124
Draft Approved by SPMU 1 FOREST SCHOOL, SHIVPURI M.P. DEPT. OF FOREST, GOVT. OF M.P. (Under JICA Project) BIDDING DOCUMENTS Package Name - SHSFTI/REN/04 Name of Work - Renovation & New Construction work -12 (Renovation of Administrative Building, ClassRoom, Gymnasium, Stage, Girls’ Recreation Room, General Store Room, Director Quarter, Staff Quarter Class III (U), Staff Quarter Class III (V) , Staff Quarter Class IV,Guest house & New Construction of Ladies Toilet at F.S. Shivpuri M.P.) Cost of Work - Rs. 40.88 lakhs _________________________________ Issued to - _________________________________ _________________________________ DIRECTOR FOREST SCHOOL SHIVPURI, M.P.

BIDDING DOCUMENTSRenovation...Draft Approved by SPMU 1 FOREST SCHOOL, SHIVPURI M.P. DEPT. OF FOREST, GOVT. OF M.P. (Under JICA Project) BIDDING DOCUMENTS Package Name - SHSFTI/REN/04

Embed Size (px)

Citation preview

Draft Approved by SPMU 1

FOREST SCHOOL, SHIVPURI M.P. DEPT. OF FOREST, GOVT. OF M.P.

(Under JICA Project)

BIDDING DOCUMENTS

Package Name - SHSFTI/REN/04 Name of Work - Renovation & New Construction work -12 (Renovation of Administrative Building, ClassRoom,

Gymnasium, Stage, Girls’ Recreation Room, General Store Room, Director Quarter, Staff Quarter Class III (U), Staff Quarter Class III (V) , Staff Quarter Class IV,Guest house & New Construction of Ladies Toilet at F.S. Shivpuri M.P.)

Cost of Work - Rs. 40.88 lakhs _________________________________ Issued to - _________________________________ _________________________________

DIRECTOR FOREST SCHOOL

SHIVPURI, M.P.

Draft Approved by SPMU 2

FOREST SCHOOL SHIVPURI (M.P.)

PERCENTAGE RATE BID AND CONTRACT FOR WORK Name of Contractor ___________________________________________ ___________________________________________ ___________________________________________ Package Name - SHSFTI/REN/04 Name of work Renovation & New Construction work -12 (Renovation of Administrative Building, ClassRoom,

Gymnasium, Stage, Girls’ Recreation Room, General Store Room, Director Quarter, Staff Quarter Class III (U), Staff Quarter Class III (V) , Staff Quarter Class IV,Guest house & New Construction of Ladies Toilet at F.S. Shivpuri M.P.)

Approximate amount of contract Rs. 40.88 lakhs Cost of form Rs. 4,500/- (Rs. FourThousand Five Hundred only) (Non refundable) Costs of form received vide Receipt No. ____________ Book No. _______Date Register number of the _____________ Dated ________________________

BID FORM

Certificate that this Bid document consists of SL. No. pages from 1 to 121

DIRECTOR FOREST SCHOOL

SHIVPURI, M.P.

Draft Approved by SPMU iii

TABLE OF CONTENTS

Invitation for Bids NOTES ON THE INVITATION FOR BIDS………………………………………………………………………..1-3

Section 1 Instructions to Bidders NOTES ON THE INSTRUCTIONS TO BIDDERS………….……………………………………………………5-16 TABLE OF CLAUSES…………………………………………………………………….………………………4

Section 2 Conditions of Contract NOTES ON THE CONDITIONS OF CONTRACT……………………………………………………...……...19-53 TABLE OF CLAUSES………………………………………………………...………………………….….17-18

Section 3 Contract Data 54-55

Section 4 Technical Specifications……………………………………..………………...……56-57 NOTES FOR PREPARING SPECIFICATIONS

Section 5 Forms of Bid, Qualification Information, and Letter of Acceptance ……....…….…58 FORM OF BID………………………………………………………………………………………………59-61 QUALIFICATION INFORMATION………………………………………………………………….…………62-64 LETTER OF ACCEPTANCE…………………………………………………………………………..…………65

Section 6 Bill of Quantities……………………………………………………………...…........…66 NOTES ON THE BILL OF QUANTITIES

Section 7 Form of Agreement………………………………………………………………..…….99 NOTES ON SAMPLE FORM OF AGREEMENT

Section 8 Security Forms NOTES ON FORMS OF SECURITIES…………………………………………………………………….……100 ANNEX A FORM: PERFORMANCE SECUTITY (BANK GUARANTEE) ……………………………….………100 ANNEX B FORM: BANK GUARANTEE FOR ADVANCE PAYMENT………………………………………….…101

Section 9 Drawings………………………………………………………………….……………102 NOTES ON DRAWINGS

Draft Approved by SPMU 1

INVITATION FOR BIDS

DETAILED NOTICE INVITING BIDS

(In three envelopes system) Date of issue of N.I.T. 23.8.2012 Start date of purchase of bid documents Dt. 27.08.2012 from 11:00 AM DEAD LINE FOR RECEIPT OF Bid DT. 20.09.2012 upto 5:00 PM 1. Sealed Bids on percentage rate basis are invited from the approved registered contractors of appropriate class of C.P.W.D., M.E.S., Railways, M.P.P.W.D. Water resources and P.H.E. Deptt., and MP Housing Board on the prescribed Bid form of the F.S. SHIVPURI for the following work will be received through registered post (AD) only till the close of Office hours in the Office of Director, F.S. SHIVPURI, M.P.

