAHANPUR
REORGANISATION WATER
SUPPLY SCHEME DISTT-
8

SHAHJAHANPUR.

2. Name of Contractor to whom :


Tender is issued :
Mrs. /Mr. : ………………………………………
S/O : ………………………………………
3. Postal Address of contractor :
In which letters are to be :
Posted :
4. Cost of tender form received : Rs. 2270.00
5. Signature of Accountant for :
Receiving the amount for :
Cost of tender form and :
Issuing the tender forms. :
6. Earnest Money : Rs. 0.20 lacs
7. Time of execution : 6 (Six) months.
8. Date of Start :
9. Date of completion :

10. ……………………….. : ………………………………………

OFFICE OF THE EXECUTIVE ENGINEER CONSTRUCTION DIVISION


U.P. JAL NIGAM, SHAHJAHANPUR
Contractor should state whether they are approved contractors
in the public works department, U.P. Jal Nigam etc and so give class and
9

attach copy of the certificate.


Particulars of various contracts upon which the contractor has
been for construction of Pipe line work engaged should be entered in the
form below.

S. No. Name of Name and Value Rs. In Period Name of


Department general Lacks. and date Division
description
of contract

Note: The above particulars should be filed in by each tenderer and


returned with the tender.

SIGNATURE OF THE CONTRACTOR

2. DEFINITIONS AND ABBREVIATION

2.1 DEFINITIONS

In this contract, as here, in after defined, the following works and


expressions shall have the meaning hereby assigned to (except where
the contract requires otherwise).
2.1.1 Owner means U,P. Jal Nigam, Executive Engineer/Superintending
10

Engineer.
2.1.2 Contractor means the person(s), firm or company whose tender has
been accepted by the Engineer and who has concluded a contract
with the Engineer to execute the works included in the tender and
contract agreement. This includes the Contractor's personal
representatives, successors and assignees.
2.1.3 'Sub Contractor' means any person, firm or company other than the
contractor named in the contract for any part of work included in the
contract has been subject with the consent in writing of the Engineer,
and the sub contractor's legal personal representatives, successors
and permitted assignees.
2.1.4 'Engineer/Engineer-in-charge' means the Executive Engineer /
Superintending Engineer who has called for tender and incharge of
execution of the works and administration of the subordinates who
assist him in execution of works and administration of Contract. His
subordinates shall be termed as Executive Engineer, Assistant
Engineer, Junior Engineer, as the case may be. These subordinates
shall be Engineer's representatives at the site of work. The Engineer's
representatives will carry out such duties of the Engineer, like issuing
of instructions, certificates and orders as are required in the execution
of the works. Engineer's representative will watch and supervise the

Works, test and examine the material, equipment, plant and machinery
and workmanship employed in connection with the works under
the contract. The Engineer's representatives with the approval of the
Engineer will have the authority the relieve the contractor of any of its
obligations under the contract and to order any extra work involving
delay in the completion of the works and also requiring any extra
payment to the contract.
2.1.5 "Department" means the Uttar Pradesh Jal Nigam. The work
department and Ex.En./S.E. and his representatives have been used
11

interchangeably at places and means the same i.e. the Engineer or


his representatives.
2.1.6 'Work' means all the items of work to be conducted by the contractor,
provisions of plant land installation of it under the contract, testing,
commissioning and handing over the same in a complete manner to
Nagar Palika Parishad for maintenance.
2.1.7 Contract means promise to execute the works in accordance with the
conditions of contract, specifications, drawing, schedule, tender,
the letter of acceptance and the contract agreement.
2.1.8 Drawing means the drawing referred to in the list of drawing attached
to the tender and any modification of such drawings approved /issued
in writing by the Engineer and such other drawings as may from time
to time be furnished or approved in writing by the Engineer.
2.1.9 The contract sum means the sum identified in the contract for the
completion of works as per contract.
2.1.10Contract price means of the contract sum adjusted to give effect to
such additions or deductions as are provided for the contract which is
properly apparitional to the work or plant in question having regard to
the state condition and location of the plant, the amount of work done
and all other relevant circumstance in the cost of executing the work.
21.11 'Contractor's equipment' means all appliances or things of whatsoever
nature, required for the purpose of completing the works but does not
include, plant materials or other things intended to form or forming part
of the work.
2.1.12'Plant' means machinery apparatus, material, and article of all kinds to
be provided under the contract other than the contractor's equipment.
2.1.13'Portion of the work' means a part of the work or section of the work.
2.1.14'Sections of the work' means the sections into which the works are
divided for the purposes described and set out in the specifications.
2.1.15'Specification' means all the specifications and details given in the
chapter 'Specification Journal of the tender form'.
2.1.16 'Month' means 30 days.
12

2.1.17'Day' means calendar day and week means 7 days Monday to


Sunday.
2.1.18 ‘Time of completion' means the time as stipulated for completion of
the work or any section or portion thereof as stated in the contract or
as extended under clause and shall be calculated from, the date
specified in the contract. It will be the date when the contract enters
into force or fulfillment of any obligation as per necessary legal,
financial or administrative requirements.
2.1.19'Defect liability period' or maintenance period means the period after
actual completion of the work during which the contractor will carry the
full liability to make good to the complete satisfaction o the Engineer,
any defect in the completed work or any bad work visible or detected
after wards.
2.1.20'Cost' means the amount which shall be deemed to include all
overhead cost whether incurred on or off the site, all taxes, excise
duties, royalties, etc as applicable on the materials, labour or any other
item which is required to complete the works.
2.1.21'Competent 'Authority' means the Engineer next higher to the
Engineer signing the contract bond that is if Executive Engineer is
signing the bond then the Superintending Engineer will be competent
authority and soon.
2.1.22Approval committee hereto referred as committee means, a
committee of following officer's of U.P. Jal Nigam nominated by
Chairman UP. Jal Nigam vide his circular No. 151/PC/Comp-MM
(Tender Scrutiny Samiti) dated 06-08-2001

Members of committee.
(1) Zonal Chief Engineer
(2) Respective S.E (Civil)
(3) Respective S.E (E&M)
(4) Respective Zonal Account Officer
(5) Respective Executive Engineer (Civil)
13

2.2 ABBREVIATIONS :
The abbreviations used in the tender documents or any other
correspondence will stand the full forms given as under:

U.P. Jal Nigam Uttar Pradesh Jal Nigam


M.D. Managing Director
C.E.(I) Chief Engineer (Lucknow Zone) U.P.
Jal Nigam, Lucknow.
S.E. Superintending Engineer, IVth Circle,
U.P. Jal Nigam, Bareilly.

Superintending Engineer, 23rd Circle,


U.P. Jal Nigam, Lucknow.

Ex. En. Executive Engineer Construction


Division , U.P. Jal Nigam,
Shahjahanpur

Executive Engineer, E&M Division ,


U.P. Jal Nigam, Bareilly.
A.E. Assistant Engineer Construction
Division, U.P. Jal Nigam,
Shahjahanpur

Assistant Engineer (E & M) Division,


U.P. Jal Nigam, Bareilly.
J.E. Junior Engineer Construction Division ,
U.P. Jal Nigam, Shahjahanpur

Junior Engineer (E&M) Division, U.P.


Jal Nigam, Bareilly.
14

3. CHECK LIST:
The contractors are advised to check the following points before final
dispatch of tender.
3.1 The tender will be submitted under two separate covers as follows:-

3.1.1 First envelope will contain (1) Earnest money in desired shape,
(2) Experience certificate of having completed similar work
successfully, (3) Notarized copy of Certificate, (5) Notarized
copy of Sales Tax registration Certificate, (6) Technical offer
including necessary drawings and designs, (7) Details of their
technical specifications to be given by the contractor 'C' of the
contract otherwise technical bid shall be rejected.

3.1.2 Financial offer in desired shape in other envelope.

3.1.3 The contract includes different nature of Civil, Electrical &


15

Mechanical works, hence the contractor should clearly mention


in his technical offer that how he shall perform the particular
work or part of work for which he is not registered in Jal Nigam .
He would clearly mention what agencies he shall employ for
completing such works. This implies that if the contractor is
desirous of subletting such part of work, he should clearly
mention the named & credentials of such agencies, their
experience & certificates, etc. However, the Tender Approval
committee will scrutiny this aspect & reserves the right to reject
the offer on this ground. Such subletting shall be subject to
approval by Chief Engineer.

3.2 Scrutiny of the technical offers of all the tenderers will be done by the
approval committee. The financial offers, of all the successful
tenderers whose technical offers are found proper & suitable by the
committee, shall be opened by the Engineer in presence of such
tenderers after giving a suitable date. Thereafter financial offer shall
be finalized by committee after scrutiny.
3.3 Credential certificate should be filled in without hiding any fruitful facts
on prescribed forms.

3.4 Partnership Deed/Firm registration certificate in case of registered firm


should be attached.

3.4.1 Contractor should be 'A' - Class Registered Contractor, registered in


U.P. Jal Nigam.
3.5 In case of signatory is a representative of the firm a registered power
of attorney should be attached.
3.6 'AGREEMENT on Rs. 1007- Court Stamp Paper with prescribed
16

language.

And
'VALIDITY1 on Rs. 100/- Court Stamp paper with prescribed language
of tender form should be attached herewith, failing which tender shall
not be considered.

3.7 Provisions, requirement of tender should be carefully read and


Understood, it will be presumed that the contractor has filled up all the
entries with full confidence and knowledge.

3.8 Both envelopes containing tender documents in duplicate duly


completed shall be posted to reach or put into the tender box on
due date and time to following address :

1. Executive Engineer 2. Executive Engineer 3. Executive Engineer


Const. Division, Const. Division, Const. Division,
U.P. Jal Nigam, U.P. Jal Nigam, UP. Jal Nigam,
Shahjahanpur(U.P.) Badaun (U.P.) Pilibhit (U.P.)

(4) Superintending Engineer,


IVth Circle, U.P. Jal Nigam,
Bareilly
17

NOTICE

4.1 Sealed Tenders will be received upto 3.00 p.m. on ...................... by


the Executive Engineer , Construction Division , UP. Jal Nigam,
Shahjahanpur, Badaun, Pilibhit and S.E. IVth Circle, U.P. Jal Nigam,
Bareilly for following works “CONSTRUCTION OF STAFF QUARTER &
OTHER APPURTUNENT WORKS AT ZONE - 9 UNDER
SHAHJAHANPUR REORGANISATION WATER SUPPLY SCHEME,
DISTT - SHAHJAHANPUR”

4.2 The work shall be completely finished to the satisfaction of the


Engineer within Six calendar months from the date of the receipt of
the order to commence the work.
4.3 The amount of security to be deposited by the Tenderer for the due
performance of all the conditions of the contract shall be a sum of 10%
of approved cost of tender including earnest money or Bank
Guarantee as the case may be which is to be deposited with the Ex.
Engr. Construction Division, UP. Jal Nigam, Shahjahanpur.
4.4 Blank form of Tenders which is in English and all other particulars
18

regarding the proposed contract and nature of security deposit


required in case of accepted. Tender may be obtained from the offices
shown in the tender notice issued vide letter No. ..............................
Dated ............................... every day (except Sunday and other
holidays) during office hours, the charge in cash for each set of
complete forms supplied is Rs. 2270 + Rs. 250/- for Postage (if
desired by post).
4.5 Each tender must be accompanied by deposit receipt of Rs. 0.20 lacs
only as earnest money, which should be deposited in a shape of Post
Office Saving Bank. National Saving Certificates or FDR/CDR duly
pledged in favour of Executive Engineer, Construction, Division, UP.

Jal Nigam Shahjahanpur. No cash money shall be accepted and


tender is likely to be rejected on this account.
4.6 The tenders from A-class contractor who are registered in U.P. Jal
Nigam will be received on upto 3.00 p.m. by the Executive
Engineer or his authorized agent at his office at Construction division,
U.P. Jal Nigam, Shahjahanpur, Badaun, Pilibhit & IVth Circle Bareilly.
4.7 Authority reserves right to reject any or all of the Tenders received,
and no explanation may be demanded of the cause of the rejection of
his tender by any person making a tender.
4.8 The deposit of the successful candidate, which accompanies the
tender, will be forfeited in case he declines to sign the agreement of
contract and deposit of security within 7 days of being called upon to
do so after acceptance of his tender.
4.9 In consideration of U.P. Jal Nigam having treated the tenderer to be
an eligible person whose tender may be considered, the tenderer shall
agree to the condition that proposal in response to his invitation shall
not be withdrawn by the tenderer within three months from the date of
opening of the tender and also the condition that if thereafter the
tenderer does withdraw his proposal within the said period the earnest
19

money deposited by him may be forfeited to the U.P. Jal Nigam in the
discretion of the later.
N.B. If a tenderer who is exempted from furnishing earnest money
withdraws his proposal within the said period he may be in discretion
of the U.P, Jal Nigam debarred from tendering for a period of one year
reckoned from the date of opening of the tender.
For the compliance of the clause an agreement, on Stamp
Paper worth Rs. 1007- or as applicable is to be submitted by the
tenderer positively with the tender failing which the tender may likely
to be rejected. Performa of the aforesaid agreement is given with the
tender.

4.10 Tenderes from skilled and experienced contractors or firm who can
submit proof of having successfully carried out similar work will be
considered. However, competent authority reserves the right to accept
or reject the tender on any such ground as to which deems to be fit in
his opinion entirely to his sole discretion.

4.11 Tenderers are advised to visit the site of work prior to filling up of
tender and rates so as to access and have correct knowledge of local
site Conditions, job works, labour, and quantum of work involved.

Executive Engineer
Construction Division
U.P. Jal Nigam,
Shahjahanpur.
20

4. FORMS, DECLARATIONS AND CERTIFICATES

5.1 Form of Tender


(To be filled in, signed, witnessed and submitted)
From:
----------------------------
----------------------------

To,
The Executive Engineer,
Construction Division,
UP. Jal Nigam,
Shahjahanpur.

Dear Sir,
I/We................................. have read the various conditions
governing the contract for" CONSTRUCTION OF STAFF QUARTER & OTHER
APPURTUNENT WORKS AT ZONE - 9 UNDER SHAHJAHANPUR
REORGANISATION WATER SUPPLY SCHEME, DISTT- SHAHJAHANPUR "
21

The drawing, specification contract conditions and all documents


forming part of the contract, posses the knowledge of the site conditions,
availability of materials, labour and local practice. I/We also agree to keep
my/our this offer valid upto three months from the date of opening of the
tender.

5.1.2 I/We agree to complete the works within the period of Six months
from the date of issue of the work order.
5.1.3 A sum of Rs. ........................................ (Rs. ................ lacs) towards
the earnest money is deposited in the form of ................drawn on

bank .....................dated................... pledged in the name of Ex. En.


Construction Davison, U.P. Jal Nigam, Shahjahanpur is enclosed.
5.1.4 The full amount of earnest money shall stand forfeited without any
prejudice to other rights or reminders if.

5.1.4.1 I/We do not execute the contract documents within seven days
from the date of issue of letter or intent from you indicating your
decision to award the contract to me/us.
5.1.4.2 I do not commence the work within 10 days of receipt of the
order to that effect.
Enclosures: One tender along with enclosures
Yours Faithfully,
Place

Date Signature
Name
Witness Address

1. 2.
22

5.2 DECLARATION BY THE TENDERER


(To be entered on Rs. 100/- general stamp)

TENDER FOR WORKS OF: " CONSTRUCTION OF STAFF QUARTER &


OTHER APPURTUNENT WORKS AT ZONE
- 9 UNDER SHAHJAHANPUR
REORGANISATION WATER SUPPLY
SCHEME, DISTT- SHAHJAHANPUR”
DECLARATION

5.2.1 I /We hereby tender for the works specified in the tender all written
memorandum within the time specified in such memorandum at the
rates given in the schedule of rates attached herewith and in
accordance with all said instructions, conditions, schedules,
specifications and drawing contained in this tender which have been
inspected at site and understood by me/us and also undertake to
make written compliance of such other written instruction as may be
given from time to time for carrying out the said work.
5.2.2 I/We undertake to abide by the Government/Departmental orders
23

regarding deduction made in the bills like Income Tax, Trade Tax,
Security Deposits, agreement stamp and stamp duty.
5.2.3 I/We undertake to complete the works and hand over the works within
the stipulated/allotted time for the completion of the works in good
workman like manner.

5.2.4 I/We keep the validity of our offer for three months from the date of
opening of the tender.
5.2.5 I/We stand guarantee for the repair of the works to full satisfaction of
the department during the maintenance period of twelve calendar
months.
5.2.6 I/We have no doubts or any uncleared ambiguities regarding the
specifications, details in the drawings, scope of work, and have fully
understood our responsibilities in executing and completing the works
to the full satisfaction of the department.
5.2.7 That I/We do hereby solemnly state that I/We do not intend to migrate
to any foreign country during the period of the contract and that I/We
will produce a clearance certificate from the Income/Sales Tax Officer
at the time of final payment or taking refund at the security deposit if
demanded.
5.2.8 I/We have based our tender rates having the full knowledge of the
statement and facts.
5.2.9 I/We hereby declare that the complete tender document is in the same
shape and form and nowhere in the tender have I/We entered any
24

conditions. If it is found incorrect, my/our earnest money shall be


forfeited.
Place ....................
Signature ................................
Date ................... Name .....................................
Address ................................

1. Witness Sig ...................... 2. Witness Sig …………...


Name .............................. Name.....................................
Address ......................... Address ………………….....

5.3 QUALIFICATIONS & CERTIFICATES:


Tenderers are required to give the following information's about the
qualifications, without which tender will not be considered.
5.3.1 REGISTRATION:
Tenderers from contractor registered Suitable class in U.P. Jal Nigam
are invited. The details which are to be furnished in the following table:

S. No. Description of Registration Number & Class & Limit


Department Dates and its Validity of Tender
date Value.
1
2
3
4
5
6

5.3.2 ORGANISATIONAL STRUCTURE:

(a) Give a brief over all organizational structure of the firm/


Company/ individual contractor in the following table:
25

S. No. Designation of No. Gross pay Their


employee along Experience
with the
Qualifications
1
2
3
4
5

5.3.3 INCOME TAX CLEARANCE CERTIFICATE


Tenderer shall enclose certificate copies of latest income tax
clearance certificate.
5.3.4 SOLVANCY CERTIFICATE
Tenderer shall obtain and attach solvency certificate by District
Magistrate on the prescribed proforma.

Essential notes for filling different qualification tables


and certificates.

1. The above qualifications information and declaration are


Mandatory obligation on the part of the contractor/ tenderer.
2. Tenderer must attach proof of all such references and
statements, failing which their tender are liable to be rejected.
3. The above particulars are invariably to be filled in by tenderer.
4. Due weightage will be given to the result of evaluation analysis
of bids information in the award of the contract.
5. Stamp duty as applicable shall be paid by the contractor /
tenderer.
6. The plant/ equipments, if desired, will be open for inspection of
26

Jal Nigam representative(s) before making consideration of the


tender.
7. All certificates to be submitted should be duly attested by a
Notary.

Place :.......................... Signature........................

Date ............................ Name of Contractor


Address :.........................
…………………………
…………………………

OFFICE OF THE EXECUTIVE ENGINEER CONSTRUCTION


DIVISION U.P. JAL NIGAM. SHAHJAHANPUR
TO BE SUBMITTED ON STAMP PAPER OF RUPEES 100.00
AGREEMENT

TENDER INVITED BY : EXECUTIVE ENGINEER,


CONST. DIVISION, U.P. JAL
NIGAM, SHAHJAHANPUR.
TENDER FOR : “CONSTRUCTION OF STAFF
QUARTER & OTHER APPURTUNENT
WORKS AT ZONE - 9 UNDER
SHAHJAHANPUR REORGANISATION
WATER SUPPLY SCHEME, DISTT-
SHAHJAHANPUR ."

TENDER NOTICE No. : Letter No ……………………………….......


dated ..................................
NAME & ADDRESS : ……………………………………….
OF THE TENDERER : ……………………………………….
27

……………………………………….

The agreement made on .................. day of


..................................... between S.E. / Ex. En. of U.P. Jal Nigam
(hereinafter called 'Jal Nigam') and
………………………………………………………………………………………………
………………………………………………………………………………………………
………………………………………………………………………………………………

(hereinafter called 'Contractor').

Whereas, Jal Nigam has caused specifications, drawings, and


other contract documents to be proposed works and schedule of
rates, material, etc whereas contractor has offered to perform the
proposed work in accordance with the terms of contract documents.
Now therefore in consideration of the mutual convents and
agreement of the parties herein contained and to be performed,
contractor hereby agrees to complete the works at the price and in the
terms and conditions herein contained and Jal Nigam agrees to pay
him the contract prices provided herein for the fulfillment of the works
and the performance of the convenient set forth herein.
The contractor hereby agrees that- In consideration of the U.P.
Jal Nigam having treated the tenderer/contractor to be an eligible
person, whose tender may be considered, the tenderer here by
agrees to the condition that the proposal in response to the above
invitation shall not be withdrawn within three months from the date of
opening of tender, also to the conditions that if thereafter the tenderer
does with draw his proposal within the said period, the earnest money
deposited by him may be forfeited to the U.P. Jal Nigam are debarred
from tendering for a period of Nine Months reckoned from the date of
start of the tender in the discretion of U.P. Jal Nigam.
28

The further terms and conditions and comments of the


contracts and set forth in the following parts each of which is attached
here to and by this reference made a part thereof.
a. The said tender and appendix thereto.
b. The conditions of contract and annexure thereto.
c. The guarantee bond.
d. The specifications and drawings.
e. All schedules of the contract.
f. All extra works, other that the schedule 'G' having relevance
with the said work shall be done by the contractor on the terms
and conditions given in tender.

g. The addenda numbered from .......................... to


…………………………….
h. The communication numbered from .................. to
…………………………….
The contractor hereby agrees with the Jal Nigam to execute the works
in conformity with the provisions of the contract, for which the
payments shall be made as per conditions of the bond Iby the Jal
Nigam to the contractor as herein after mentioned.
Name of work:
“CONSTRUCTION OF STAFF QUARTER & OTHER APPURTUNENT
WORKS AT ZONE - 9 UNDER SHAHJAHANPUR REORGANISATION
WATER SUPPLY SCHEME -D1STT- SHAHJAHANPUR”

Contract Value: i. In Figures Rs.......................


ii. In Words Rs.........................
'Agreement' has been executed in triplicate on the day and year
written above.
For & on behalf of Jal Nigam Contractor
By ......................................... ...............................
Signature Signature
Title Title
29

Witness Witness
By ......................................... ...............................
Name Name

Occupation Occupation

Address Address

Approved by

UTTAR PRADESH JAL N1GAM

Lump-sum-cum-item Rate Contract

GENERAL RUES AND DIRECTIONS FOR THE GUIDANCE OF


TENDERERS

1. All work proposed to be executed will be notified in a form of


invitation to tender for the same either by posting the said invitation
or a board hung up in the office of the Executive Engineer, or by
public advertisement, such invitation to be signed by the Executive
Engineer.
The form will contain and set forth the following

(a) The dates for submitting the tender: ...............


(b) The time allowed for carrying out the work: ..............Months
(c) The amount of earnest money to be deposited with the tender.
It must be early understood that no interest will be payable on
any earnest money deposited Rs. .......................... only.
(d) The amount of the security to be deposited by the successful
tender 10 % of approved cost of tender including earnest
money in the form of deposit receipt of Scheduled Bank or NSC
30

or Bank guarantee.
(e) The percentage, if any to be deducted from bills.

Copies of the specifications, drawings schedule of rates and


other documents effecting the work will be opened for
inspection at the office of the Executive Engineer, Construction
Division, U.P. Jal Nigam, Shahjahanpur during office hours.

2. In the event of tender being submitted by a firm it must be signed


separately by each member thereof, or in the even of absence of any
partner it must be signed on his behalf by a person holding a power of
attorney authorizing him to do so or in the case of a Company the
tender should be executed in the manner and down in the said
Company's Article of Association.
3. Receipts for payments made on account of work executed by a firm or
Company must be signed by some person or persons having authority
to give actual receipt for such firm or company.
4. Any person who submits a tender shall fill up the usual printed form
stating at what stage he is willing to undertake each item or work
Tenders which propose any alteration in the work specified in he said
form of invitation to tender, or in the time allowed for carrying out the
work or which contain any other condition of any sort whatsoever will
be liable to rejection, tender shall have the name and number of the
work of which they refer written outside the envelope.
The printed form mentioned above is obtainable from the office
of the Executive Engineer , Construction Division, U.P. Jal Nigam ,
Shahjahanpur upon payment of Rs. + Rs. 250, 00 for postage
(if required by post).
5. After scrutiny of technical offer by the Committee, the Engineer or his
31

duly authorized assistant will fix suitable date and intimate those
tenderers whose technical offer is found proper and open financial
offers of tenders in the presence of any tenderer who may be present
at the time and will enter the amount of the several tenderers in a
comparative statement in suitable form. In the event of a tender being
accepted by the committee a receipt for the earnest money forwarded
therewith shall thereupon be given to the contractor who shall
thereupon' for the purpose of identification, sign copies of the
specification and other documents mentioned in rule 9. In the event of

a tender being rejected the earnest money forwarded with such


unaccepted tender shall thereupon be returned to the tenderer making
the same.

6. The committee shall have the right of rejecting all or any of the tenders
without giving any reason for the same.

7. The person or persons whose tender is accepted shall sign an


agreement embodying the conditions of contract thereto attached
within 7 days after receiving written notice from the Engineer that his
tender has been accepted and shall pay for all stamps and legal
expenses incident thereto and shall deposit in the form of
deposits of any Scheduled bank or N.S.C. endorsed to the Executive Engineer,
Construction Division, U.P. Jal Nigam Shahjahanpur a sum amount of
Rs. 10% of the tenderered cost as security for the due performance of
the contract. In the event of failure by the said tenderer to sign the
agreement of contract or to deposit the said security within the period
mentioned aforesaid, after being called upon to do , the Executive
Engineer , Construction Division, U.P. Jal Nigam , Shahjahanpur the
whole amount of the earnest money deposited as aforesaid shall be
forfeited to the Jal Nigam the transaction affected by the tender shall
cease and determine.
32

8. The receipt of an accountant or clerk for any money paid by the


contractor will not be considered as any acknowledgement of payment
to the Executive Engineer and the contractor shall be responsible for
seeing that he procures a receipt signed by the Executive Engineer.

9. The contract document shall include the following:-

(i) Agreement and conditions of contract.


(ii) Specification of work.
(iii) Schedules of quantities and rates with totals.
(iv) Drawings.

10. Canvassing either before or after seals are broken will tender the offer
the inedible for consideration.

Date
The , 200 Executive Engineer
Construction Division,
U.P, Jal Nigam,
Shahjahanpur
33

UTTAR PRADESH JAL N1GAM


LUM- SUM -CONTRACT
TENDER FOR WORKS

I/We hereby tender for the work specified in the underwritten


memorandum within the time specified in such memorandum at the
rates given in the Schedule of Rates hereto attached, and in
accordance in all respect with the specifications and drawings have
been prepared by the Executive Engineer of the Construction Division,
U.P. Jal Nigam , Shahjahanpur and have been inspected and
understood by me/us and such other written instructions and as may
be given from time to time for the due carrying out of the said works
and with such materials as are provided for by and in all other
respects in accordance with the conditions hereto attached.

MEMORANDUM

(a) General Description : Annexed


(b) Estimated Cost : .............lacs
(c) Earnest Money : Rs.........................
(d) Security money (including earnest money) Rs. 10% of
Approved Tender.
(e) Time allowed for the work from date of written order to
34

Commence : ............ calendar months.

Should this tender be accepted I/We hereby agree to abide by


and fulfill at the terms and provisions of the said conditions of contract
annexed there to an within seven (7) days from the time when called
upon to do so, execute a contract embodying the conditions hereto

attached and also deposit the said security with the Executive
Engineer, Construction Division , U.P. Jal Nigam Sahjahanpur for the
performance of the said contract.

The sum of Rs. 10% of approved amount has been deposited


in the form of deposit receipt of Scheduled Bank of N.S.C. or Bank
Guarantee is herewith forwarded the full amount of which is to be
absolutely forfeited to the said Managing Director or his successor in
office should. I/We not when called upon to do so by the Executive
Engineer, Construction Division, U.P. Jal Nigam , Shahjahanpur within
7 days to execute the said contract and deposit the full amount of the
security deposit specified in the above memorandum, and in the even
of such default the vans action affected by the tender cease and
determine.
Dated the Day of 200

Witness: Contractor

Address:

Occupation:

I hereby accept the accompanying tender on behalf of the


Managing Director of Uttar Pradesh Jal Nigam subject to the current
35

financial year's allotment.

Dated Day 200


Signature of the officer by who accepted...................

Designation

UTTAR PRADESH JAL NIGAM

Note - This form is not to be filled in by the tenderer

LUMP-SUM-CUM-ITEM RATE CONTRACT

FORM OF AGREEMENT

THIS INDENTURE made the.......................................... day of


....................... 200 between
………………………………………………………………………………………………
…….
………………………………………………………………………………………………
…….
Hereinafter called the contractor, which expression shall where the
context so admits or implies be deemed to include his heirs, executors and
administrators of the one part, and the Managing Director of Uttar Pradesh ,
Jal Nigam hereinafter called the M.D. which expression shall, where the
context so admits or implies, be deemed to include his successors in office
and assigns of the other part, WHEREAS the said M.D. requires the
execution of certain works for.

Hereinafter called the said works which said works are more
particularly described in the drawing and specifications hereto annexed AND
ALSO requires the provision of necessary material there for the have caused
the necessary drawings and specifications and schedules of rates to be
prepared and the contractor has delivered to the said M.D. A Tender for the
36

execution of the said works of the provision of the said materials AND
WHEREAS the M.D. has accepted such Tender subject to the provisions and
Conditions hereto attached. NOW THIS INDENTURE WITNESSETH as
follows. In consideration of the covenant, for the payment by and on behalf

of the said JAL NIGAM hereinafter constrained, the contractor hereby


covenants with the M.D. that he will supply all necessary materials land
complete and thoroughly sound and work manlike manner and afterwards
maintain for the requisite period stated in the said conditions all the works set
out in the said specification and schedule of rates hereto attached, signed, by
the contractor and as explained in the said drawing hereto attached, and in
accordance in every respect with the requirements, stipulation and
conditions, etc. attached.
In consideration of the covenant by the contractor hereinafter
contained me said M.D. hereby covenant with the contractor to pay to him for
the execution, completion and maintenance of work as aforesaid according
to the rates hereto attached and at the times and in the manner and subject
to the additions and deductions set out, and declared in the said conditions
hereto attached.
It is agreed and declared that all the provision of the said conditions,
drawing specification and schedules of rates market as in Schedule "G" and
hereto attached shall be binding upon the Contractor and upon the said M.D.
as the same has been repeated herein and shall be read as part of these
presents.
In witness whereof the parties hereto have affixed their signature
Dated the Day of 200

Witness: Contractor

Witness: Signed on behalf of the M.D. by


Designation of Officer
37

Witness:
Witness:

UTTAR PRADESH JAL NIGAM

LUMP-SUM-CUM-ITEM RATE CONTRACT

CONDITIONS OF CONTRACT

1. INTERPRETATION:

In these conditions and in the specifications which are herein attached


the term. "THE CHEIF ENGINEER" shall mean the Chief Engineer
(Lucknow Zone) U.P, Jal Nigam , Lucknow.

The S.E. shall mean the Superintending Engineer, IVth Circle, U.P.
Jal Nigam Bareilly for civil works and Superintending Engineer, (E/M)
23rd Circle , U.P. Jal Nigam Lucknow for E/M works or his authorized
representative hereinafter called Engineer.

"The EXECUTIVE ENGINEER" shall mean the Executive Engineer,


Construction Davison, U.P. Jal Nigam, Shahjahanpur for Civil works
and Executive Engineer , E/M Division, U.P. Jal Nigam, Bareilly for
E/M works.

"WORK" or "WORKS" where used in these conditions and


specifications shall unless there be something either in the subject or context
repugnant to such construction be construed and taken
to mean "WORK" by or by virtue of the contract contracted to be
executed whether temporary or permanent and whether original,
altered, substituted or additional.
38

2. TIME OF COMPLETION OF WORKS:

The time allowed for carrying out the works shall be 6 calendar
months, shall be strictly observed by the contractor, and shall be
reckoned from the receipt of the written order to commence the work.

3. CONTRACTOR'S LIABILITY TO PAY COMPLENSATION:

The works shall throughout the stipulated period of the contract


be proceeded with all due diligence (time being deemed to be
essence of the contract) and the contractor shall pay as compensation
an amount equal to one percent or such smaller amount as the Chief
Engineer (whose decision in writing shall be final) may decide. On the
amount of the estimated cost of the whole work, that is to pay Rs. 1%
for every day that the works remain uncommented or unfinished after
the proper dates and further to ensure good progress during the
execution of the work the contractor shall be bound to complete one
fourth of the whole time allowed under this contract has elapsed, one
- half of the works before one-half of such time has elapsed and
three-fourths of the works before three-fourths of such time has
elapsed. In the event of the contractor failing to comply with this
condition he shall be label to pay as (whose decision in writing shall
be final) may decide on the said estimated cost of the whole work for
every day that the due quantity of works remain incomplete
PROVIDED ALWALYS that the entire amount of compensation to be
paid under the provision of the clause shall not exceed ten percent of
the estimated cost of the works.
39

4. RIGHTS OF BREACH OF CONTRACT:

In any case in which UP. Jal Nigam under any clause or clauses of
these conditions the contractor shall have rendered himself liable to
pay compensation amounting to the whole of the security deposit
whether deducted in one sum or deducted by installment the
Engineer, on behalf of the M.D. of Jal Nigam, shall have power to
adopt any of the following course as he may deem best suited to the
interest of JAL NIGAM.
(a) To rescind the contract (of which rescission notice in writing to
contractor under the hand of the Engineer shall be conclusive
evidence) and in which case the security deposit of the contractor
together with such sum or sums due to him under this contract
shall stand forfeited and be absolutely at the disposal of the said
M.D.
(b)Determine the contract and call in another contractor or employ daily
labour to dismantle bad work, if necessary (the bad work to
be certified by the Engineer whose decision shall be final).and to
renew and complete the said work land pay the cost of such
contractor for the daily labour and price of material required for
such dismantling , renewing and completion out of the said security
deposit for such sum or sums as may be due to the contractor
under this contra t and if such cost be more than the amount made
up of the security money and the sum or sums due to the
contractor under this contra t, the difference between it and sum
made by the security money and the balanced due to the
contractor as aforesaid shall be a debt due from the said contractor
to the said M.D. In the event of either of the above course being
40

adopted by the Engineer, the contractor shall have no claim to

compensation for any loss sustained by him by reasons of his


having purchased or procured any materials or entered into any
agreements, or made any advances on account of or with view to
the execution of the work or the performance of the contract. And
in case the contract shall be rescinded under the provision
aforesaid, the contractor shall not be entitled to recover or be paid
any sum for any work therefore actually performed under this
contract, unless and until the Engineer shall have certified in
writing the performance of such work and the value payable in
respect there of, and he shall only be entitled to be paid the value
so certified.