1. Package Name - SHSFTI/REN/04 2. Name of work Renovation & New Construction work -12 (Renovation of Administrative Building,

ClassRoom, Gymnasium, Stage, Girls’ Recreation Room, General Store Room, Director Quarter, Staff Quarter Class III (U), Staff Quarter Class III (V) , Staff Quarter Class IV,Guest house & New Construction of Ladies Toilet at F.S. Shivpuri M.P.)

3. Amount of estimate . Rs. 40.88 Lakh 4. Probable amount of contract . Rs. 40.88 Lakh 5. Amount of Earnest Money . Rs. 0.41 Lakh 6. Time allowed for completion 9 months Including rainy season from the date of written order to commence the work or the date of giving the lay out/handing over the site of work whichever is later. 1.2 The electrical work shall be executed only through the contractors who posses

proper valid electric license from the Chief Electrical Advisor to the Govt. of M.P. He should also attach a copy of the license of appropriate class.

1.3 Not more than one Bid shall be submitted by a contractor or by a firm of contractors.

1.4 No two or more concerns in which an individuals interested as a Proprietor and/ or partner shall Bid for the execution of the same work. If they do so, all such Bids shall be liable to be rejected.

1.5 The APCCF (HRD) / Director (F.S. SHIVPURI) shall be Accepting Officer hereinafter

referred to as such for the purpose of this contract.

Draft Approved by SPMU 2

1.6 Application for issue of Bid documents shall be submitted to Director F.S. SHIVPURI so as to reach the Office not later than Dt 12.09.2012

1.7 Bid documents consisting of plans specifications, schedule (s) of quantities of the

various classes of work to be done, the condition of contract and other necessary documents together with addressed envelope to be used for return of forms and other documents, will be opened for inspection and issued for sale on payment of Rs. 4,500/- from Dt 27.08.2012 from 11:00 AM

1.8 The copies of other drawings and documents pertaining to the work signed for the

purpose of identification by the accepting Officer or his accredited representative and samples of materials to be arranged by the contractor will, be opened for inspection by the Bid at the following office during working hours between the dates mentioned in the clause 1.7 above

. 1.9 The Bid shall not be received by any other means like ordinary post or personal

delivery or courier. 1.10 Any Bid received through registered post (AD) after close of office hours of the

prescribed dead line for receipt of Bid shall not be received from the post man and shall be returned back to the Bidder. All other Bid received before the prescribed dead line for receipt of Bids shall be kept in safe custody with the F.S. SHIVPURI office till the prescribed time for opening of the Bids. Bids shall be opened on Dt. 21.09.2012 (Technical Bid) at 3:00 PM.

1.11 All Bids received after the prescribed deadline shall be returned back un-opened after subscribing the following remark with dated initial by the Director (F.S. SHIVPURI)/APCCF (HRD) "Received late on Dt. _________ and __________ A.M./P.M. hence returned un entertained'.

2. RATES: 2.1 The schedule of items:-The schedule of main items of work to be executed is

enclosed as Form "A" 2.2.1 In respect of percentage rate Bids, contractor should quote his separate Bid

percentage rate above/below the following schedule of rates (a) Building works: The schedule of rate issued by the E.N.C., M.P.P.W.D. enforces

from 15.06.2009 and its amendments issued up to date of N.I.T. (b) Electrical Fitting: The schedule of rates issued by the Engineer in Chief P.W.D. on

force with effect from 01.04.2008 and its amendments issued up to the date of issue of N.I.T.

(c) Water Supply and Sanitary Fittings:- The Schedule of rates issued by the Chief

Engineer M.P. PW.D. in force with effect from 15.06.2009 and its amendments issued up to the date of issue of N.I.T.

Draft Approved by SPMU 3

(d) Road Works:- The schedule of rates issued by ENC M.P.P.W.D. in force with effect from 15.04.2009 and its amendments issued up to the date of issued of N.I.T.

2.2.2 (For form "A" only) The Percentage of Bid above/below or at par with relevant

schedule rate inclusive of amendments and corrections slips issued up to the date of notice inviting Bid should be expressed on the Bid form itself both in words and figures in such a way that interpolation is not possible and all overwriting should be neatly scored out and rewritten and the corrections should be duly attested prior to the submission of Bid. Bid not specifying percentage in words will summarily be rejected. Any amendments to the schedule of rates after the date of issue of this Bid notice or the date of issue of any amendments to the N.I.T. specifically notifying the said amendment to the M.P. P.W.D. schedule of rates shall not apply to this Bid.