5. NON - EXERCISE OF CONTRACTOR'S LIABILITY TO PAY


COMPENSATION:
In any case in which any of the power conferred upon the
Engineer by Clause 4 hereof, shall have become exercisable and the
same shall not be exercised, the non-exercise thereof shall not
constitute a waiver of any the conditions hereof, any such powers
shall not with standing be exercisable in the event of any future case
of default by the contractor for which, by any clause or clauses hereto
be is declared liable to pay compensation amounting to whole of his
security deposit and the liability of the contractor for past and future
compensation shall remain unaffected. In the even of the Engineer
putting in force either of the powers (a) or (b) vested in him under the
preceding clause, he may, if he so desires, take possession of all or
any tools, plant, material, and stores in or upon the works the site
there of or belonging to the contractor or procured by him intended to
be used for the execution of the work or any part thereof, paying or
allowing for the same in account at prevailing market rates to be
41

certified by the Engineer whose certificate thereof shall be final,


otherwise 'the Engineer may by notice in writing to the contractor or

his other authorized agent require him to remove such tools, plants,
materials or stores from the premises ( within a time to be specified in
such notice and in the event of the contract or failing to comply with
any such requisition, the Engineer may remove them at the
contractor's expense or sell them by Auction or private sale on
account of the contractor and at his risk in all respects, and the
certificate of the Engineer as to the expense of any such removal, and
the amount of the proceeds and the expense of any such sale be final
and the conclusive against the contractor.

6. EXTENSTION OF TIME:

If the contractor shall desire an extension of time for completion


of the work on the ground of his having been unavoidably hindered in
its execution or any other ground, he shall apply in writing to the
competent authority through the Engineer within seven days after the
date of hindrance on account of which he desires such extension as
aforesaid, and the Engineer shall, if in his opinion (which shall be
final), reasonable grounds be shown therefore authorize such
extension of time, if any, as may in his opinion be necessary or
proper.

7. ENGINEER'S CERTIFICATE OF COMPLETION:

On completion of the work the contractor shall be furnished with


a certificate by the Engineer of such completion, but not such
certificates shall be given nor shall the work be considered to be
completed until the works shall have been measured by the Engineer,
whose measurement shall be binding and conclusive against the
contractor and the contractor shall have removed from the premises
42

on which the work has been executed all scaffolding, surplus materials

and rubbish and cleaned off all dirt and debris in upon or about the
premises of which he may had possession for the purpose of
executing the said works, If the contractor shall fall to comply with the
requirements of this clause as to removal of scaffolding , surplus
materials and rubbish and be cleaning of all dirt and debris on or
before the date fixed, for the completion of works the Engineer may at
the expenses of contractor remove such Scaffolding, surplus material
and rubbish and dispose of the same as he thinks fit and clean off
such dirt and debris of all expenses so incurred and shall have no
claim in respect of any such scaffolding or surplus materials as
aforesaid except for any sum actually realized by the sale thereof after
deducting the aforesaid expenses,
8. PAMENTS:
On measurements of the work done for the convenience of the
contractor, interim payments shall ordinarily be made monthly but final
payment shall not be made until the whole of the work shall have been
completed and certificate of the completion of the work given,
provided always that the Engineer may refuse to advance such
payments if in his opinion the progress of the work or the conduct of
the contractor is not satisfactory or the contractor has in any other way
done or neglected to do anything so as to make it doubtful whether the
works will be completed by him in accordance with the contract. But all
such interim payments shall be recorded as payments by way of
advance against the final payments only and as payment of work
actually done and completed and not regular the requiring of bad
unsound and imperfect or unskillful works to be removed and taking a
way or reconstructed or re-erected or be reconsidered as on
admission of the due performance of the contract or any part thereof
in any respect of the accruing of any claim, not shall it conclude,
43

determine or effect in any way the powers of the Engineer under


these conditions or any of them as to the final settlement and adjustment of
the account or otherwise or in any otherwise way vary or affect this
contract. The final bill shall be submitted by the Contractor within one
month of the date fixed for the completion of the work, otherwise the
Engineer certificate of the measurements (due notice having given
before hand to the Contractor of the date of such measurements) and
of total amount payable for the works accordingly shall be final and
binding on all parties.

9. BILL TO BE SUBMITTED ON PRESCRIBED FORM:

The contractor shall submit all bills on the prescribed forms to


be had on application at the office of the Ex. En. Construction Division,
U.P, Jal Nigam , Shahjahanpur and the charges in the bills shall
always be entered at the rates given in the schedule of rates hereto
attached , or in the case of an extra work ordered in pursuance of
these conditions and not mentioned or provided for the Tender, at the
rates hereinafter to be agreed upon.

10. STORES SUPPLIED BY GOVERNMENT:

All materials will be supplied by the contractor; however, on


written request Engineer may arrange such materials at the cost of
Contractor. However, this will not be a binding to the Engineer to do
so. The rates of such materials will be as prevalent in Jal Nigam, then
or as per market rates cost of which be dues to the contractor. All
materials that may be supplied from the Engineer's store or as may be
provided by the Executive Engineer (such materials will be charged for
the prevalent rates as specified by Engineer, shall be used by
the contractor for the purpose of this contract only ^and the value of the full
44

quantity of materials so supplied may be set off or deducted from any


sums then due on thereafter to become due to the contractor under
this contract or otherwise on against or form the security deposit.

11. MATERIAL AND PLANT OF CONTRACTOR

All materials brought by the contractor upon the site of the


works shall be deemed to be the property of the Managing Director
and shall not on any account be removed from the site or the works
during the execution of the works and shall at all times be open to
inspection by the Engineer or his representative. The Engineer on the
completion of, the works or upon the stoppage of the works as
provided for in clause 14 of this contract shall have an option of taking
over any such unused materials at prevailing market rates, with the
provision that the price allowed to the contractor shall not exceed the
amount originally paid by him for the same as he (the Engineer) shall
desire upon giving a notice in writing under his signature within Seven
days of the completion of the works to that effect, and all materials not
so taken over by the Engineer shall cease to be the property of the
M.D. and the contractor shall have no claim for compensation on
account of any such materials as aforesaid which are not so taken
over by the said Engineer, unused by him (the Contractor) or for any
wastage in or damage to any such materials.

12. WORKS TO BE EXECUTED IN ACCORDANCE WITH THE


SPECIFICATION:

The contractor shall execute the whole and every part of the
work in a most substantial and workman like manner both as regards
to materials and otherwise in every respect in strict accordance with
the specifications. The contractor shall also confirm exactly and
faithfully to the drawings and instructions in writing relating to the work
signed by the Engineer.
45

13. ALTERATION IN SPECIFICATION AND DRAWINGS:

The Engineer shall have powers to make any alteration or


additions to the original specifications, drawing and instructions that
may appear to him, to be necessary or advisable during the progress
of the work and the contractor shall be bound to carry out the work in
accordance with any instruction which may be given to him in writing
signed by the Engineer and such alterations shall not invalidate this

contract and any additional work which the contractor may be directed
to do in the man nor above specified as part of the work shall be
carried out by the contractor on the same conditions in all respect on
which he agreed to do the main work, and at the same rates as are
specified in the Schedule of rates marked, 'G' for the main work. And
should any alteration necessitate a curtailment of the work described
in the specifications and shown on the drawings it shall be lawful for
the Engineer to deduct from the sum of Rs.............................. value of
this contract as a sum equal to the amount that the curtailed portion of
the work if carried out would have cost based upon the rates set forth
in the schedule of rates marked 'G'. The time for the completion of the
work shall be extended if applied for by contractor in writing in the
proportion that the additional work bear to the original contract work
and the certificate of the Engineer shall be conclusive as to such
extension. And if the additional work includes any class of work for
which no rates provided in this contract, then such class of work shall
be carried out at rates to be agreed upon between the Engineer and
contractor in writing prior to the work being taken in hand. The basis
for fixing such rates shall ordinarily be the U.P. Jal Nigam erstwhile
L.S.G.E.D. schedule of rates for the district.
46

PROVIDED ALWAYS that if the contractor shall commence


work or incur any expenditure in regard thereto before the rate shall
have been determined as lastly therein before, mentioned, then and in
such case he shall only be entitled to be paid in respect of the rates as
aforesaid according to such rate or rates as shall be fixed by the
Engineer, In the even of a dispute, the decision of the Chief Engineer,
U.P. Jal Nigam shall be final.

14. No compensation for alteration in or reduction of work


to be carried out:
If at any time after the commencement of the work the M.D.
U.P. Nigam or Chief Engineer, U.P. Jal Nigam shall for any reason
What so ever not require the whole thereof as specified in this contract
to be carried out, the Engineer shall give notice in writing of the fact to
the contractor and upon the receipt of such notice in writing the works
under this contract shall cease and the contractor shall have no claim
to any payment or compensation whatsoever on account of any profit
or advantage which he might have derived from the execution of the
works in full, but which he did not derive in consequence of the full
amount of the works not having been carried out, neither shall he have
any claim for compensation by reason of any alterations having been
made in the original specifications, drawings and instruction which
shall involve any curtailment of the work as originally contemplated.

15. ACTION AND COMPENSATION PAYABLE IN CASE OF BAD


WORK:
If it shall appear to the Engineer or his subordinate in charge of
the works that any works has been executed with imperfect or

unskilled workmanship or with materials of any inferior description or


47

that any materials or articles provided by the contractor, for the


execution of the works are unsound or of a quality inferior to that
contracted for or otherwise not in accordance with the contract, the
contractor shall on demand in writing from the Engineer specifying the
work materials or articles complained of forthwith rectify remove
demolish and reconstruct the work so specified in whole or in part as
the case may require or as the case may be, remove the material or
articles so specified and provide other proper and suitable materials or
articles at his own proper charge and cost, land in the even of his
falling to do so within a period to be specified by the Engineer in his
demand aforesaid, then the contractor shall be liable to pay
compensation at the rate of one percent for such smaller amount as
the Chief Engineer ( whose decision in writing shall be final) may
decide , on the amount of the const of the whole work for every day
not exceeding ten days, while his failure to do shall continue and in
case of any such failure the Engineer may rectify remove, demolish
and reconstruct the work, or remove and replace with others the
materials or articles complained of, as the case may be at the risk and
expense in ail respect of the contractor and such expenses may be
deducted from such sum as may be due to the contractor or may
become due to him and from his security deposit.

16. WORKS TO BE OPEN TO INSPECTION:

All works under or in course of execution or executed in


pursuance of the contract shall at all times be open to the inspection
of engineer and his subordinate and the contractor shall all times
during the usual working hours and at the all other times of which
reasonable notice of the intention of the Engineer or his subordinate to
visit the works shall have been given to the contractor, either himself

be present to revive orders and instructions or have a reasonable


48

agent duly accredited in writing present for the purpose. Orders given
to the contractor's agent shall be considered to have the same force
as if they had been given to the contractor himself. Verbal orders shall
not be considered as binding on either party until they are confirmed
in writing signed by the Engineer.

17. NOTICE TO BE GIVEN BEFORE WORK IS COVERED UP:

The contractor shall give not less than five day's notice in
writing to the Engineer or his duly authorized assistant in charge of the
work before covering up. for otherwise placing by beyond the reach of
measurement any work in order that the same may be measured and
correct dimensions thereof be taken before the same is so covered up
or placed beyond the reach of measurement and shall not cover up or
place beyond the reach of measurement any work without the
consent in writing of the Engineer or his duly authorized assistant in
charge of the work, and if any work shall be covered, up or replaced
beyond the reach of measurement without such notice having been
given or consent obtained the same shall be uncovered at the
contractors expense, or in default thereof no payment or allowance
shall be made for such work or the materials with the same was
executed.
18. CONTRACTOR LIABLE FOR DAMAGE DONE AND
IMPERFECTION:

If the contractor or his work people or servants shall break,


defense, injury or destroy and part of a building, in which they may be
working or any building, road, fence, enclosure, lad or cultivated
ground continuous to the premises on which the work of any part of it

is being or executed, if any damage shall happen to the work, which in


progress, from any cause whatever or any imperfections become
49

apparent in it within months after the final certificate of its completion


shall have been given by the Engineer as aforesaid the contractor
shall make the same good at his own expense, or in default the
Engineer may cause the same to be made good by other workman,
and deduct the expenses (of which the certificate of the Engineer shall
be final). From any sum that may be then or at any time there after
may become, due to the contractor or from his security deposit.

19. CONTRACTOR TO SUPPLY LABOUR. PLANT. LADDRS.


SCAFFOLDINGS. ETC.

The contractor shall supply at his own cost all labour skilled and
unskilled and all things necessary (except such special things, if any,
as may, in accordance with the specification, be supplied from the
Engineer stores), such as plants, tools, appliances, implements,
ladders, cordage, tackle, scaffolding, shoring, shattering, pumps,
boilers, fuel, oils, patching, derrick , boring tools, wrenches and power
as well as all other apparatus and temporary work requisite or proper
for the proper execution of the works, whether original, altered or
substituted and whether included in the specifications or other
documents forming part of the contract or referred to in these
considerations or not which may be necessary for the purpose of
satisfying or complying with the requirements of the Engineer as to
any matter as to which under these conditions he is entitled to be
satisfied or which he is entitled to require, together with carriage
therefore to and from the work. The contractor shall also supply
without charge the requisite number of persons, with the means and
things necessary for the purpose of setting out the works, and
counting, weighing and assisting the measurement and examination at
any time and from time to time of the work done or materials supplied
by him. Failing his so doing the same may be provided by the
Engineer at the expense and risk of the contractor and the expenses
(of which the certificate of the Engineer shall be final) may be
50

deducted from any money due to the contractor under this contract or
from his security deposit. The contractor shall also provide at his own
expense all necessary fencing and light required to protect the public
from accident, and shall assume all liability for and indemnity against
all actions or suits arising out of or in connection with the carrying out
of the works whether such actions are brought by members of the
public, neighboring owner or workmen employed on works, save only
actions for permanent interference with casements to which the site
may be subject at law or in equity or otherwise arising out title of the
site. The contractor shall in carrying out works conform to the
Statutory and other legal enactment applicable to them and give all
notices and pay all fees payable to local authorities and others in
respect of them. The contractor shall be responsible for the adequacy,
strength and safety of all shoring, structuring, bonding, curbing,
brickwork, masonry concrete permanent or temporary, appliances,
matter and things furnished by him for the purpose of this contract.

20. FEMALE LABOUR:

No female labour shall be employed within the limits of a cantonment.

21. WORKS NOT TO BE SUBLET WITHOUT SANCTION:

This contract or any part thereof shall not be assigned or sublet


without the written approval of the Chief Engineer, And if the
contractor shall assign or sublet his contract or attempt to do so or
become insolvent commence any insolvency proceedings or make
any com position with his creditor or attempt to do so or if any bribe,

gratuity, gift, loan perquisite, reward or a advantage, pecuniary or


otherwise shall either directly or indirectly be given, promised or
offered by the contractor or any of his servants or agent to any public
officer of person in the employ of UP. Jal Nigam in any way relating to
51

his office of employment , or if any such officer or person shall


become any way directly or indirectly interacted in the contract, the
Chief Engineer may thereupon by notice in writing rescind the contract
and the security deposit shall thereupon stand forfeited and be
absolutely at the disposal of the said M.D, and the same
consequences shall ensure as if the contract has been rescinded
under clause 4 thereof, and in addition the contractor shall not be
entitled to recover or be paid for any work that has already been
performed under this contract.

22. SUM PAYABLE BY WAY OF COMPENSATION:

All slums payable by way of compensation under any of these


conditions shall be considered as reasonable compensation to be
applied to the use of the said Governor without reface to the actual
loss or damage sustained, and whether or not any damage shall have been
sustained.

WORKS TO BE LUNDER DIRECTION OF ENGINEER;

All works to be executed under the contract shall be executed


under the direction and subject to the approval in all respect of the
Engineer for the time being who shall be entitled in direct at what point or
points and in what manner they are to be commenced and from
time to time carried on.

24. DECISION OF CHIEF ENGINEER TO BE FINAL:

Except where otherwise specified in this contract, the decision


of the Chief Engineer, U.P. Jal Nigam for the time being shall be final,
52

conclusive and binding on all parties to the contract upon all question
relating to the measuring of the specification, drawings and
instructions herein before mentioned and as to the quality of
workmanship or materials used on the work, or as to any other
question, claim, right matter or things whatsoever, in any way arising
out of relating to, the contract, drawings, specifications, estimate,
instructions orders or these conditions or otherwise concerning the
contract, drawing, specifications, estimates instructions under the
works or the execution, or failure to execute the same whether arising
during the progress of the work or after the completion of the sooner
determination thereof the contract.

25. ACTIONS WHERE NO SPECIFICATION:

In the case of any class of work of which there is no mention in the


specification such work shall be carried out in all respect
in accordance with the instructions and requirements of the Engineer.

26. CONTRACTOR TO EMPLY COMPETENT AGENT AND FOREMAN:

During the execution of the works and until the work is taken
over by the order of the executive Engineer, the contractor shall
employ competent agent and such foreman as may be necessary for
the proper execution of the "WORKS" ( and then work is carried on
day and night there shall be a foreman in charge of each shift) who
shall be engaged constantly on the works to ensure proper
management and efficient control.

27. RECEIPT OF AND POWER AS TO SECURITY MONEY:

(a) The M.D. has received from the Contractor the sum of Rs. as
earnest money the receipt of which is hereby acknowledged. This
said sum together with the sum made up of the ten percent
53

including Security deposit described in clause 8 of this contract


shall beheld as security for the performance of all the conditions
and stipulation of the contract, and the Engineer is empowered to
deduct from time to time from such security money all or any sum
or any sums which may become due from the contractor as
liquidated damages for the breach of any or al the covenants or
provisions of this contract. If not confirmed under the provisions of
this contract the security money or such balance thereof as may be
left after making the deduction of deductions aforementioned will
be returned to the contractor after twelve months after the final
certificate of the completions of the works shall have been given by
the Engineer and after the Engineer shall have satisfied himself
that all the terms of the contract have been duly and faithfully
carried out by the contractor.

(b) Fixed deposits of the State Bank of India, Allahabad Bank and Central Bank
shall also be accepted as security provided that all
such fixed deposits receipts must be issued in the name of the
U.P. Jal Nigam, and that they will be accepted as security and on the
conditions that Nigam will hold the deposit at the risk of
depositor and will not be failure of the Bank or to any other clause,
and that if the security is lost the loss will fall on the depositor who
will have to deposit fresh security.

28. COMPENSATION TOWORKMEN:


(a) In every case in which by virtue of the provision of section 12,
subsection (i) of the Workmen's Compensation Act, 1993, U.P.
Jal Nigam is obliged to pay compensation to a workman
employed by the contractor or by any sub-contractor from him
54

in the execution of the said work, U.P Jal Nigam will recover
from the contractor the amount of the compensation so paid,
and without prejudice to the rights of Government under section
12 sub section (2) of the said Act, Jal Nigam shall be at liberty
to recover such amount or any part thereof by deducting it
either from the earnest money deposited by the contractor or to
his credit under clause 27 of these conditions or from any other
sum due by Jal Nigam to the contractor whether under this
contractor or otherwise.
(b) Jal Nigam shall not be bound to contest any claim made
against it under section 12, sub section (i) of the said Act ,
except on the written request of the contractor and upon his
given to Jal Nigam full security for all costs for which Jal Nigam
might become liable inconsequence of contesting the claim.

29. ARBITRATION CLAUSE:


In case of any dispute between the contractor and Engineer or
the consignee, the matter shall be referred to the S.E. for his decision.
And in case, where the contractor is not satisfied matter shall be
referred to Chief Engineer whose decision shall be final, conclusive
and binding on both the parties upon all questions, matters and
meaning of clause relating to this contract.

30. RECORD OF HINDRANCE:


Contractor shall be liable to inform within three days from the
event of any hindrance in work due to the circumstances beyond his
control delay in issue of stores with regard to materials needed
immediately during the progress of work, or hindrance in work by any
department i.e. P.W.D, Nagar Palika or housing board whose roads
55

are to be cut however contractor shall be responsible for applying well


before in advance for permission of road cutting through the Engineer
Incharge. Delay on his part in applying for permission of road cutting
shall not entitled him for any extension of time or as justifiable , in the
opinion of Engineer Incharge. Engineer or his authorized
representative not below the rank of Assistant Engineer shall receive
and may allow the record of hindrance, to the extent as considered
justifiable by Engineer, in the following for prescribed below which will
become the part of agreement.

Date of Date of Nature Remarks and Sign. of


start of end of and recommendation EE
hindrance Hindrance details of JE AE DA allowing
hindrance the record
of
hindrance

Contractor should note that the above record of hindrance shall


not untitled him for any claim or increase in rates but shall only verify
and record his eligibility considerations with regard to extension of
time if he at all applies.

31. SAMPLE:

The contractor shall submit samples of materials supplied as


56

required by the Engineer at his own expenses, No extra rates should


be allowed the rates quoted by the contractor should also cover these
expenses.

32. TESTING:

The contractor shall allow in his rates sufficient margin to cover


the cost of testing of materials and finished work/plant/machinery as
desired necessary by the Engineer. The materials and finished work/
plant/machinery shall be got tested by the contractor in accordance
with the relevant ISS code of practice and to the satisfaction of
the Engineer.

33. PAYMENT SCHEDULE:


The payment shall be made in accordance with the schedule provided
in Schedule J.

34. SPECIFICATION OF WORK:


The specification journal is attached herewith

Signed by Contractor
Signed on behalf of the M.D. Uttar Pradesh Jai Nigam

Designation of Officer

OFFICE OF THE EXECUTIVE ENGINEER CONSTRUCTION DIVISION


U.P. JAL NIGAM. SHAHJAHANPUR.

TENDER FOR WORK DECLARATION

I/We hereby tender for the work specified in the under


Memorandum within the time specified. Such Memorandum at the rates
given in the schedule of rate hereto attached, and in accordance with all
57

said specifications and drawings which have been prepared by the


Executive Engineer Construction Division U.P. Jal Nigam, Shahjahanpur
and have been inspected and understood by me/us and also undertaken
to make compliance of such other written instruction as may be given
from time to time for carrying out the said works.

That I/We do hereby solemnly state that I/We reside in India &
do not intend to migrate to any other country during the period of the
contract and that I/We will produce a clearance certificate from the
Income Tax Officer at the time to final payment or taking refund of the
security deposit, if demanded.

Witness................................. Contractor
……………………..........

Date ...................................... Date……………………………………………

Address................................. Address………………………………………...
…………………………….. ………………………………………………….
…………………………….. ………………………………………………….

Copy of enclosure to G.O. No. G.2-1893/X-916-49, dated 7 th


June, 1960. No person who has retired from Government Services as an
Engineer Gazetted Officer employed on Engineering or Administrative
duties in an Engineering Department/Office is not entitled to tender for the
notified work up to two years from the date of such retirement unless a
special permission of the Government has been obtained is furnished by
the contractor, along with this tender. If any contractor is found to have
violated the aforesaid provision, his tender and the contract , if entered
58

into with him shall at option of Chief Engineer ( Lucknow Zone) /


Superintending Engineer IV Circle , U.P. Jal Nigam , Bareilly be liable to
immediate cancellation in which case his earnest money or the security
deposit ( as the case may be) shall stand, forfeited, and the Contractor,
shall have no right to claim any compensation, what so ever, on account
of the cancellation of his tender or contract.

SIGNATURE OF CONTRACTOR EXECUTIVE ENGINEER

DATED :

ADDRESS………………………………………
…………………………………………………..
………………………………………………….

OFFICE OF THE EXECUTIVE ENGINEER CONSTRUCTION DIVISION


U.P. JAL NIGAM. SHAHJAHANPUR

TO BE SUBMITTED ON STAMP PAPER OF RLUPEES 100.00


AGREEMENT

TENDER INVITED BY : EXECUTIVE ENGINEER.CONST.


: DIVISION, U.P. JAL NIGAM,
: SHAHJAHANPUR.
TENDER NOTICE No. : ........................................................
59

NAME & ADDRESS OF THE : ..........................................


TENDERER : ..........................................
..........................................
In consideration of the U.P. Jal Nigam, having treated the
tenderer to be an eligible person whose tender may be considered, the
tenderer hereby agrees to the condition that the proposal in response to
invitation shall not be withdrawn within three months from the date of opening
of the tender also to the condition that , if thereafter, the tenderer does
withdraw his proposal within the said period, the earnest money deposited by
him may be forfeited by U.P. Jal Nigam in the discretion of the later.
And tenderer hereby also agrees that, if subsequent to the
submission of his tender the tenderer amends alters or modifies the contents
of his tender which are not acceptable to department, and then the tenderer
shall, for the purposes of the aforesaid conditions, be deemed to have
withdrawn his proposal.

SIGNED THIS DAY OF 200

WITNESSES:
1.
2.
TENDERER

DETAILS OF PLANT AND CONSTRUCTION EQUIPMENT/ MACHINERIES


OWNED/PROPOSED TO BE DEPLOYED BY THE TENDERER

Details of plan/ OWNS Proposed to be


Construction Equipment/ deployed at this
Machinery with their contracts
capacity
Tick for Numbers Tick for Numbers
Yes and Yes and
cross for cross for
no no
1. Mechanical Mixer
60

2. Mechanical Vibrator

3. Pump for curing

4. De-watering pumps

5. Sieve analysis
apparatus
6. Test cube Moulds 3 No.

7. Slump test apparatus

8. Mechanical lift
machine to lift
concrete Mix & other
required material
9. Cube test Machine

NOTE: The above plant/ equipment, if desired, will be open for


inspection of Jal Nigam Representative (s) before making
consideration on the tender. Above list of plant/equipment are
tentative & any other plant/equipment if required for completion
of work shall be arranged by contractor himself.
FINANCIAL STATUS:

NOTES:

1. Due weight age will be given to the results evaluation


analysis of this information in the award of contract.
2. Stamp duty applicable, shall be paid by the Contractor.
3. Give details of movable and immovable assets in financial
status column, solvency' certificate will have to be produced
at the time of signing of agreement.
61

SIGNATURE OF CONTRACTOR

IMPORTANT NOTICE
The tenderer will have to attach a Non Judicial stamp paper of
along with his tender on which agreement will be drawn as under :
AGREEMENT
Tender Invited by The Executive Engineer
Const. Division. U.P. Jal Nigam
Shahjahanpur
Tender Notice No& date ………………………………...
Date of Tender: ………………………………...
In consideration of the Uttar Pradesh Jal Nigam, Having treated the tenderer
to be an eligible person whose tender may be considered, The tenderer here by
agrees to the conditions that the proposal in response to the above invitation shall
62

to be drain in four (4) months from the date of opening of the tender also the
rendition that thereafter the tendered does tender his proposal within the said
period, the earnest money deposited by him may be for the Government of Uttar
Pradesh in the----------------------- of the latter.
Signed this-------------day of---------------------200
Signed by
(Tenderer)
Tenderer is advised in his can interest not to quote his own specifications
and conditions while tendering as specifications and condition other than given by
the department in the tender may result on the rejection of tender. However,
tenderer may give his suggestions.
Tenderer is advised to go thorough department general condition and
specification of work from S. 1 to 20 very care fully which are office in the printed
from of Lump sum contract, in the of during office hours on any working day as
these are not beilere incorporated being in this tender form. However these will
definitely attach in the final contract bond and will make important part on the final
contact Igherance of these conditions & specification from S 1 no s30 an answer
attached in this tender from.
Executive Engineer
FROM OF SECURITY AND EARNEST MONEY

A- EARNEST MONEY
The earnest money shall be accepted only in one of following:-
1- Post office saving bank pledge to the Executive Engineer, Const.
Division. U.P. Jal Nigam. Shahjahanpur.
2- National saving Certificate:
Tender received without Earnest Money will be rejected their rates
will not be declared.

B- SECURITY MONEY
The security money shall be accepted only in the National Saving
Scheme.
63

STAMP DUTY
The stamp duty shall have to be deposited along with the security,
before entering in to contract, as required buy the current
Government orders.

Executive Engineer
Const. Division U.P. Jal Nigam,
Shahjahanpur

DECLARATION BY THE CONTRACTOR WHILE TENDERING

1- I/We have read the general conditions given the printed from of lump sum
item rate/lump sum contract of U.P. Jal Nigam, I/We under stand fully with
that. These conditions shall be incorporated in the final contract Bond and
shall made part of the contract, if the work is finally awarded to me/us. I/We
have also read the schedule "G" & "I" thoroughly and have been seen the
site of work, and site plan.

2- That I/We do hereby solemnly state that I/We do not intend to migrate to
Pakistan or any other country now or during the period of the contract that
I/We will produce a tax clearance certificate from the income Tax Office at
the time of final payment or taking refund of the security, deposited, if
demand. Failure buy me/us to produce such certificate shall entitle the Jal
64

Nigam to take such action to follow such course as prescribed by the law
enforced at that time and I/We shall have no right to claim for any
compensation what so ever on account of exigency.

Wittiness-------------------------
Date --------------------------
Occupation-----------------------
Signed by the contractor
Tendering

FORM OF PAST EXPERIENCE

Contractors should state if they are approved contract in the public


works, department, U.P. Jal Nigam, deptt, Railway, Military Engineering Services
Department and if so, give as class.
Particulars of provisions contract upon which the contract has been
engaged should be entered in the form below:

Item No Name of Name and value period & Name of


Deptt. General date Engineer
description of
work

1 2 3 4 5 6
65

Signature of contractor

Note: The above particulars are to be filled in by each tender or and returned
along with the tender.

DETAILED SPECIFICATIONS FOR BUILDING MATERIALS

1- FINE AGGREGATE

Fine Aggregate shall be clean, sharp and gritty to tough. It shall be


free from organic and vegetable matter and so far as free from mica. It
shall contain not more than 5% silt and clay. Specific gravity (on SSD
basis) should be 2.7 and water absorption not more than 0.8%.
(i) FINE SAND :

The sand used on the works for cement mortar, lime


mortar should be Grading zone B IV as per IS-383-1970 with
present passing through I.S. Sieve 2-36 mm 95-100% and
residual should pass through I.S. sieve No. 150 micron 0-15 .
66

Rest of sand should retain on the various intermediate sieve to


give Fineness Modules between 1.25 to 1.80.

(ii) COARSE SAND:

The sand used on the works for reinforced cement


concrete should be Grading Zone II as per IS 383-1970 with
per cement passing through I.S. sieve No. 4.75 mm 90-100%
and residual should pass through I.S. sieve No. 150 micron 0-
10% . Rest of sand should retain on the various intermediate
sieve to give Fineness Modules between 2.5 to 3.3.

In general, sand required for Reinforced concrete work


shall conform to grading Zone II as per I.S 383-1970 and if
grading of sand is not within the limits of Zone-ll blinding shall
have to be done with fine coarse sand as the case may be.

2. COARSE AGGREGATE:

The coarse aggregate should be from crushed hard stone. The


coarse aggregate should be of Grading limits as given below as per is-
383-1970.

I.S. Sieve Percent passing for graded aggregate nominal size


Designation
40 mm 20 mm 12.5 mm
80mm 100 - -
63mm - - -
40 mm 25-100 100 -
20mm 0-70 95-100 100
16 mm - - -
67

12.5mm - - 90-100
10 mm 0-35 25-55 40-85
4.75 mm 0-5 0-10 0-10
2.36 mm - - -

The aggregate crushing valve should be not more that 45%.


The aggregate should not contain weathered Kacha pieces more than
10% . As far as possible aggregate should be well graded but not
beyond the grading limit as stated above and shall be of one crush.
Aggregate should be in good colour and free from dust, Kankar, Mica,
clay, organic matter, etc. It shall be washed if it contains clay or earth.
The different nominal sizes of coarse aggregate should be as per
specification for different concrete works as per IS 383-1970. The
specific gravity (on SSD basis) should be not less than 2.7 and
absorption not more than 0.5%.

For general reinforced cement concrete works 20 mm grit is


recommended to be used, if coarse aggregate supplied at site is not
well graded as specified above blending shall have to be done with
finer or coarser coarse aggregate to give required grading.
3. CEMENT:
The cement supplied shall be ordinary Portland cement conforming to
IS-269-1976 or Portland Puzzling cement confirming to IS_1489-1976
of 28 day compressive strength not less than 380 Kg/Cm2 and 310
Kg/cm2 respectively as specified in above codes shall be supplied by
the contractor as per norms and conditions of the contract and testing
certificate shall have to be furnished by the contractor.
4. STEEL:
The steel for reinforcement required i.e. M.S. rods plain or cold
68

twisted deformed bars shall confirm to IS 226-1975 or ISS 1976-1979


and Fe 415 grade steel as per IS: 1786-1985 shall be supplied by
contractor as per terms and conditions of the contract. The steel has
to be supplied by the contractor and test certificate shall have to be
furnished as per IS codes specified above. All reinforcement shall be
free from loose mill scales, loose rust, coats of paints, oils mud or
other coating, which may destroy or reduce bond.
5. WATER PROOFING COMPOUND

Water proofing compound used with cement should be of best


quality confirming to India Standard specification No. IS-2545-1964
(Internal Cement Water Proofing Compound) other water proofing and
proofing material should also confirm to relevant India Standard
specification on as prescribed by the Engineer In charge.
6. BRICKS:
The Bricks will be arranged from Kiln situated at distance from
municipal limits conforming the India Standard specifications IS-1977-

1960 and IS-2117 or PWD detailed specifications. The offer by


the contractor shall cover carting charge of brick from the kiln to the site of
work.
Bricks should be hand or machine molded, allowance being
made for shrinkage in drying burning, etc. Bricks should be sound
structure compacted homogenous. Free from the Crack and the flaws,
such as air holes, Stone modules or module of free lane or any other
defect. The bricks should have metallic should and deep red or copper
colour, and should be neither over burnt nor under burnt when two
bricks struck each other it should make a clear ringing of metallic
sound, fresh furnished surface of the Brick should show an uniform
compact structure, free from air holes, lumps, modules, grits, etc. The
bricks should be of uniform size and of smooth rectangular faces with
shape corners and well defined sharp edges having dimension 9"x4.5"
69

X2-1.4" with tolerance on dimensions of 3%. Dimensions of brick


should also satisfy as per IS 1977-1966. The crushing strength of
Bricks should be 105 kgs. Per sq cm. It should absorb not more than
20% water of its dry weight when immersed in cold water for 24 hours.
7. WATER
Generally, water suitable for drinking can be used for works.
But water should be clear and free from oil, alcoholics or acid matters,
algae etc. The contractor will have to make his own arrangements at
the site or work.
8. OTHER MATERIALS:
Any other materials proposed to be used for the construction, if
the contractor shall describe the specification and relevant IS code , if
any.

SPECIFICATIONS FOR BUILDING WORKS

1. EXTENT OF WORK:
The contract provides for construction of a Pump House cum
Chloronome as per departmental type design and drawings, construction of
Barbed wire fencing and 3.60 m wide Iron gate with pillar and BOE approach
road and all other related works as per Schedule 'G-4' and drawings
attached herewith this contract for Allahganj water supply scheme. The
general specifications of Building works given herein under shall also apply
for all other building works required in other parts of specification journal
and parts of Schedule 'G-4'.