2.2.3 The percentage Bided by the contractor will apply to those rates which find place in

schedule rates mentioned in clause 2.2.1 or have been derived from the said schedule of rates and not to other items or works.

2.2.4 The percentage quoted by the contractor shall not be altered by the contractor during

the terms of contract. The deduction or addition as the case may be of the percentage will be calculated on the amount of the bill for the work done after deduction the cost of material supplied by the F.S. SHIVPURI at rates specified in the Agreement.

2.3 Lead and lift of water- No lead and lift for carting of water will be paid. 2.4 Lead and lift of materials- No lead and lift for carting of material shall be payable to

the contractor. 2.5 Non schedule items of works- During the execution of the work there is likely hood

of such items of work which do not find place in the M.P.P.W.D schedule of rates referred to above in respect of percentage rate contract of such items which are given in the schedule of item in respect of item rate contract, for which contractor has not quoted his rates. Contractor will have to carry out these items of works. Rates of such items of work which do not find place in the schedule of rates referred to above in respect of percentage rate contract or such items in respect of item rate contract shall be decided by the competent authority the decision of the competent authority shall be binding on the contractor. The competent authority in this case will be SPMU. The amount of such work will not exceed 10% of amount of contract unless accepted by the SPMU and the contractor.

Draft Approved by SPMU 4

SECTION 1 INSTRUCTIONS TO BIDDERS Table of Clauses A. General

1. SCOPE OF BID…………………………………………………………………………………………..…5-6 2. SOURCE OF FUND……………………………………………………………………………………………6 3. ELIGIBLE BIDDERS………………………………………………………………………………………...…6 4. ELIGIBLE MATERIALS, EQUIPMENT AND SERVICES……………………………………………………….6-8 5. QUALIFICATION OF THE BIDDER………………………………………………………………………..…8-9 6. ONE BID PER BIDDER………………………………………………………………………………………..9 7. COST OF BIDDING……………………………………………………………………………………………9 8. SITE VISIT AND PRE-BID MEETING…………………………………………………………………....9-10

B. Bidding Documents 9. CONTENT OF BIDDING DOCUMENTS…………………………………………………………………….…10 10. CLARIFICATION OF BIDDING DOCUMENTS………………………………………………………………..10 11. AMENDMENT OF BIDDING DOCUMENTS………………………………………………………………..…10

C. Preparation of Bids 12. LANGUAGE OF BID……………………………………………………………………………………..…10 13. DOCUMENTS COMPRISING THE BID………………………………………………………………..….....10 14. BID PRICES……………………………………………………………………………………………..…10 15. CURRENCIES OF BID AND PAYMENT…………………………………………………………………..…11 16. BID VALIDITY………………………………………………………………………………………………11 17. BID SECURITY…………………………………………………………………...……………………..…11 18. ALTERNATIVE PROPOSALS BY BIDDERS…………………………………………………………..…......11 19. PRE-BID MEETING…………………………………………………………………..……………………11 20. FORMAT AND SIGNING OF BID……………………………………………………....………………11-12

D. Submission of Bids 21. SEALING AND MARKING OF BIDS………………………………………………………………….......…12 22. DEADLINE FOR SUB-MISSION OF BIDS…………………………………………………………………..12 23. LATE BIDS………………………………………………………………………………………………..12 24. MODIFICATION AND WITHDRAWAL OF BIDS…………………………………………………………12-13

E. Bid Opening and Evaluation 25. BID OPENING…………………………………………………………………………………..…………13 26. PROCESS TO BE CONFIDENTIAL……………………………………………..………………..…………13 27. CLARIFICATION OF BIDS……………………………………………….……..………………..…………13 28. PRELIMINARY EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS ………..………13-14 29. CORRECTION OF ERRORS…………………………………………….……..………………..……….…14 30. CURRENCY FOR BID EVALUATION…………………………………….……..………………..……….…14 31. EVALUATION AND COMPARISON OF BIDS…………………………….……..……………....……….14-15

F. Award of Contract 32. AWARD CRITERIA AND POSTQUALIFICATION…………………………….……..…………………..……15 33. DIRECTOR’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS..…………………..…...…15 34. NOTIFICATION OF AWARD..……………………………….……………………………………..…...15-16 35. SIGNING OF AGREEMENT..…………………………………………………………………………..……16 36. PERFORMANCE SECURITY..…………………..……………………………………………………….…16 37. ADVANCE PAYMENT AND SECURITY………..………………………………………………………….…16

Draft Approved by SPMU 5

Section 1

INSTRUCTIONS TO BIDDERS

A. GENERAL

The director F.S. SHIVPURI (M.P.) wishes to receive bids for the construction and completion of Renovation of Administrative Building, ClassRoom,Gymnasium, Stage, Girls’ Recreation Room, General Store Room, Director Quarter, Staff Quarter Class III & Class IV & New Construction of Ladies Toilet at F.S. Shivpuri (M.P.)at F.S. SHIVPURI Campus. The cost of work is 40.88 lakhs. The successful bidder is expected to complete the work within 9 months from the date of work order.