2. LIMIT OF CONTRACT:
This contract shall deemed to be complete after all the works have
been tested and handed over to the Ex. En. C.D. U.P. Jal Nigam,
Shahjahanpur and contractor shall also be fully responsible for maintenance
70

for 12 months. It will be wholly contractor's responsibility to replace repair or


reconstruct part or whole of the structure, if any defect is developed or
damage occurs after the date of commissioning during 12 months
maintenance period to the entire satisfaction of Engineer In charge.

3. EXCAVATION:
Excavation shall be carried out of specified depth and dimension and
will be upto the exact bottom, required for proper completion of work, no hole
should be left, and should be fixed with concrete. All damages arising out of
the falling of sides of the trenches during the excavation be made good by
the contractor at his own expenses who shall also be responsible for any
damage to persons, things or property that may result from the falling or
giving way of sides or the insufficient guarding of the same. The contractor at
his own cost shall cart away all surplus earth and dispose it off upto 60M as
required by the Engineer. The earth will generally be required in raising road
side/parties and filling in embankment. Sand will have to be properly

depressed as per instructions of the Engineer incharge. Its is likely that sub
soil water is met with during construction, the contractor shall necessarily
provide pumps and other appliances for keeping the trenches clear of water
and shall make his rates sufficiently comprehensive to cover this and all
incidental works that may be necessary for its proper execution and
maintenance during maintenance period.
Any extra depth than actual minimum excavated due to any reason
whatsoever shall be filled with concrete 1:4:8 to the required level by the
contractor at his own cost and any extra width, then minimum requirement,
excavat3d due to any reason shall be filled with selected earth, sand, coarse
sand, etc. by the contractor at his own cos. The work should comply with
detailed specifications of Jal Nigam/LSGED and PWD specification relevant
to the work.

4. REINFORCED CEMENT CONCRETE


71

All the RC.C. work shall be laid according to the direction given to the
contractor. A design mix shall be preferred but if contractor is willing to use
nominal proportion of mixes following proportions shall have to be adhered
for coarse aggregate of 20 mm grading and lime aggregate .

M-150 MIX: Concrete shall be prepared in proportion 1 (one ) part ... or


puzzling Portland 2 (two) parts of fine aggregate of approved specifications
and four parts of coarse aggregate of approved specifications.
M-200 MIX : Concrete shall be prepared in proportion 1(one) part of ordinary
or puzzling Portland cement, 1.5(one and half) parts of the aggregate of
approved specifications and 3 (three) parts of coarse aggregate of approved
specifications.
In no cases mix above M-2—grade shall be allowed of nominal mix
proportion. Concrete of M-250 and higher grade shall have to be used of
design mix proportions.
Maybe if anywhere design mix proportions are prepared to be used,
ought to have to be get designed for all coaches of materials. In

proportioning of design mix concrete, the quantity of cement, fine aggregate


and coarse aggregate should be determined by pass . A contractor or
Engineer-in-charge proper use design mix, contractor will make
arrangements to weigh the materials however, when can be measured by
volume in calculations. All equipments should be maintained in a clean
serviceable condition, and their periodically checked.
If contractor or Engineer-in-charge prefers to use design of M-150 and
M-2 concrete, quantity of constituents can vary from nominal mixes, for the
increase or decrease of quantity of contractures no extra payment or
deductions shall be made. The cost quoted by the contractor shall be
comprehensive enough to the charges of mix design from approved agency.
As soon as the batch of any or more of constituents changes, fresh mix
Design shall have to be got done.
72

Nominal mix or design mix shall have to be prepared in such a way to give
required workability, as per instructions of Engineer-in-charge/Site in charge
and a characteristics strength not less than appropriate values given in
circular submitted by the contractor. However following IS specifications
shall have to be followed by the contractor.
4.1 All materials should confirm to specification laid down in detailed
specifications for material Part-A or wherever above specifications
are silent, IS specifications shall be referred.

4.2 QUANTITY OR WATER PER 50 MT. OR CEMENTS.


Grade of Concrete Minimum Water Maximum Water
M-15 24 Lit 29 Lit.
M-200 22 Lit 27 Lit.
The quantity or water should be fixed from minimum content
to Maximum content depending upon the weather conditions, for
desired concrete of adequate workability for the proper placement
and compaction as per direction of engineer-in-charge or site in
charge. The quantity of water described above, however, includes

the surface water on aggregates. The minimum content of water


however, can be decreased for various aggregate as per direction of
Engineer-in-charge/site in charge.
If due to exceptional either conditions or other unforeseen
quantity of water lies to be increased to maximum water content,
quantity or cement has also be increased in proportion.
In case of design mix, the water cement ratio fixed to be
maintained constantly for all the batches. In case of water cement,
content shall have to be increased due to any reason the cement
content shall have to be increased in proportion.

4.3 WORKABILITY:
The workability of concrete should have to be maintained in
such a way as is just sufficient for proper placement and compaction
73

of concrete, which will surround and grip all the reinforcement for
vibrated concrete workability of concrete shall be lower. However,
concrete of following workability worked out from slump test is
recommended to be maintained at site.

Slump for 20 mm aggregate

Concrete with Vibration without Vibration


Lightly reinforced
Sections 25-35mm 50-75 mm
Heavily reinforced
Sections 35-50mm 75-125mm

4-4 PREPARATION OF MIX:


Concrete mix should have been prepared in such a manner
that all the material in any batch should be of uniform consistency. All
the batches should produce the mix of same consistency. Therefore,
it is to be ensured by the contractor that Power Driven Machine
Concrete Mixtures which should comply with IS 1791-1968 shall be
used for preparation of Mix. No manual Driven Concrete Mixtures or
hand mixing shall be allowed.
Mass of ingredients in desired proportions should be fed in
drum from coarser aggregate to finer aggregates and finally the
require quantity of water should be added. The mass should have
been turned in revolving drum at 35 r.p.m. for about 1-1/2 minutes to
2 minutes until a mix of uniform consistency forms Aggregates should
be added in revolving filled from on one side and the mix should Ibe
74

prepared by tilting on other side.


Under certain unavoidable conditions, such as break-down
of mixer, when the quantity or concrete work is very small, hand mixing
may be permitted at the discretion of Engineer-in-charge/site
incharge, subject to addition of 10 percent extra cement. When hand
mixing is permitted, it should be carried out on a watertight platform
and care shall be taken to ensure that mixing is continued until the
concrete in uniform in color and consistency.

4.5 FORM WORK :


The form work shall be designed and constructed to the
shapes, and dimensions shown on the drawings within the following
clearances.
a) Deviation for specified dimension - 6 mm
of cross section of columns and + 12mm
Beams, curved surfaces, etc.
b) Deviation from dimensions of footings :
c) Dimension -12 mm
+ 50mm
d) Eccentricity 0.02 times the width of the footing.
In the direction of deviation, but
not more than 50mm.
e) Thickness + 0.05 times the specified
Thickness.
Above tolerances apply to concrete dimensions only, not to
positioning of vertical reinforcing steel or dowels.

4.6.1 ASSEMBLY OF REINFORCEMENT :

4.6.2 Reinforcement shall be bent and fixed in accordance with


procedure specified in Is 2502-1963 and shall not be
straightened in a manner that with injure the material.
4.6.3 All reinforcement shall be placed and maintained in position
75

shown in the drawings.


4.6.4 All reinforcement shall be placed within the following
tolerances:
a) For effective depth 100mm or less +5 mm
b) For effective depth more than 100 mm +10mm
c) For effective depth more than 200 mm +15mm
The cover shall in no case be reduced more than one third of
specified cover on 5 mm whichever is less.

Where reinforcement bars are bend aside at


construction joints and afterwards bent back into their original
positions; care should be taken to ensure that at not time is
the radius of the radius of the bend less than 4 bars diameters
plain mild steel or 6 bar diameters for deformed bars. Care
shall be also taken when bending back bars, to ensure that
the concrete around the bar is not damaged.

5. TRANSPORTABILITY:

Concrete shall be transported from mixer to the form work as rapidly


as possible in such a way to prevent segregated loss of any of the
ingredients, maintaining the required workability, loss of water by
evaporation, absorptions or seepage, loss of heal, etc.

6. PLACING:

The concrete shall be placed in the form work as early as possible


and leaving enough time for compaction before initial setting. After
initial setting time it should not be disturbed. Method of placing
should be such as to preclude segregation, and reinforcement or
form work should not more of specified dimensions.

7. COMPACTION:

Concrete should be thoroughly compacted and fully worked around


76

the reinforcement, around embedded fixtures and into covers of


formwork. The compaction should be made by means of immersion
type Vibrators, complying with IS 2505. Contractor has to ensure
vibrated compaction in such a way to avoid segregation of concrete
and deformation of formwork.
If the needle of Vibrator during process of compaction be ask and left
into concrete, Contractor has to remove it from the concrete at his
own cost and the rates given should be comprehensive enough.
Places where immersion type vibrators cannot be used, surface
vibrators shall be used.
Compaction of places where vibrator cannot be used, shall be as of
other type concrete work, has to be done in such a way that concrete
mass gets its maximum density by means of planning and beating in
such a way that the form work does not disturb and surface on both
the sides is even and smooth to the satisfaction of Engineer-in charge.

8. CONSTRUCTION JOINTS
Concreting shall be carried out continuously upto construction joints
position and arrangement shall be done as follows:
(i) Construction joints shall be left at pint of contra flexure in leading
members. Joint should be vertical and roughened.
(ii) In direct compression members or vertical joints, the joint should be
in a key like manner, that the width of joint is not less than 1/4 th
lateral dimension and not more than 1/3rd of lateral dimension. Depth
of joint should be kept equal to width of joint in key like manner and
roughened, when work has to be resumed should be swept, cleaned
and thoroughly wetted. Loose material of last concreting should have
been removed. On heat, rough, wet and hardened surface neat
cement slurry shall be applied in specified water cement ratio.
When the joint is horizontal, the wet surface with cement slurry should be
covered with a layer of mortar about 10 to 15 mm
thick composed of cement and sand in the same ratio as the cement
77

and sand in concrete mix. This layer of cement slurry or mortar shall
be freshly mixed and applied immediately before placing of the
concrete.
When the concrete has not fully hardened all laitance shall be
removed by scrubbing the wet surface with wire brush, care should
be taken to avoid dislodgement of particles of aggregate. The surface
shall be thoroughly wetted and all free water removed. The surface
shall then be coated with neat cement slurry n specified water
cement ratio On this surface, a layer of concrete not exceeding 150
mm in thickness shall first be placed and shall be well rammed
against old work particular attention being paid to corners and close
spots, work hereafter shall proceed in the normal way.
The construction joint in water retaining structure should be
done as per IS:53370 (Part-l) - 1965 and be sealed by means of
appropriate material on water face.
(iii) Forms shall not be struck until the concrete has reached at strength
at least twice the stress to which concrete may be subjected at the
time of removal of form when concrete does not reach the above
mentioned stress form work has to be kept for longer period for which
no extra payment shall be made to contractor. Any loss due to the
removal of formwork prior to reaching the concrete stress mentioned
above shall be sole responsibility of the contractor. However, in
normal circumstances and where ordinary Portland cement is used.
Forms may generally be removed after the expiry of the following
periods :
(iv)
Walls, columns and vertical 24 to 48 hours as may be
decided by the Engineer in-charge.
(a) faces of ail structural
members
(b) Slab (props left under) 72 hours.
(c) Beam {softits (props left 7 days
78

under)}
(d) Removing of props under
slabs.
(i) Spanning upto 4.5 M. 7 days
(ii) Spanning over 4.5 M. 14 days
(e) Removal of props under
beams & arches..
(i) Spanning upto 6 M. 14 days
(ii) Spanning over 4.5 M. 21 days

9. CURING:
Exposed surface of concrete shall be kept continuously in a damp or
wet condition by pending or by covering with a layer of sacking.

Canvas. Hessian or similar materials and kept constantly wet for at


least seven days from the date of placing of concrete.
During hot or cold weather concreting should be done as per the
procedure set out in IS-7861 (Part-1) 1979 and IS 7861 (Part-II)
Concreting under water shall be done according to procedure set out
IS 456-2000.
All the reinforced cement concrete work shall be form and no extra
cement shall be issued for rendering the exposed exceed cement
concrete work.
10. P.C.C. 1:6:12

It shall be carried out as per P.W.D. detailed specification No. 30 with


fine sand and 40 gauge brick ballast of approved quality.

11. P.C.C. CONCRETE 1:2:4

It shall be carried out in accordance with PWD detailed


specifications No. 30 with the modifications that the coarse aggregate
of (10 to 12mm) gauge hard stone ballast of approved quality will be
79

used and fine aggregate shall consist of clear coarse sand of


approved quality and the exposed surface shall be rendered smooth
with neat cement.

12. FIRST CLASS BRICK WORK IN P.C. MORTAR 1:2:4

One 1st class bricks confirming to PWD detailed specifications No. 16


shall be used in this work. The brick work shall be carried out in
accordance with PWD detailed specification item No. 37 using P.C.
Mortar 1:2:4 with approved coarse sand & local sand. The mortar
shall be prepared as specified in PWD detailed specification No. 19 .
The bricks shall be socked in water before use and proper curing
shall be done to the brick work.

At the time of laying, the joints shall be revoked out with edge of
trowel so as to leave the mortar level with the face of brick work.

13. STRUCK POINTING 1:2

The cement and sand mortar 1:2 shall first be pressed into joints. The
top of the horizontal joints shall then be neatly pressed back about 3
mm with the point tool so that joint may slope Dom top to bottom. The
vertical joint shall be rule pointed. The junctions of vertical joints with
horizontal joints shall be at true right angles. The work shall confirm
to Jal Nigam/PWD /specification, which can be seen in the office of
Engineer.

14. P.C.PLASTER1:6AND1:4

The cement sand plaster in 1:6 or 1:4 shall be done as required in


thickness 12mm (not less than 10mm) as per IS 1661-1972 or its
latest amendment. Curing shall be done for at least 14 days. Detailed
U.P. Jal Nigam specification of work/PWD specifications can be seen
80

in the office of Engineer.

15. CEMENT PLASTER IN DADO OR SKIRTING

The cement, coarse sand plaster 1:2 laid in panels finished with 3mm
thick floating coat of neat cement in 1:5 cement and marble dust shall
be done in accordance with Jal Nigam/PWD specification.

16. C.C. FLOORING

25 mm thick 1:2:4 plain cement concrete floor with cement, coarse


sand and 20 mm gauge stone ballast laid in panels finished with
3mm floating coat of neat cement or marble dust in ratio of 1:5 as
specified over 75mm thick base concrete of cement & sand and 40
mm thick ballast in ratio 16:12 after removing any overlapping of
mortar on joints of panels and giving uniform shape and finish shall
be done in accordance with Jal Nigam detailed specifications of
work/PWD specifications which can be seen in the office of Engineer.

17. GLASS STRIPS

3 mm thick glass strips, of 25 mm width in joints at the time of laying


of floor flush with floor level, will be provide & laid to provide
construction joints in panels not more than 80:80 cm.

18. ROOF WORK

40 mm thick insulation layer of sand and clay over R.C.C. roof shall
be laid Lime concrete with 25 mm gauge brick ballast. White lime and
surkhi in proportion of 100:1836 in roof terracing shall be provided in
accordance with Jal Nigam/PWD specification which can be seen in
the office of Engineer.

19. REINFORCED BRICK WORK:

R.B. work with 1st class bricks laid in cement & coarse sand mortar
1:3 shall be provided as shown in the drawings in accordance with
81

Jal Nigam/PWD detailed specifications.

20. DOOR SILLS

Cement concrete with cement, coarse sand and 20 mm gauge stone


ballast in proportion 1:2:4 shall be provided as per Jal Nigam/PWD
specification.

21. M.S. ANGLE IRON CHAUKHATS

Chaukhats shall e of MS angle Iron of size 40X40X6mm.


MS Angle Iron conforming to relevant IS code molded straight and
will be provided as shown in drawings.

22. DOORS & WINDOW SHUTTERS

Milled steel doors on as shown in drawings and window shutters shall


be provided with all hinges, bolts, locks handles, spring & other
fittings with oxidized Iron fittings shall be provided as per drawings.
The work shall be carried out to the satisfaction of Engineer In-
charge. M.S grill will be provided in window as per direction of
Engineer In-charge.

23. R.C.C. PRECAST JALLIES:

RCC precast jallies of 10 cm. x60 cm. size shall be provided as per
drawings and as per direction and also to the satisfaction of Engineer
In-charge.

24. PAINTING OF IRON WORKS:

All iron works shall be planted two costs of approved paint (Berger or
equivalent quality) over one coat of primer of approved quality as per
the satisfaction and approval of Engineer in-charge. The work shall
confirm to Jal Nigam/PWD specifications, which can be seen in the
Engineer's office.
82

25. WHITE WASHING & SNOWCEM

All inside of buildings shall be white washed with approved shade in


3 coats to the entire satisfaction of Engineer In-charge . The work
shall be done as per Jal Nigam /PWD specifications. All outside
surfaces shall be applied with 2 coat of super snowsem or equivalent
over one coat of cement white wash.

26. ROLLED STEEL JOISTS

Pump house shall be provided with 200mm x 100 mm rolled steel


joist painted two coats of approved paint over one coat of steel
primer as per drawings.

27. INTERNAL ELECTRIFICATION OF BUILDINGS:

Contractor shall also provide for internal electrification of Buildings as


per direction of Engineer In-charge . Contractors should submit with
the tender their own specifications and drawings.

28. IRON GATE:

Water works compound shall be enclosed by Boundary wall as per


drawing. MS iron gate 2.0m wide with pillars and 1.20 wide wicket
gate shall be provided as per drawings to the satisfaction of Engineer
In-charge . The rates should include all works such as supply and
construction, enamel, painting/snowsem painting, fabrication and
installation as per drawings.

29. APPROACH ROAD:


83

Water works shall be provided with BOE approach road as per Jal
Nigam/PWD specification.