1. Scope of Bid

1.1 While submitting the schedules duly filled in, application shall enclose latest copies of brochures and technical documentation giving additional information about the applicant and all the parties of the joint ventures/consortium.

1.2 Each page of Technical bid document shall be duly signed by the applicant or his authorized representative.

1.3 No costs incurred by the applicant(s) in making this offer, in

providing clarifications or attending discussions, conferences, on site visits will be reimbursed by the Director.

1.4 Incomplete and inappropriately filled in applications are liable to

be rejected. 1.5 The language for submission of Application shall be English.

1.6 The enclosed schedules should be filled in completely and all

questions should be answered. If any particular query is not relevant, it should be replied as NOT APPLICABLE'.

1.7 Financial data, project value of works etc. should be given in

Indian Rupees only.

1.8 If the application is made by a firm in partnership, it shall be signed by all the partners of the firm above their full names and current addresses, or by a partner holding the power of attorney for the firm by signing the application, in which case a certified copy of the power of attorney shall accompany the application. A certified copy of the partnership deed, current address of the firm and the full names and current addresses of all the partners of the firm shall also accompany the application.

1.9 If the application is made by a limited company or a corporation it shall be signed by a duly authorized person holding the power of attorney for signing the application, in which case a certified copy of the power of attorney shall accompany or corporation will be required to furnish satisfactory evidence of its existence before the contract is awarded.

Draft Approved by SPMU 6

1.10 The information furnished must be sufficient to show that the

applicant is capable in all respects to successfully compete the envisaged work.

1.11 An application or any of its constituent partners any of whose

contracts for works has been rescind or who has abandoned any work in Public Works Department in the last five years, prior to the date of the bid shall be debarred from Biding. Applicant will give the required information, duly required by him.

1.12 The applicant must have sound financial status. The liquid

assets plus bank loan of the applicant must be, at least equal to 105% of the estimated value of the contract package(s).

2 Source of Funds JICA PROJECT

3 Eligible Bidders 3.1 The contractor shall not be permitted to Bid for work in F.S.

SHIVPURI (responsible for award and Execution of contracts) in which his near relative is appointed as Consultant/Architect by F.S. SHIVPURI. He shall intimate the names of his near relative working in F.S. SHIVPURI. He shall also intimate the name of persons who are working with him in any capacity or subsequently employed by him and who are relatives of any gazetted officer in the FTI. Any breach of this condition by the contractor would render himself liable to be removed from the approved list of contractors of the M.P. PWD & F.S. SHIVPURI.

Note: By the term near relative is meant, wife, husband, parent and son,

grandson, brothers, sisters, brother-in-laws, father-in-law and mother-in-law.

3.2 Bidders shall provide such evidence of their eligibility

satisfactory to the Director as the Director shall reasonably request.

4 Eligible Equipment and Services

A. Building works……..

1. Concrete mixer of one cements Bag Mix capacity, minimum two

on each site.

2. Platform Vibrator (Preferably Electrically operated-2 Nos.)

3. Platform Vibrator - 1 No.

4. Pin Vibrator - 1 No.

5. Small Vibratory Earth Master for floor filling compaction etc 1

No.

6. Pumps with leads etc for watering and curing - 2 Nos.

7. Other necessary plants and machinery with reference to nature

of works etc.

Draft Approved by SPMU 7

8. Duly equipped field laboratories at each site for testing of (i)

Bricks (ii) concrete (iii) Sand (iv) Mortar (v) Cement; (vi) Metal.

The tests shall be carried out as per relevant IS. Codes

9. Auto level

10 Arrangement for Hoisting of roof, trusses, welding equipment et

11. Water tanker

12. Pre stressing equipment if required.

13. Other necessary plants and machinery with reference to nature

of work etc.

B. Road Work 1. Water tanker with all arrangement

2. Camber Plates

3. Stacking boxes

4. Screens of required graded for metal grading

5. Centring Plates and angle iron for expansion joints

6. Field test equipment

7. Other necessary plants and machinery with reference to nature

of work etc.

LIST OF ESSENTIAL PLANTS & EQUIPMENTS

The Contractor should posses or confirms his mention to procure / lease the following plants, machinery and equipment and should install them at the site of the work within one month of the award of contract.

Min. Available with

Requirement Contractor 1. Tandem Road Roller 8-10 Ton. 1 Nos. 2. Vibratory Road Roller 1 Nos. 3. For Concrete pavements

i) Concrete Mechanical Mixer 1 Cum Capacity ii) Plate Vibrators 2 Nos. iii) Pin Vibrators 2 Nos. PAVER

4. PAVER

NOTE: Intention to procure / Lease the plants and machinery should be accompanied by documents to the affect. The nature of documents could be any one as under -

Draft Approved by SPMU 8

i) Order to the manufacturer of the plant & equipments. ii) Confirmation from the manufacturer. iii) Proof of payment in full or part. iv) Agreement to lease the equipment.