30. OTHER ITEMS:

All other item not described above shall be as shown in drawings and
to the entire satisfaction of Engineer In-charge .

SPECIFICATIONS FOR PIPE LINE WORKS


AND RISING MAINS

1. EXTENT OF WORK:

The contract provides for the supply , laying and jointing of all
PVC/AC distribution system and D.I. pipe rising main, fittings and
specials and all other appurtenant works as per schedule 'G' and
index plan/design and drawings attached herewith in this contract.

2- LIMIT OF CONTRACT:

The contract shall deemed to be complete after all the works


have been tested and handed over to the Executive Engineer ,
Construction Davison, U.P. Jal Nigam, Shahjahanpur and with stood
a maintenance period of 12 months after the date of commissioning without
developing any defects etc. It will be wholly contractor's
responsibility to replace the whole or part of pipelines and fittings/
chambers at his own cost, if any irreparable defect or damage due to
failure of pipe, fittings, specials and other materials occurs or the work
84

is found to be of inferior quality beyond acceptance in the opinion of


Engineer In charge even after execution & during the maintenance
period.

3- EXCAVATION OF TRENCHES:

The excavation in trenches shall be carried out in accordance


with the detailed specification laid down in L.S.G.E.D. detailed

specification s, which can be seen in the office at any working day and
office hours before filling in the tender, and the contractors shall
include all such works as detailed there in as well as all imploring
shoring and shuttering as this shall not be paid extra.

4. CUSHIONS ALL ROUND THE PIPES

To avoid damage to the PVC pipes due to kankar/boulders and other


sharp object, if at all uncounted in field, sand or alluvial soil
cushion or screened earth free from all above unwanted objects, shall
be provided which shall be laid under the above pipe lines in thickness
1/3rd of the cuter dia of pipe or 10 cm. whichever is less , which shall
be paid extra contractor should therefore quote his rates in
schedule-H.
5. JOINTING OF PIPES AND FITTINGS CAST IRON DETACHABLE
JOINTS:

It shall consist of two C.I. flanges, C.I. collar and two rubber
rings with a set of nut bolts. For jointing. A flange, a rubber ring and a
collar should be slipped to the first pipe in that order, a flange and a
rubber ring shall be introduced from the jointing of the next pipe. After
85

aligning the both pipes and keeping the collar centrally placed, joints
of the flanges shall be tightened with nut and bolts.

6. SUPPLY & FIXING OF VALVE AND FITTINGS

6.2.1 Plain ended C.I. valves confirming to IS 2906-1984 and fittings


and specials confirming to I.S-5531-1977 (part 1 to 3) shall be
supplied and fixed as per method described above and relevant
IS codes/Manual on water supply & treatment-1999 or its latest
edition.

6.2.2 C.I. flanged specials and fittings like tee, bends tapers, etc,
confirming to IS: 1538-1976/84 or its latest amendments part 1
to 24 shall be supplied and jointed as per methods told above.
Supply and fixing of C.I. D/F S.V . will confirm to IS 8780-1984
tested to 10 kg/cm2 underground fire hydrant (sluice valve
type) shall be supplied and fixed as per IS-909-1975 or its
latest amendment . Selection, installation and maintenance of
sluice valve shall confirm to speciation land down in IS 2685-
1971 or its latest amendment. Reflux valves shall confirm to IS
5312-1969 or its latest amendment. Supply and fixing ball
valves horizontal plunger type shall confirm to IS 1703-1977.
Air valves as required in schedule 'G-1' shall confirm to relevant
IS-codes.

7- SUPPLY. LAYING AND JOINTING OF PVC PIPES

Supply, laying and jointing of PVC pipes of required working


pressure as per schedule 'G' and index plan will be as per I.S. 4985-
1988 or its latest amendment and laying shall be done as per latest
revision of I.S-7634(Part-3) and as detailed in Schedule 'G' . The Jal
Nigam/LSGED detailed specifications can be seen in the office of
86

Engineer. Solvent cement technique for jointing of PVC pipes shall be


adopted as per IS-7634 or its latest amendment. Injection molded
PVC fittings with solvent cement joints shall be fixed as per IS 7834
with its latest amendment work specifications of latest edition of
Manual on water supply and treatment, Ministry of Housing and
development Govt. of India shall be followed in general for all other
works for which specification are not detailed herein. Before laying of
pipe line a certificate of testing of pipes have to be produced to the
satisfaction of Engineer.

8- SUPPLY AND TREATMENT OF PVC PIPES


HANDLING AND STORAGE:

PVC pipes on no account should be dragged along the ground


and special care shall be taken in handing and transportation of PVC
pipes. Pipes shall not be stacked in large pipes, especially under
warm climatic conditions, to avoid distortion of bottom pipes. For
temporary stacking of PVC pipes in fields where racks are not
provided care shall be taken that the ground is level, free from loose
stones. Three layers should be kept at maximum and so packed as to
prevent movement. Pipes shall not be stored one pipe inside another.
Contractors should fill in the rates taking care £ all these in his rates.

9- TRENCH PREPARATION:

The trenches bed should be free from any rock projections,


hard object such as flints , or tree roots, etc. If Kanker / boulder mixed
soil is met, a with layer of sand or alluvial earth (or screened earth)
equal to 1/3 dia of the pipe or 10 cm. whichever is less shall be
provided under and above PVC pipes . However, such actions can
only be taken only after written order and satisfaction of the Engineer.
Sand/earth cushions shall be paid extra as per Schedule-H-1. Depth
87

of trenches should be such as to provide minimum one meter cover to


the pipe. The width of trench shall be 60 cm plus the inner dia of pipe.

10. LAYING AND JOINTING:

Pipes shall be laid end to end in already prepared trenches and


using solvent cement, socket and spigot joint shall be made. The
socket in the form of injection molded fittings shall be used and glued
to pipes with solvent cement. Full load should be done only after 48
hours of jointing. The PVC pipes are notch sensitive hence no

threading into PVC pipes shall be done. Normally all the valves are
jointed by flanged joints. Lockers can sometime be plugged by
fastening clamps with rubber gaskets. However laying of PVC pipe will
be done only after the pipes is supplied and tested as per relevant IS
codes to the satisfaction of Engineer and a certificate to this effect is
produced. Contractor shall be solely responsible for pipelines to be
made 100% leak proof during work and for a maintenance period of
one year after the date of commissioning.

11. PRESSURE TESTING OF PVC PIPES


Pressure testing of PVC pipes shall not be done until otherwise
desired by the Engineer Incharge. However, pipelines shall be tested
against any leakage by the contractor in a Manner as specified in
relevant IS or as per para 6.10.5 on page 120 of the Manual on water
supply and treatment. Prior to testing care should be taken to
evacuate any entrapped air and slowly raising the system to
appropriate test pressure. After about one hour has elapsed, a
measured quantity of water shall be pumped to bring the pressure
88

back to test pressure, if there is a loss of pressure during the test. The
quantity of water required to restore the test pressure of 30 M. for 24
hours should not exceed 1.5 liters per 10 mm of nominal dia for a
length of 1 Km.

Contractor shall include in his rates sufficient margin for testing


and repair of subsequent leakages of joints, fitting and specials during work and
after commissioning of pipe line during maintenance period
of one year.

12. PILLAR TYPE STAND POST AND VALVE CHAMBER:

Single tap pillar type stand post and valve chambers as per
schedule 'G-1' and index plan shall be constructed as per
departmental type design . Item wise general specifications of work
and materials are given in following parts of specification journal and
shown in the drawing. For detailed specifications relevant IS
specification/Jal Nigam, PWD specification shall be followed.
However, estimate of unit quantities of work and work specifications
unit wise can be seen in the office on any working day.

13. SURFACE BOX:

Supply and fixing of C.I. surface box, for Sluice valve, shall
confirm to IS 3950-1979 or its latest amendment and chambers as per
type design and drawing attached with the tender and to the
understanding of Engineer.

14. SUPPLY AND LAYING. JOINTING OF D.I PIPE AND FITTINGS


FOR RISING MAINS.

Supply of D.I. pipe of required size and class as per schedule


'G-21 and index plan shall confirm to IS 8329-2000 or its latest
amendment laying of C.I. /D.I. rising main shall confirm to IS 3114-
89

1985 or its latest amendment/ Jal Nigam specification/Manual on


water supply & treatment 1999 or its latest edition. Other items of work
not specified herein or above shall confirm to IS 1230-1979 wherever
required and to the satisfaction of Engineer. Pipeline shall be made
100% leak proof and maintained upto one year by the contractor.

15. TESTING OF D.I. PIPES

D.I. pipes supplied will be pressure tested for field working and
hydrostatic test pressure and other tests shall be carried out as per IS
1536-1989 or other relevant IS Codes/Jal Nigam
specifications/Manual on water supply and Treatment-1999 or its
latest edition prior to laying and to the satisfaction of Engineer. Before
laying a certificate of testing will have to be produced to the
satisfaction of Engineer. Mains will be tested after commissioning for
any leakage and rectified and during the maintenance period of one
year; all defects shall be rectified by the contractor.

16. OTHER ITEMS

Contractors can give his rates for other items not covered in IS
or Jal Nigam/PWD specification e.g. leakage of pipe materials and
leaks from pipe ruptures during testing and commissioning and
maintenance period, extra rate for working in nights for emergent
repairs and works, cutting of running pipe lines which can be quoted in
extra item schedule 'H-1' by the contractor or any other items not
covered as above . Extra item Schedule shall be subject to the
sanction by next higher competent authority than the Engineer
Incharge accepting the tender. Contractor should also quote his rates
90

in Schedule-H-1 for increase or decrease in size of rising main


depending upon the safe yield of T.W. met with.

LAYING & JOINTING OF RISING MAIN. DISTRIBUTION SYSTEM AND OTHER


APPURTENANT WORKS
For the connivance of reference, the specifications have been divided under
the following heads.
(a) General.
(b) Materials.
(c) Workman ship.
(d) Works.

GENERAL

IMPORTANT NOTES:

The contractor are well advised to see the site of works thoroughly before
filling their tenders. Besides providing proper barricades, sufficient no, of
notice board, red flag and watchman they might have to make necessary
and adequate arrangements for the diversions of the traffic and many have
to do the pipe laying work in the night as well. They should make their rates
sufficiently comprehensive to cover for all such expenditure, as no extra
payment on this account shall at all be made.

EXTENT OF WORK GENERAL


29 (A) This contract provides for the manufacture, supply delivery and
91

creations of all materials except these provided by the division and


finishing in all respect and the maintenance for a period of one year
after the completion of all work required in connection with scheme.
The laying and jointing of water pipe lines and appurtenants works as
provided under the condition of contract here to annexes and as
descried in the schedule 'A' and set forth in schedule 'G' here to
annexed.
(B) Works to the astern of funds only will be carried out. The Engineer
reserves the right to cattail of reduce any work. With out assigning
any reasons and the contractor shall not entitle, to claim any
compensation or damages on this accounts.
PROPOSE OF WORK

30- The said works required for the purpose of providing, water supply.

WORK INCLUDED IN THE CONTRACT

31- The contract comprises mainly the following works "laying and jointing of C.I.
specials & fitting and appurtenant works including excavation of trenches
removal/ disposal of surplus materials and temporary fain statement of the
surface to the satisfaction of the Engineer and other appurtenant works.

LIMIT OF CONTRACT:

32- The contract shall be deemed to be finally completed when all the work
comprised there in shall have success fully with steed on whole rainy season
and the period of the not less than 12 months after the date of completion to
the satisfaction of the Engineer and final clearance Certificate covering the
maintenance has been issued.

GENERAL ARRANGEMENT AND SETTING OUT OF WORK


33- The Engineer brought his authorized representative will establish the
necessary bench marks and level of necessary but the contractor must
setout the work and he will hold responsible for its correctness and shall be
incumbent on his to dismantle, remove and rebutted at his own expanses
and work not correctly set out as described by the Engineer.
92

Further before ordering any materials, the contractor shall from his
own conclusions as to the actual amount for materials required as the
payment will only be made on & net measurements of the work actually
completed.
The contractor shall provide all page, plates, and pillars out the work
and shall give such assist once as may be required by the Engineer or his
authorized reprehensive infixing Given levels and checking works before
during and after execution of work.

EXECUTION AND CHECKING OF WORK

34- As materials are collected and the construction of each section of the work is
completed it will be checked over buy the Engineer of his authorized
representative, a representative of the contractor shall as earth in form what
part or portions we wished do check, over and pass but such approval shall
in no way relieve the contractor of nay of his responsibilities which shall not
and until the contract has bee completed as defined in clause-32( of the
contractor).

TEST

35- During the progress of the work and the period of the maintenance the
contractor shall Gary out such tests as in the opinions of the Engineer or his
authorized representative are necessary to determine that the materials
supplied comply with the condition of the general and detailed specification
whether under test conditions of the actual use the test to be carried out
shall be the Engineer, The Engineer, however, reserves the right to include
any further tests he considers necessary. The Engineer may require the
rates in schedule 'E1 and as. The Engineer however, reserves the right to
include any further test he considers necessary. The rates in schedule 'G'
shall include cost of such test.

APPROVAL OF DRAWING
93

36- As the work proceeds the contractor shall submit detailed dimensioned
drawing of the fabricated or manufactured portions of the work and fittings,
which he is supplying for approval or as may be required by the Engineer.
These drawing shall be submitted for approval in duplicate and after having
been approval nay further reasonable no. of copies for the surge of Govt. or
the representative of the Engineer shall be supplied to the Engineer by the
contractor list of drawing which be submitted in the first in stance is given in
schedule 'C'

SAMPLES

37- As the work proceeds the contractor shall submit samples of materials
for approval as may be required by the Engineer and all deliveries at the site
shall but below the standard of the samples. A list of such samples is
required in the first instance in given in schedule 'D'.

ALTERNATION OF THE TENDER

38- The contractor must tender in general in accordance with the requirements
of these specification but they shall be at liberty to offer alternatives or
modifications. The items in these specifications or schedules must new
however be alerted to Isuit, the alternatives or modification any alternations
or modifications must be submitted as an addendum and forwarded along
with the tender which, if approved in hole or parts will be amended in the
contract at the time of acceptance.

METHOD OF TENDERING
39- The contractor must fill in the rates and amount etc. in English or in Hindi
written in Dev Nagri script in schedule 'D ! .He must write in words as well
as in figures the rate and total costs of each item in the column provided j in
schedule 'D' Booth the schedule must also be signed by the contractor or a
duty accredited agency on his behalf it is a strictly for bidden to modify or
94

change the arithmetical or any or all the tendered d item as by a percentage


deductions or in crease and tender so received may rejected.

WANT OF KNOWLEDGE

40- The contractor must carefully go through the conditions, specification and
items of contract and study hole drawings before tendering. In case of any
obscurity he should apply to the Engineer for the elucidations as no excuse
for want of know ledge for non-compliance any party of portion of
the specifications for items of contract shall be considered.

OCTROI
41- Octopi charges on all materials brought by the contractor for the work from
out side the municipal limit shall be paid buy him to the municipal board in
accordance with the municipal schedule of rates in force at the time the
materials cross the municipal barriers.
The contractor should consult the municipal schedule of rates and
look an allowances for the same in his rates as no extra acclaim on account
of it shall be entertained.

FIRM TURNERS
42- Firm price in rupees and pause shall be quoted for each item each in the
schedule 'G' tenders shall remains good and open for acceptance for a
period of four calendar month form the date they are opened.
The contractor shall, before tendering, consider the fluctuations in
rates of materials, and lab our form time to time and shall make provision
for the same in his rates as no exec use for allowing any increase in the
rates ten dread by him on this account will be entertained.

WATER SUPPLY FOR WORK AND


DRINKING PURPOSE & FACILITIES
TO LABOUR
43- The contractor shall make his own arrangements with regarding to water
required for the execution and tests of the works and shall also arrange for
95

supply of drinking water to his own employees and labour He should defrays
all charges in this connection and include in his rates sufficient amount to
cover such charges. All such facilities as are now required to provide for the
lab ours under the labour welfare rules in force shall also be provided by the
contractor at his own cost.
FENCING & WATCHING: -
44- The contractor shall be responsible for fencing of in a good and sufficient
manner a all excavation, work and materials, at niter so as to prevent
accidents by night as well as day. He shall also be responsible for lighting up

in a proper and sufficient manner at night the portions of the work, which is
open, or under construction and he shall maintain sufficient numbers of
watchman on duty when his workers are not actually working. He should
make his rates sufficiently comprehensive to allow for these duties. The
contractor shall be fully responsible and indemnity to Govt. are any other
person or persons of accidents caused either by the neglect of such
predations or other wide.
Notice board shall be supplied and fixed in suitable portions where
the road or other through. Fares have been opened out for the construction
work and the traffic has been deserved or cautioned, such board shall
display in large letters in b lack and white or in red and white scholar such
warning as " STOP ROAD CLOSED AND SLOW, WORK IN PROGRESS"
etc. such question notice must also be fixed at suitable points in the neighbor
hood of the work where other roads joint or cross the road opened but so
that traffic may have sufficient warning to avoid the blocked road by taking
any alternative routes or by using the diversion provided by the contractor.
NOTE ;
ALL CAUTION BOARD CONSIDERED NECESSARY OR
DIRECTED BY THE ENGINEER IN CHARGE SHALL BE PROVIDED BY
CONTRACTOR AT HIS OWN COST AS AND WHEN REQUIRED AND
INCASE JIT IS HAVE BY THE ENGINEER THAT DUE CARE IN DISPLAY
OF BOARD ARE BLOT TAKEN BY THE CONTRACTOR THE ENGINEER S
RESERVED THE RIGHT TO GET ANOTHER BOARDS FIXED
CHARGEABLE TO CONTRACTOR IN THE INTER OF PUBLIC WORK
96

LIFT AND PROPERTY.


CLOSING OF ROAD DIVERSION OF TRAFFIC.
45- The contractor will provide barriers at each and of portion of the road under
repair and red flag shall be placed at each barrier by day and red light by
night. The barrier by day and red parties of the road construction of through
farmed must be kept free from tools and construction and d will have to be
maintained in perfect by the contractor until the entire with of road is not
available for traffic. The contractor must include in his rates necessary
charges required for conversion of traffic and all such diversions shall
be maintained neat and clean well rammed and watered. In case it is
considered necessary, by the Engineer to provide brick soling avoid dust of
rainwater nuisance when in such cases all charges. Shall also be borne by
contractor.

TIP FOR SURPLUS EARTH OR RUBBISH

46- The contractor shall provide at his down expense a tip for surplus earth and
shall removed from works will spoil and rubbish. He shall include in her rates
a sufficient sum to cover the cartage and charges is this connection.

PUMPING DURING ACTION

47- The contractor shall provide all appliances pumps, engines, machinery,
suction & delivery piping foundations fastening, fuel or electric power to run
the plants lubricants, cotton waste and all labour skilled and unskilled
necessary for dealing with all springs, flood water or drainage encountered
during constructions. The contractor shall make his rates sufficiently
comprehensive to cover the cost of such work should the occasion arises.
The pumps & other machineries if available with the department can be
issued to the contractor on department terms & conditions for issue to tools
and plants on loan.

PROVISION OF TEMPY BRIDGES & DRAWING.

48- The contractor shall include in his rates a sufficient amount to cover the cost
97

of all tamp, bridges and channels across trenches or excavations at the


place considered necessary by the Engineer .He shall also provide for
tempy. Diversion and reinstatement of all drains open or covered, or water
makes, that may be with during the excursions of the work.
TIME OF COMPLETION
49- The time of completion shall be as started in schedule 'F'

MEASUREMENTS

50- The measurement for payment of jointing if C. I.A.C. & PVC pipe shall be taken
form one and to another including specials, & fitting, No. extra payment will
be made for specials and fitting such as sluice valve & Reflex valve etc.

QUANTITY IN SCHEDULE 'D' NOT GUARANTEED.

51- The quantities given in the schedule 'G' are approximate & may very up to
any extent. The payment will be made on actual NEET measurement taken
during construction and after completion orders the extra quantities of
materials required after working out his won quantities as he will be not be
paid for any materials or dared & procured but not used on works.

PAYMENT OF WORK

52- The work shall be paid for in manner get out in the general connection here
to annexed and the rates stated in schedule 'G' item not included in this
schedule will be paid vide clause 13 of the general quantities of the contract.

STANDARD AND DETAILED SPECIFICATION


53- In certain clause of these specification reference is made to the P.W.D,
detailed specification (part-l Building) and part _JI sanitary and U.P. Jal
Nigam detailed specification. These specification are publications of the
Govt. of U.P. and may be consulted in the office of the Executive
98

Engineer, Const. Division. U.P. jai Nigam, Shahjahanpur or obtained from the
superintending & stationery U.P.P. Allahabad.
(B) Material (raw & manufactured)

MATERIAL LABOUR TOOLS AND IMPLEMENT

54- The contractor shall find, provide and supply and include in his rates for all
labour, materials, tools and plants required temporary or permanently on the
works that may became proper of necessary to completion the execution of
the work in all.

SAND
55- The sand used on the works for cement mortar, lime mortar, cement
concrete another purpose shall comply in every respect with P.W.D.
detailed specifications No-7 peer sled. 'A'(Biddy) with such modification as
mentioned in schedule 'E' or in the body of the specification, such sand
when mixed with cement shall confirm with the test laid down in the B.J./S.
for' port land' cement for Hirsute was composed of cement and sand. It shall
also comply with the test specification in schedule 'E'
CEMENT
56- Cement shall be supplied by the contractor.
BRICKS
57- Brick shall complete with detailed specification No-1 part I sec.(A) (Bldg), of
P.W.D.
WHITE LIME KANKAR LIME SURKHI GRAVEL STONE
58- These material shall complete in every respect with the respective clause of
the P.W.D. detailed specifications part-I sect-'A' (Bldg) which shall be
deemed to incorporated in this contract.
PIPE SPECIALS AND FITTING
59- These shall be supplied by the department, free of cost on the terms &
conditions given in such- T contract shall be responsible for the safe
cartage storage and use of these materials in case any a article issued to
him is damaged lost for remain unaccounted for, the cost the same at
99

double the book value will be recoverable from the contractor.


JOINTING MATERIAL
60- Only such jointing materials required for jointing or C.I. specials and fitting
shall be supplied by the department as mentioned in schedule- ‘I’
STEEL
61- All steel required such as M.S. rounds angle iron etc. will be arranged by the
contractor his self. The steel used on the work shall be of tested quality.

SUNDRY MATERIAL :
62- Certain other material not particularly mentioned or decried here in may be
required for the works and these if not specifically mentioned shall comply
with the description set out in P.W.D. detailed specifications or BSS for the
receptive materials. These specifications, in so for as they are applicable
shall be deemed to b e in corporative in the contract.
C& D WORKMAN SHIP & WORKS
63- The tenders are advised to inspect the site of which the work is to be carried
out so that they may from their own idea regarding the difficulties in
transportation of materials and execution of work they are advised to make
their own investigations regarding the conditions or under ground strata,
availability of material and water required for construction & test so that they
may quote their rates after accounting for all the difficulties and making
provision for the complete item of work. No claim what so ever shall be
entertained subsequently for want of knowledge of working and other
difficulties. The cost of each item shall include all labour, material (except
pipes, specials and fittings), tools and plants and another work necessary for
the proper completion of work to the satisfaction of the Engineer whether
specifically mentioned here in or not. It may, however, be noted by the
contractor that he shall be responsible for the complete water tightness of
the pipe line and will be required to give a water tightness test for the same
at his own cost.
100

All pipes, specials & fitting & jointing material will be issued by the
department free of cost, other stores to be supplied by the department have
also been enumerated in schedule T annexed here to as per terms &
conditions mentioned there.
64- The excavation for foundation of buildings and trench of pipe lines shall be
carried out in accordance with the P.W.D. catalog detailed specification No-
3 of part I sch. ‘A’ and U.P. Jal Nigam, detailed specification No 2 & 3 The
rates shall include for centering shuttering, timbering spamming out or
leveling out water where over necessary all complete. The contractor shall
be responsible or any damage done to adoring properly or to nay the works
in progress or partial completed due to any lips, subsidence's etc. He shall
make good all damages on this account at his own cost to the satisfaction of
the Engineer.
The trenches shall be made of sufficient width. Trenches that shall be
payable to 0.6 meters plus inner dia. of the pipe. If the contractor
excavate a width less that this, the actual width will be paid the excavation
shall be carried out up to depth so as provide a cover of at least one meter
over the socket of the pipe in case the contractor excavated more depth
than required at any place he shall fill the trenches to the required level at
this own cost with cement concrete 1:6:12 in local sand first class brick
ballast as directed by the Engineer.
The trenches shall properly be corticated and fenced off. Red
flanges and caution boards during day & red light during night shall besides
play so as to avoid any accident. The contractor is advised to make his down
investigations regarding the depth of sub soil water nature of soil and other
difficulties likely to be most with during execution of work that he may work
out his rates after accounting for all these difficulties. He shall provide pumps
other appliances from rendering the trenches clear of subsoil any other water
that may find its way in to it and shall duly account for this in his rates, as no
extra claims for such exigencies will be entertained. The rate for excavation
shall also include for refilling of trenches in 15 cm, layers and each layer
shall be well watered and rammed. The contractor shall make his own
arrangements for the water required for consolidation of trenches and he
shall defray all expenses in that regard. All surplus earth shall be disposed
101

off by the contractor to a suitable tip as directed by the Engineer within


municipal limits, no extra payment for removal of should .vegetation and
roots on the alignment of pipe lines shall be admissible.
The top of the trenches for laying at pipes of ston boulders etc, The
contractor shall take care to provide avocet of about 30 cm over the pipe
line with selected earth large clumps of earth, boulders, stones and bricks
shall not be thrown in to the trenches in manner so occasioned will be made
good by the d trenches in Contractor at his own cost.
All find found during excavation such as antiques fleeces
coins poleis and other valuable articles shall be the Govt. property and will
be immediately handed over to the department. The contractor will ensure
that the excavated earth is so placed by the sides of that trenches that it
does not interfere with the traffic. The rate for excavation shall include for
disposal of surplus earth, dressing and leveling after filling of trenches and
clearance of site. The contractor shall also provide gangways for the
convenience of padres trains and occupant of the adjoining property. The
closure of good or diversion of traffic shall not be allowed unless obligor in
the opinion of the Engineer.
LAYING AND JOINTING OF PIPE AND SPECIALS
65- Pipe shall be truly laid to the depth and gradient with the aid of rails and
banning rods or the Engineer may direct as. In case of C.I pipes the joint of
the pipe and socket are to be made by driving machine made spun yarn and
than running the specified weight of molten D.H. refine pig lead at on filling
so as to fill up the socket and level projection for caulking The joint is to be
well caulked so as to be sound and water tight, evently set up and finished at
an angle of 45 Dg.
Dia of pipe Lead per Joint spun yarn per joint depth of lead per
in M.M in kg in kg joint M.M.
500mm 15 1.00 60
450mm 14 0.95 55
400mm 9.5 0.75 55
350mm 8.4 0.60 55
300mm 7.2 0.48 55
250mm 6.1 0.35 50
200mm 5.00 0.30 50
150mm 3.4 0.20 50
125mm 2.6 0.20 45
102

100mm 2.2 0.18 45


50 mm 1.8 0.10 45
The lead shall be caulked well homed with hammer, chisel and caulking
tools, by an experienced jointer, care shall be taken to see that all pipe and
specials are carefully cleared before jointing commenced and pre cautions
must taken to prevent any rubbish or foreign matter finding its way in to the
pipes waitlist have are being laid . The contractor shall be possible for
complete water tightness of all the mains that are laid by him and if called
upon tot do so, shall test each section before it is covered up under
pressure equal to a head of water and should any leakage or obstruction
found in the pipe before or during the maintenance period he will be required
to trace the cause and remove and rectify them at his own cost .No
damaged pipes and specials shall be lowered in the trenches, The pipe &
specials shall be thoroughly brushed to remove all colds of earth of dirt form
their interior as well as from their socket and spigots end. The brush in out is
to be done in the pipe line before each pipe is entered in to the socket of
pipe previously laid. After brushing out the interior of each pipe and specials
they are to be dusted out by passing bag stuffed with clean straw so as to
closely fit in the inside of pipe and specials . The bag maybe attached to a
bamboo. A class fitting wooden plug is to be in scored the open end of the
last pipe laid and is not be removed unstill the pipe laying operation are
resumed. The contractor & specials in U.P. Jal Nigam stores filling which
necessary deduction shall be made from his bill. The contractor shall I
make his rates sufficiently comprehensive also to over cutting of damaged
and of pipes and for making up length that may be necessary which shale
not be paid extra .Incase of C.l.s/s pipe(tyton) the joint are to be completed
with rubber gasket. The rubber gasket for use with tyton joints pipe will be
supplied by the department free of cost The inside of the socket the gasket
and inserting plain will be kept clean through out the assembly. The Joint will
be only water tight if they are clean. The insertion of gasket can be facilitated
by the prior application of thin film of the lubricant to bulb seating inside the
socket. The gasket will then be piped clear flexed and than placed in the
socket with the bulk towards the back of the socket. The groove in the socket
will be located on the retaining head in the socket and the retaining heel of
the gasket will be firm bedled in its seating. It will be ensured that the gasket
103

fits evenly around the whole circumference and any bulges which would
prevent the proper entry of the spigot are removed. A thin film lubricant will
than be applied to the inside surface of the gasket which will be in contacted
with the entering spigot. In addition a thin film of lubricant will also will
supplied to this out side surface of the entering spigot for distance of about
2.5a cm. from the socket and the pipe to be jointed shall than be jointed shall
than be supported centrally be the tackle used for laying. The spigot of the
pipe will be aligned and entered carefully in to the adjusted socket I until it

makes concrete with the gasket. The joint assembly will them be completed
by forcing the aspgot and of the entering pipe part the gasket which will get socket
if the assembly is not completed with the application of reasonable
force the spigot will be removed and the position of the gasket will be
examined and the above method of jointing will be repeated will the joint
assembly is made correctly The rack and lever tackle will be used for
completely the assembly. This tackle cab be obtained by the department can
also supply to them ons hire on department terms & conditions. The rate for
laying & Jointing of S/S tyton pipes shall also include cutting of the cracked
ends or cutting of the pipe for making up lengths and chamfering of cuts
spigot and by filing contractors should note carefully cut spigot and must be
chamfered before extern them in tyton sockets.

All scrap and cut pipes and cast iron pipe, shall be returned, by
the contractor to the department of U.P. Jal nigam godown. The necessary
supports by angle iron or channel or contraction c-f pillars will be made free
of cost. The other jointing materials will be supplied free of cost at U.P. jal
Nigam, godown Shahjahanpur.

In case of A.C. Pipes, the joints shall be made with C.I. detachable
joints or A.C couplings to be supplied by the department free of cost. The pipe
length shall rest or firm and over ground and joint pits will be made
below, the joint so as not be allow the pipes to hand on the joints.

The rates of laying and jointing of pipe shall (include for taking
104

delivery of pipes, specials and jointing from the U.P. Jal Nigam store and
carting the same to site, lowering in to trenches and then jointing the same
as per specification. It will also include the cost of the testing of pipeline. The
work shall not be considered as completed until the pipe lines are tested as
specified in schedule 'E'.

FIXING OF SLUICE VALVE WHEEL VALVE AIR VALVE AND


FIRE HYDRANT –

66- The sluice valves, fire hydrants and air valve shall be collected by the
contractor from the local U.P. Jal Nigam, godown carted to site, fixed in
position as shown in the drawing or as directed by the Engineer In charge.
It may be necessary to open the so water supply fitting .oil and
grease packing etc. for its separate payment will not be made.
The fixing of fire hydrant and air valves shall be paid separately.

SLUICE VALVE AIRVALVE CHAMBERS ETC.


67- The contractor's rate for sluice valve chamber shall before the complete
chamber constructed in according with the type design. The rate shall
include for fixing or R.C.C or A.C. pipe piece for diameter and length
suiting the size of sluice valves. The pipe piece will be issued by the deprt.
to the contractor free of cost.
The work of laying PCC 1:2:4 and 1:4:8 shall be done in accordance
with the detailed P.W.D., U.P. specification part-1, Such. 'A'(Building) for the
above mentioned rate P.C.C. 1:2:4 shall consist 1st part of cement and IInd
part of appd. Quality clean coarse sand and 4 parts of 1 cmsd to 2 cm gauge
approved stone ballast. P.C.C. 1:4:8 shall be with 1st part cement four parts
of approved clean local sand and 8th parts on 1st. class brick ballast. 2cm. to
4 cm. gauge.
C.I. surface box shall be supplied by the department free of cost .The
contractor's shall include for carting them to site of work and embossing, the
same in P.C.C. as shown in the drawings. All chambers shall be constructed
105

as per type design and the item of works involved in construction of the
same shall be as per relevant P.W.D. & U P. Jal Nigam detailed
specification.

INSERTING SPECIALS AND MAKING CONNECTION OF NEW


MAIN WITH OLD MAIN –

68- While making connection of the new main with old main it may have to be out
to insert specials as may suit the place or as may be directed by the
Engineer.
Mostly the work of connection main shall be done at night during
non supply hours and hence the contractors rate should be quoted
comprehensive to cover light charge, double wages labour required to been
gagged beyond working hours.
The contractor will inform this office one weak in advance the date
when he starting to make connection and will be confirmed by this office after
consulting the water works Engineer. In case the contractor fails to
complete the connection with in specification hours and date or he does not turn
up without extra ordinary reasons to connections of the date and time
already fixed a fine Rs. 50.00 per day shall be imposed upon him.
In case the connection in postponed for demand of water in the city
or by some other reason no claim of the contractor will be entertained. The
dismantled or cut portions of the pipes and specials shall be handed over by the
contractor to the department, of U.P. Jal Nigam godown, and should
obtain a receipt for the same from the overseer in charge of store.
The contractor shall include in his rates the cutting of C.I. or A.C.
mains, making the cutting, edges of the main and carting of C.I. specials of
required size from U.P. Jal Nigam store to site of work, lowering them in to
trenches and fixing in position of the required place as directed by the
Engineer, Bailing out or pumping out of water all T&P and material etc,
106

required for completing the job,& returning the scrap and cut piece, of pipes
etc, to departmental store. The payment for laying and jointing, of pipe and
specials shall be made extra separately as per Item of schedule-'G' The
contractor shall be responsible for the complete water tightness of the
connection and joints. The site is to be made clean after completing the
work.
DISMENTLING OF ROAD SURCACE & TEMPRTARY/PERMANENT
REIN STATEMENT OF THE SAME.
69- As for as possible the pipe line shall beading there ad patters, but if it is
absolutely necessary to open the road surface or pavement of any type
then this shall be restricted to the minimum. The width of the trench at top
should be as specified in clause no 64. This work will not be included in
earth work and shall be paid separately.
The contractor will sort out the different types of road materials taken
out from road and payment cutting and stack them properly. This dismantled
material shall belied and consolidated temporarily, at top layer of trenches
after the pipe line has been laid and the trenches filled properly and disposal
of the remaining surface materials within MUNICIPAL LIMITS as directed by
the Engineer. The temporary reinstatement of road surface and
reinstatement, of bricks payment shall be done with old. Dismantled
materials and shall be laid on well-consolidated earth surface. The brick
payments should be reinstated in a proper way and should not give
hampered or zigzag lock . In case the reinstatement is not found to the
satisfaction of the Engineer, The contractor should dismantle the same and
do it again for which no extra payment will be made.
Under this item the contractor should quite his rates for dismantling of
any type of road surface or pavement and tempt. Reinstatement of road
surface pavement and subsequent temp. Reinstatement with the same
materials in proper way. The measurement will be taken in sqm. and it will
be presumed that the depth of the road surface or payment will be treated
30 cms. and the domical contents of the same shall be deducted from the
excavation of earth work. No other payment shall be made beyond 30 cm
107

depth for cutting or road or pavements the width of road cutting shall be the
same as per trenches for payment of pipe line any extra width of road
surface dismantled by the contactor shall not be paid, and the same should
have to reinstated by the contractor at the his own cost.