5 Qualification of the Bidder

5.1 All bidders shall provide in Section 5, Forms of Bid and Qualification Information, a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary.

5.2 All bidders shall include the following information and documents with their bids in Section 5:

(a) copies of original documents defining the constitution or

legal status, place of registration, and principal place of business; written power of attorney of the signatory of the Bid to commit the Bidder;

(b) total monetary value of construction work performed for any one year of the last five years, should not be less than Rs. 200 lakhs

(c) experience in works of a similar nature and size for each of

the last five years, and details of work under way or contractually committed; and clients who may be contacted for further information on those contracts;

(d) major items of construction equipment proposed to carry out

the Contract; (e) qualifications and experience of key site management and

technical personnel proposed for the Contract; (f) reports on the financial standing of the Bidder, such as profit

and loss statements and auditor’s reports for the past five years;

(g) evidence of adequacy of working capital for this Contract

(access to line(s) of credit and availability of other financial resources);

(h) authority to seek references from the Bidder’s bankers; (i) information regarding any litigation, current or during the last

five years, in which the Bidder is involved, the parties concerned, and disputed amount; and

5.3 Bids submitted by a joint venture of two or more firms as

partners shall comply with the following requirements:

(a) the bid, and in case of a successful bid, the Form of Agreement, shall be signed so as to be legally binding on all partners;

(b) one of the partners shall be authorized to be in charge; and this authorization shall be evidenced by submitting a power

Draft Approved by SPMU 9

of attorney signed by legally authorized signatories of all the partners;

(c) the partner in charge shall be authorized to incur liabilities,

receive payments and receive instructions for and on behalf of any or all partners of the joint venture;

(d) all partners of the joint venture shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms, and a relevant statement to this effect shall be included in the authorization mentioned under (b) above as well as in the Bid Form and the Form of Agreement (in case of a successful bid); and

(e) a copy of the agreement entered into by the joint venture partners shall be submitted with the bid.

5.4 To qualify for award of the Contract, bidders shall meet the

following minimum qualifying criteria:

(a) At least completed 3 project of similar nature in last 5 years.

(b) experience as prime contractor in the construction of at least 3 works of similar nature and complexity equivalent to the Works over the last 5 years (to comply with this requirement, works cited should be at least 70 percent complete);

(c) proposals for the timely acquisition (own, lease, hire, etc.) of

the essential equipment as mentioned in qualification information.

(d) A consistent history of litigation or arbitration awards

against the Applicant or any partner of a Joint Venture may result in disqualification.

6 One Bid per Bidder 1. Each Bidder shall submit only one Bid, either individually or as a partner in a joint venture. A Bidder who submits or participates in more than one Bid will cause all the proposals with the Bidder’s participation to be disqualified.

7 Cost of Bidding The bidder shall bear all cost associated with the preparation and submission of the Bid, and the Employer will in no case will responsible or liable for those costs.

8 Site Visit 1. Implication of submission of Bid Bidder are advised to visit sites

sufficiently in advance the date fixed for admission of the Bid-A Bidder shall be deemed to have full knowledge of the relevant documents samples, site, etc., whether he inspects them or not.

2. The submission of a Bid by a contractor implies that he has read

the notice conditions of Bid and all other contract documents, and made himself aware of the standards and procedure in this respect laid down in the National Building Code of India 1070/Indian Standards the scope and specification of the work to be done and the Conditions and rates at which stores tools and plants etc. will be issued to him. The contractor has seen

Draft Approved by SPMU 10

the quarries with their approaches site of work etc. and satisfied himself regarding the suitability and availability of site of work etc. And satisfied himself regarding the suitability and availability of the materials at the quarries. The Responsibility of opening new quarries and construction and maintenance of approaches there to shall lie wholly with the Bidder.

B. BIDDING DOCUMENTS

9 Content of Bidding

Documents 9.1 The set of bidding documents comprises the documents listed in

the table below and addenda issued in accordance with. Section 1 Instructions to Bidders

2 Conditions of Contract 3 Contract Data 4 Technical Specifications 5 Forms of Bid, Qualification Information, and Letter of Acceptance 6 Bill of Quantities1 7 Form of Agreement 8 Security Forms 9 Drawings

9.2 The bidder is expected to examine carefully the contents of the

bidding documents. Failure to comply with the requirements of bid submission will be at the bidder’s own risk. Pursuant to Clause 28, bids which are not substantially responsive to the requirements of the bidding documents will be rejected.

10 Clarification of Bidding Documents

N A

11 Amendment of Bidding

Documents N A

C. PREPARATION OF BIDS

12 Language of Bid 12.1 The language for submission of Application shall be English.

13 Documents Comprising the Bid

13.1 The Bid submitted by the Bidder shall comprise the following:

(a) Earnest Money------------------------- (In Envelop A) (b) The Bid Form (c) Qualification Information Form

and Documents; (In Envelop B) (d) Power of Attorney (e) The Financial Bid---------------------- (In Envelop C)

And any other materials required to complete and submitted by bidders. The documents listed under Section 5, 6, and 8 of Sub-Clause 9.1 shall be filled-in without exception, subject to extensions thereof in the same format.