OTHER WORKS NOT SPECIFICALLY MENTIONED


70- There may be certain other items of work which though not specifically
mentioned or described here in above may required to be executed for the
due completion of the works under this contractor .All such works shall be
carried out as per relevant. U.P. Jal Nigam, and P.W.D. detailed
specifications shall be deemed to have been incorporated in this contract.

Executive Engineer
Const. Division,
UP. Jal Nigam, Shahjahanpur
Signature of contractor
108

SCHEDULE 'A'

work shall be carried out as per drawing mentioned in ; Sch 'B' and
as per instructions of the Engineer in writing from time to time and to his
entire satisfaction. The contractor shall have to make his own arrangement
for water required for use during construction for shoring his tools & plants
and materials and for accommodation for his staff engaged on work.
The contractor shall have to pay the octroi charges on important
materials and he is advised to study the schedule of rates in the MUNICIPAL
BOARD OFFICE.
The materials to be supplied by the department and the terms &
conditions have clearly been specified in sch-T annexed here to.
Only such schedule 'B' contractor's who have good control over
labour done similar works should give tenders.
109

SCHEDULE ‘B’

List of drawing which are attached with the tender list of drawing
which and will be the part of C.B.

1- Sluice valve chamber.


2- Air valve & fire hydrant chamber
3- Any other drawing as needed can be seen / taken from the office.

SCHEDULE ‘C’

List of drawing to be submitted by the contractor with in one month


from the date of order to start the work.

------------Nil------------
110

SCHEDULE 'D'

The following samples are to be deposited by the contractor with


the Executive Engineer const. Division U.P. Jal Nigam, Shahjahanpur or with his
authorized representative if ordered.

1- Spun yarn
2- Pig lead
3- Hard stone grit 0.30 cum
4- Coarse sand 0.30 cum

Any other sample that may be required by the Engineer during


the progress of work time to time. The material brought at the site of work for
use , shall be tested by the Engineer at the cost of the contractor . The
materials used on the work shall be strictly in accordance with the sample
deposited by the contractor.
111

SCHEDULE 'E'

1- The contractor shall test for the perfect water tightness of pipes
specials fittings and joints under a total head of water under direction of
Engineer I/C. The contractor shall provide the pumps and appliance at his
own cost and test the joint st the above head. Incase of failure at the joints,
the contractor shall be held responsible land shall have to rectify the defect
to the satisfaction of the Engineer. No extra claim will be considered in this
connection for the item of work including water supply required for testing of
work, the cutting of roads, exposing of pipe rectifying the defects to the
satisfaction of the Engineer and the . Reinstatement of concrete or. any
others type of road or pavement either required for testing or rectifying the
defects as ordered by the Engineer . In case contractor fails to give the
required test of the pipe line laid by him. A deduction of 10% on total amount
of his will be made and which shall be released only after testing the pipe
line as specified to the satisfaction of the Engineer.

2- All other test of materials unfinished of finished work required by the


Engineer shall have to be performed by the contractor at his own cost and
no extra payment will be admissible to the contractor.
112

SCHEDULE 'F'

The completion of work as specified here in shall be completed in all


respects and tested to the satisfaction of the Engineer and handed over to
the Govt. or to the municipal Authorities within a period of 6 month from the
date of completion of the work.
113

SHEDULE - 'G’
Construction of Staff Quarters
Item Description of Items Quantity Unit Per Rates Tendered
No.
In Fig. In Words.

1 2 3 4 5 6
1 Excavation in foundation in ordinary soil
(loam ,caly&sand) including lift upto 1.5m
& lead upto 50 m refilling, watering and
ramming of excavated earth into trenches
or into the space between the building and
sides of foundation trenches or into the
plinth and disposal of surplus earth upto a
distance of 50 m from the centre of
foundation trenches. 31.50 cum

2 Concrete with 40 mm gauge brick ballast,


local sand and cement in proportion of
12:6:1 in foundation, including supply of
all materials, labour and T&P etc. required
for the proper completion of the work.
13.87 cum

3 1st class brick work in 1:6 cement, coarse


and local sand mortar in foundation and
plinth including supply of all materials,
labour, T&P etc, required for proper
completion of the work. 24.70 cum

4 20 mm thick damp proof course with


cement and approved coarse sand 1:2
including 5% water proofing materials, or
as specified by manufacturers, supply of
all materials, labour T&P etc. required for
proper completion of the work including
curing and shuttering if necessary. 26.40 sqm
114

5 1st class brick work in 1:6 cement, coarse


and local sand mortar in super structure
(for one brick thick wall ) including supply
of all materials, labour, T&P etc, required
for proper completion of the work . 39.28 sqm

1 2 3 4 5 6
5 Same as above but for half brick thick
wall. 6.00 cum

6 Same as item No, 5 but in 1:4 cement and


focal sand mortar in super structure. 4.80 cum

7 Supply and fix hold fasts in doors and


windows chaukhats 25 cm x50 x6mm flat
iron including their cutting moulding ,
welding to required shapes, also including
other materials, such as nails and screws
etc. required in all respect to complete the
work. 180.00 Nos.

8 Supply and complete 40 mm thick


insulation layer of sand & clay over
reinforced brick or cement concrete roof. 65.70 sqm

9 Lime concrete with 25 mm gauge brick


ballast, white lime & surkhi in roof
terracing in proportion of 100:18:36
including supply of all materials, labour ,
T&P etc. required for proper completion of
the work. 6.60 cum

10 M.S. iron work in plain work such as RCC


or RB work wrought to required shape as
necessary including bending for proper
completion of work including supply and
its wastage, labour, T&P etc. required for
proper completion of the work. 5.20 qtl
115

1 2 3 4 5 6
11 40 mm thick 1:2:4 plain cement concrete
floor with cement, coase sand and 20 mm
gauge stone ballast laid in panels
finished with 3 mm floating coat of neat
cement or marble dust in ratio of 1:5 as
specified over 75 mm thick base concrete
consisting of cement, local sand and 40
mm gauge brick ballast in ratio of 1:6:12
and removing any over lapping of mortar
as on joints of panels if any and giving
them uniform finish including supply of all
materials, labour, T&P etc. required for
proper completion of the work. 66.00 sqm

12 Same as item 11 but 25 mm thick 1:2:4


plain cement concrete floor without base
concrete. 5.80 sqm

13 Supply and fix 3 mm thick glass strip of 25


mm width in joints at the time of laying
floor flush with floor level including all
labour, T&P etc. required for proper
completion of the work. 140.00 m

14 Reinforced cement concrete work in


sunshade with stone grit in cement and
coarse sand mortar excluding supply of
reinforcement & its bending but including
its fixing and binding and including
necessary centering shuttering curring
and supply of all materials, labour, T&P
etc. required for proper completion of the
work. 0.54 cum

15 Same as item No. 14 but in lintel in


cement and coarse sand mortar 1 :3 110 cum

16 Same as item No. 14 but in roof slab in


cement and coarse sand mortar 1 :3 11.60 cum
116

1 2 3 4 5 6
17 Cement concrete in door, sill, chaukhats
and similar small works with cement
course sand 20 mm gauge stone ballast in
proportion of 1:2:4 excluding supply of
reinforcement and its bending but
including fixing and binding wire, moulds
and all other materials, labour, T&P etc.
required for proper completion of the work. 0.20 cum

18 M.S. Angle Iron chaukhats of 40 x40x6


mm size supply and fixing including simple
moulding straight work as in chaukhats
also supply of all materials, labour , T&P
etc. required for proper completion of the
work. 2.50 Qtl

19 Supply and fixing 40 mm thick ISI flush


door and windows shuttering including
supply and fixing and adjustment of
hinges, bolts, locks, handles, spring and
other fittings but excluding supply and
painting of fittings. 16.20 sqm

20 Supply and fixing of oxidized iron fittings


of approved make for doors and windows. 16.20 sqm

21 Painting of varnishing on new iron works


one coat of priming and two coats of
approved paint or varnish including supply
of all materials, labour, T&P etc. required
for proper completion of the work. 66.55 sqm

22 Supply and fixing of G.I. storage tanks 1.10 qtl


including supply of steel, labour , T&P etc.
required for proper completion of the work.
117

1 2 3 4 5 6
23 20 mm thick cement platter dado in skirting
in 1:2 cement and coarse sand laid in
panels finished with 2 mm thick floating
coat of neat cement or 1:4 cement and
marble dust including supply of all
materials , labour, T&P etc, required for
proper completion of the work. 17.70 sqm

24 12 mm thick plaster with cement and local


sand mortar in 1:6 over brick work min.
thickness not to be less than 10 mm
including supply of all materials, labour ,
T&P etc. required for proper completion of
the work. 505.00 sqm

25 Extra for plaster over rough face of one


brick thick all. 95.00 sqm

26 Same as above item 24 but in proportion


of 1:4 with cement and local sand mortar
over ceiling. 95.00 sqm

27 White washing three coats including


supply of all materials, labour, T&P etc.
required for proper completion of the work. 258.90 sqm

28 Colour washing two coats using colouring


materials of approved shade over one
primary coats including supply of all
materials, labour, T&P etc. required for
proper completion of the work. 340.52 sqm

29 Supply of galvanized mosquito proof


heavy quality iron wire gauge 1.50 mm
mesh or any other site over windows
including supply of shisham wood battens
50x12 mm necessary screws, all materials ,
labour T&P etc. required for proper
completion of the work. 5.40 sqm
118

1 2 3 4 5 6
30 1st class brick floor laid dry joints sand
filled and its ramming including supply of
all materials, labour T&P etc. required for
proper completion of the work with 1 :2
(lush pointing (BOE). 53.00 Sqm

31 Supply and fixing of fan hook including


supply of all materials, labour, T&P etc.
required for proper completion of the work. 40.00 Nos.

32 Provide and fixing in position 40 mm thick


precast RCC jallies of 30 cm x60 cm
including supply of all materials , labour,
T&P etc. required for proper completion of
the work. 4.00 Nos.

33 Provision for electrification inside and


outside for the quarter. Job L.S.

34 Provide for internal water supply and


sxanitary works including cost of all
fixtures, pipes etc. and supply of all
materials, labour, T&P etc. required for
proper completion of the work and
including cost of soak pits and
connections etc. complete. Job L.S.

35 Supply of all materials , tools and plants ,


fan provide electric installation. Job L.S.

SIGNATURE OF CONTRACTOR
NAME OF CONTRACTOR
ADDRESS
119

Zone - 9
SHEDULE-'G'
Construction of Engineer/Office cum Godown

Item Description of Items QTY Unit Per Rates Tendered


No.
In Fig. In Words.
1 2 3 4 5 6
1 Excavation in foundation in ordinary
soil (loam ,caly&sand) including lift upto
1.5m & lead upto 50 m refilling,
watering and ramming of excavated
earth into trenches or into the space
between the building and sides of
foundation trenches or into .the plinth
and disposal surpluse earth upto a
distance of 50 m from the centre of
foundation trenches. 22.00 cum

2 Concrete with 40 mm gauge brick


ballast, local sand and cement in
proportion of 12:6:1 in foundation and
floor, including supply of all materials,
labour and T&P etc. required for the
proper completion of the work. 9.00 cum

3 1st class brick work in 1:6 ( 1:3:3


)cement local/Coarse sand mortar in
foundation and plinth including supply
of all materials, labour, T&P etc.
required for proper completion of the
work. 20.00 cum

4 20 mm thick damp proof coarse sand


with cement and approved coarse
sand 1:2 including 5% water
proofing materials, or as specified by
manufacturers, supply of all
120

materials, labour T&P etc. required


for proper of the work including
curing and shuttering as necessary. 12.00 sqm

5 1st class brick work in1:6(1:3:3)


cement and (local /coarse) sand
mortar in super structure including
supply of all materials, labour, T&P
etc. required for proper completion
of the work in super structure. 10.00 cum

6 Supply of all materials and lay R.B. cum


slab and lintel cover opening of
doors/window with 1st class brick
laid cement mortar consisting of one
part cement and three part excluding
supply of reinforcement and its
bending but deluding its fixing in
position with supply of all materials,
labour T&P etc required for proper
completion of the work. 12.00

7 Concrete with 25 mm gauge brick


ballst white lime and surkhi in the
proportion of 100:18:36 in roof
tracing including supply of all
materials, labour T&P etc required
for proper completion of the work. 12.00 cum

8 Supply and lay complete 40 mm 78.00 sqm


thick insulation layer of sand and
clay over jack arch or
reinforced brick or reinforced
cement one roof slab.

9 Provide and fix R.C.C.


Precast ventilators over opening
including supply of all materials,
labour T&P etc. required for proper
completion of the work. 4.00 each
121

10 M.S. Angle Iron Chaukhat framed


and fixed including simple moulding
straight work as in chaukhats & also
supply of all materials, labours, T&P
etc. required :or proper completion of
work including painting on cont. hot
coltar on hidden aces of chaukhats. 2.50 cum

11 Supply and fix Seesham wood 40


mm thick fully paneled door
shutters including supply and fixing
of wooden cleats & slops and
fixing and adjustment of hinges,
plots, locks prings and other fittings
excluding painting and supply of
fittings. 16.00 sqm

12 25 mm thick 1:2:4 plain


cement concrete floor with cement,
coarse sand and 20 mm gauge stone
ballast laid in panels, finished with 3
mm floating coat of neat cement and
marble dust in ratio of 1:5 as
specified over and including 7.5 cm
thick base concrete consisting of
cement local and 1st class brick
ballaste 4 cm. gauge in proportion
1:4:8 and removing any overlapping
of mortar at the points of the panels if
any and giving then uniform
finish including supply of all
materials, labour T&P etc required
for proper completion of work. 62.00 sqm

13 Same as item No. 12 above but base


concrete of 1:6:12 in cement, local
sand and 40 mm gauge first .class
brick ballast. 22.00 sqm

14 First class brick on edge floor laid


122

dry joints local sand filled


including preparation of base to
proper shape and its ramming
including supply of all materials,
labour, T&P etc. required for proper
completion of work. 19.60 sqm

15 12 mm thick plaster with cement &


local sand mortar in 1:6 over
brick work minimum thickness not to
be less than 10 mm including supply
of all materials and labour T&P etc.
require for proper completion of 298.00 sqm
work.

16 same as above item No. 15 but in 1:4


cement and local sand mortar
on ceiling. 71.00 sqm

17 Painting or varnishin new iron work


in small areas or new wood work
with one priming coat and two coats
of approved paints or varnish
including supply of al materials,
labour, T&P etc. required for proper
completion of work. 45.00 sqm

18 White Washing in three coat


including supply of all materials,
labour, T&P etc required for proper
completion of work. 250.00 sqm

19 Finishing walls with waterproof


cement' paint of approved make and
quality over one priming coat on new
work with two coats to give an even
shade including supply of all
materials, labour T&P etc. required
for proper completion of the 119.00 sqm

20 Mild steel or iron work in plain work


such as R.C.C. or R.B. work ( when
not including in overall rates)
123

wrought to required shape as


necessary, including bending for
proper completion of the work and
including supply of steel and
wastage. 7.50 qtl

21 Supply of all materials and fix PRAI


type latrine seat including
construction of soak pit and its
connection from seat to soak pit etc.
complete. 1.00 No.

22 Supply and fix 100 mm dia AC down


pipes complete with rose, head,
bends and rating with MS clamps
25x5 mm fixed to walls and supply
of 150 mm long, 6 mm dia, nails
repair of plaster painting etc.
complete. 13.00 RM

23 Supply and fabrication of MS grill


for windows including fixing in
position as per direction of Engineer-
in-charge. 60.00 Kg.

24 Supply of oxidizesiron fittings for


doors windows . 41.00 sqm

25 Supply & fixing of holdfasts for


door windows frames. 64.00 Nos.

26 Supply all materials, labour T&P etc.


and fixing of dia GI pipes, specials
and fittings for internal water supply. Job L.S.

27 Supply of all materials , labour T&P


provide electrical installations. Job L.S.

Signature & Name of


124

Contractor

TOTAL COST OF WORK OF SHEDULE 'G1 OF ZONE-9

S. No. Item of Schedule 'G' Amount

1 Schedule 'G' -1

2 Schedule 'G'- 2

Total
125

SCHEDULE 'H'

RATES OF ITEMS WHICH ARE NOT TAKEN IN SCHEDULE 'G'

Engineer shall have power to ask for performing the works


(not included in schedule 'G') pertaining to main work in writing. Any
additional item work done by the contractor, payment shall be made on the
basis of Jal Nigam Schedule Rates comparing to below percentage of rate
126

Signature
Name of Contractor
Address.....................
…………………......

SCHEDULE -I

RATES OF MATERIALS ISSUED FROM THE ENGINEER'S STORE

SI. Name of materials


NO.

1. All materials arranged by the Contractor.

I/We have read understood and accept for compliance, the above
mentioned instructions and conditions of this schedule and have taken
127

these factors into account while quoting rates in Schedule 'G'.

Signature
Name of Contractor
Address....................
...................................

Das könnte Ihnen auch gefallen