14 Bid Prices FINANCIAL BID PERCENTAGE RATE BID AND CONTRACT FOR WORK (FORM–A ) TO BE SUBMITTED IN ENVELOP – C

Draft Approved by SPMU 11

15 Currencies of Bid and Payment

In Indian Rupees

16 Bid Validity Bid shall remain open up to four months from the date of receipt of Bid and in the event of the Bidder with drawing the offer before the aforesaid date, for any reason whatsoever, earnest money deposited with the Bid shall be Forfeited by the competent authority.

17 Bid Security 17.1 Earnest Money shall be accepted only in the shape of Bank drafts.

17.2 The intending Bidders from other state may remit E.M. in the form of the Bank draft of any schedule bank.

17.3 Earnest Money in separate cover: The Earnest money in one of the prescribed form should be kept in the Envelope - 'A' in the outer covers containing. the Bid and if the earnest money is not found in accordance with the prescribed mode the Bid will be returned unopened to the Bidder.

17.4 Adjustment of Earnest money-Earnest, money which-has been deposited for a particular" work, will not, ordinarily be adjusted towards the earnest money for another work, but if the Bid of contractor for a work in the same division has been rejected and the earnest money has not been refunded to him due to any reason, it may be so adjusted by the Officer Inviting Bid.

17.5 Security Deposit –

a. The security Deposit shall be recovered from the running bills @ 5% percent.

b. The amount of the earnest money shall not be adjusted when value of work done reaches the limit of the amount of contract or exceeds the probable amount of the contract.

18 Alternative Proposals by

Bidders

Bidders shall submit offers which comply with the documents, including the basic technical design as indicated in the Drawings and Specifications. Alternatives will not be considered. The attention of bidders is drawn to the provisions of Clause 28.3 regarding the rejection of bids which are not substantially responsive to the requirements of the bidding documents.

19 Pre-Bid Meeting

NOT APPLICABLE.

20 Format and Signing of Bid

20.1 The Bidder shall submit one original of the documents comprising the Bid as described in Clause 13 of these Instructions to Bidders, bound with the volume containing the Form of Bid, and clearly marked “ORIGINAL.” In addition, the Bidder shall submit ���� [insert the number] copies of the Bid, and clearly marked as “COPIES.” In the event of discrepancy between them, the original shall prevail.

20.2 The original and all copies of the Bid shall be typed or written in indelible ink (in the case of copies, Photostats are also acceptable) and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 5.2(a) or 5.3(b), as the case may be. All pages of the

Draft Approved by SPMU 12

Bid where entries or amendments have been made shall be initialed by the person or persons signing the Bid.

20.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued by the Director, or as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid.

20.4 The Bidder should ensure that every page of the Bid document is signed by Bidder with stamp (seal).

D. SUBMISSION OF BIDS 21 Sealing and Marking of

Bids The Bid shall be submitted by the Bidder in the following three separate sealed covers –

1 Earnest Money - Envelope 'A' 2 Bid Form - Envelope 'B' 3 Bid in Form A - Envelope 'C' (Financial offer)

All these envelopes shall be kept in a big outer envelop which shall also be sealed. In the first instance the Envelope - 'A' containing the earnest money shall be opened. If the earnest money is found proper the Envelope - ‘B’ containing technical bid shall be opened in the presence of such contractors who choose to be present. The financial offer in Envelop - ‘C’ shall be opened only if Bidders meet the qualification criteria and availability of bid capacity as per qualification criteria of the technical bid document. The date of opening of financial bids shall be fixed by the committee and intimated to the qualified contractors.

If the outer envelope is not sealed and marked as above, the Director will assume no responsibility for the misplacement or premature opening of the Bid.

22 Deadline for Sub-mission

of Bids Sealed Bids are invited for the said works and will be received at the office of the Director F.S. SHIVPURI, M.P. upto 5:00 PM on 20.09.12

23 Late Bids All Bids received after the prescribed deadline shall be returned un-opened after subscribing the following remark with dated initial by the Director (F.S. SHIVPURI) "Received late on Dt. _________ and __________ A.M./P.M. hence returned un entertained'.

24 Modification and

Withdrawal of Bids 24.1 The Bidder may modify or withdraw its bid after bid submission,

provided that written notice of the modification or withdrawal is received by the Director prior to the deadline for submission of bids.

24.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked, and delivered in accordance with the provisions of Clause 21, with the outer and inner envelopes additionally marked “MODIFICATION” or “WITHDRAWAL,” as appropriate. A withdrawal notice may be sent by fax but must be followed by a signed confirmation copy.

Draft Approved by SPMU 13

24.3 No Bid may be modified by the bidder after the deadline for submission of Bids.

24.4 Withdrawal of a Bid between the interval between the deadline for submission of bids and the expiration of the period of Bid validity specified in the Form of Bid may result in the forfeiture of the Bid Security pursuant to Clause 17.

E. BID OPENING AND EVALUATION

25 Bid Opening 25.1 The Director will open the bids, including modifications made pursuant to Clause 24, in the presence of the bidders’ representatives who choose to attend at 21.09.2012 on 03:00 PM at the F.S. SHIVPURI. The bidders' representatives who are present shall sign a register evidencing their attendance.

25.2 Envelopes marked “WITHDRAWAL” shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause 24 shall not be opened.

25.3 The bidders’ names, the Bid prices, the total amount of each Bid, any discounts, Bid modifications and withdrawals, the presence or absence of Bid Security, and such other details as the Director may consider appropriate, will be announced and recorded by the Director at the opening. Any bid price, or discount which is not read out and recorded at bid opening will not be taken into account in the bid evaluation. The bidder’s representatives will be required to sign the record.

25.4 The Director will prepare, besides the record of bid opening, minutes of the Bid opening, including the information disclosed to those present in accordance with Sub-Clause 25.3.

26 Process to Be

Confidential Information relating to the examination, clarification, evaluation, and comparison of bids and recommendations for the award of a contract shall not be disclosed to bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced. Any effort by a Bidder to influence the Director processing of bids or award decisions may result in the rejection of the bidder’s Bid.

27 Clarification of Bids To assist in the examination, evaluation, and comparison of bids,

the Director may, at the Director’s discretion, ask any Bidder for clarification of the Bidder’s Bid, including breakdowns of unit rates. The request for clarification and the response shall be in writing or by cable, telex, or facsimile, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Director in the evaluation of the bids in accordance with Clause 29.

28 Preliminary Examination

of Bids and Determination of Responsiveness

28.1 Prior to the detailed evaluation of bids, the SPMU/Director will determine whether each Bid (i) meets the eligibility criteria of JICA (ii) has been properly signed; (iii) is accompanied by the required securities; (iv) is substantially responsive to the

Draft Approved by SPMU 14

requirements of the bidding documents; and (v) provides any clarification and/or substantiation that the SPMU/Director may require pursuant to Clause 27.

28.2 A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of the bidding documents, without material deviation or reservation. A material deviation or reservation is one (i) which affects in any substantial way the scope, quality, or performance of the Works; (ii) which limits in any substantial way, inconsistent with the bidding documents, the Director’s rights or the Bidder’s obligations under the Contract; or (iii) whose rectification would affect unfairly the competitive position of other bidders presenting substantially responsive bids.

28.3 If a Bid is not substantially responsive, it will be rejected by the Director, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation.

29 Correction of Errors 29.1 Bids determined to be substantially responsive will be checked

by the SPMU/Director for any discrepancy/ errors. If there is a discrepancy the rate given in word shall be final.

29.2 In accordance with the above procedure for the correction of errors and, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected rate, its Bid will be rejected, and the Bid Security may be forfeited.

30 Currency for Bid

Evaluation

In Indian Rupees.

31 Evaluation and Comparison of Bids

31.1 The Director will evaluate and compare only the bids determined to be substantially responsive in accordance with Clause 28 and qualified for award of Contract in accordance with Clause 5.

31.2 In evaluating the bids, the Director will determine for each Bid the evaluated Bid price by adjusting the Bid price as follows:

making any correction for errors pursuant to Clause 28; making an appropriate adjustment for any other acceptable

variations, deviations or alternative offers submitted in accordance with Clause 18; and

Applying any discounts offered by the bidder for award.

31.3 The SPMU/Director reserves the right to accept or reject any variation, or deviation. Variations, deviations, and other factors which are in excess of the requirements of the bidding documents or otherwise result in the accrual of unsolicited benefits to the Director shall not be taken into account in Bid evaluation.

31.4 The evaluation of the bids shall take into account the price and other commercial features of the offer. In addition, it may also take into account other criteria, such as those in the sample listed below: a) Construction and Time Schedule b) Construction Method c) Quality Control Systems

Draft Approved by SPMU 15

d) Labour and Materials e) Safety Measures

31.5 The estimated effect of any price adjustment conditions under Clause 41 ( section II ) of the Conditions of Contract, applied over the period of execution of the Contract, shall not be taken into account in Bid evaluation

31.6 If the bid of the successful bidder is seriously unbalanced in relation to or substantially below the consultant’s estimate of the cost of the work to be performed under the Contract, the Director may require the bidder to produce detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price analyses, the Director may require that the amount of the performance security set forth in Clause 36 be increased at the expense of the successful bidder to a level sufficient to protect the Director against financial loss in the event of default of the successful bidder under the Contract.

F. AWARD OF CONTRACT

32 Post qualification and Award

32.1 The SPMU/Director will determine to its satisfaction whether the bidder selected as having submitted the lowest-evaluated, responsive Bid is qualified to satisfactorily perform the Contract. The examination shall be carried out in accordance the following sub-paragraph 32.2 to 32.4.

32.2 The determination will take into account the bidder's financial, technical and production capabilities. It will be based upon an examination of the documentary evidence of the bidder's qualification submitted by the bidder, pursuant to Clause 5, as well as such other information as the Director deems necessary and appropriate.

32.3 An affirmative determination will be a prerequisite for award of the Contract to the bidder. A negative determination will result in rejection of the bidder's Bid.

32.4 The SPMU/Director will award the Contract to the successful bidder whose Bid has been determined to the lowest evaluated, responsive Bid, provided further that the bidder is determined to be qualified to satisfactorily perform the Contract.

33 SPMU/Director’s Right

to Accept any Bid and to Reject any or all Bids

Not withstanding Clause 32, the SPMU/Director reserves the right to accept or reject any Bid, and to cancel the bidding process and reject all bids, at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the SPMU/Director’s action.

34 Notification of Award 34.1 Prior to expiration of the period of bid validity prescribed by the

Director, the Director will notify the successful bidder cable, telex, or facsimile confirmed by registered letter that its bid has been accepted. This letter (hereinafter and in the Conditions of Contract called the “Letter of Acceptance”) shall name the sum

Draft Approved by SPMU 16

that the Director will pay the Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the “Contract Price”).

34.2 The notification of award will constitute the formation of the Contract.

34.3 Upon the furnishing of by the successful bidder of a performance security, the Director will promptly notify the other bidders that their bids have been unsuccessful.

35 Signing of Award 35.1 At the same time that the Director notifies the successful bidder that its bid has been accepted, the Director will send the bidder the Form of Agreement provided in the bidding documents, incorporating all agreements between the parties.

35.2 Within 7 days of receipt of the Form of Agreement, the successful bidder shall sign the Form and return it to the Director.

36 Performance Security 36.1 Performance Guarantee @ 5% of the Bided value in the form of irrevocable bank guarantee of requisite amount to the Director in the Performa annexed to the Bid document or in the form of fixed deposit receipts, within 15 days, of the issue of letter of acceptance of Bid by the Director. In the event of failure on the part of the successful Bid to furnish the bank guarantee with in 15 days, the earnest money will be forfeited and Bid will be cancelled.

36.2 Failure of the successful Bidder to comply with the requirements of Clauses 35 or 36 shall constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security.

37 Advance Payment and Security

The Director may provide an Advance Payment on the Contract Price as stipulated in the Conditions of Contract, subject to a maximum amount of @ 5% Of Contract Amount .

Draft Approved by SPMU 17

SECTION 2 CONDITIONS OF CONTRACT TABLE OF CLAUSES A. General

1. DEFINITIONS……………………………………………………………..…………………………..…19-21 2. INTERPRETATION………………………………………………………...…………………………………21 3. LANGUAGE AND LAW……………………………………………..……..…………………………………21 4. NOTICE……………………………………………………………………………..………………………21 5. DELEGATION…………………………………………………………………….…………………………21 6. COMMUNICATIONS…………………………………………………………………………………………21 7. SUBCONTRACTING……………………………………………………………………………...………21-22 8. OTHER CONTRACTORS…………………………………………….………………………………………22 9. PERSONNEL…………………………………………………………………………………………….22-23 10. CONTRACTOR’S RISKS……………………………………………………………………………………23 11. DIRECTOR’S RISKS…………………………………………………………………………...………23-24 12. INSURANCE…………………………………………………………………………………..…………..24 13. INDEMNITIES………………………………………………………………………………………………24 14. CONTRACTOR TO CONSTRUCT THE WORKS…………………………………………………………24-25 15. THE WORKS TO BE COMPLETED BY THE INTENDED COMPLETION DATE………………………………..25 16. APPROVAL OF THE CONTRACTOR'S TEMPORARY WORKS………………………………………………25 17. SAFETY……………………………………………………………………………………………………25 18. DISCOVERIES……………………………………………………………………………………………..25 19. POSSESSION OF THE SITE…………………………………………………………………….……....…25 20. ACCESS TO THE SITE……………………………………………………………………………………..26 21. DISPUTES…………………………………………………………………………………………………26

B. Time Control 22. PROGRAM…………………………………………………………………………………………………26 23. EXTENSION OF THE INTENDED COMPLETION DATE……………………………………………………...26 24. ACCELERATION……………………………………………………………………………………………26 25. SUSPENSION OF WORK………………………………………………………………………………26-27 26. MANAGEMENT MEETINGS………………………………………………………………………………..27 27. EARLY WARNING…………………………………………………………………………………………27

C. Quality Control 28. IDENTIFYING DEFECTS……………………………………………………………………………………27 29. TESTS…………………………………………………………………………………………………..…27 30. CORRECTION OF DEFECTS………………………………………………………………………….....…28 31. UNCORRECTED DEFECTS…………………………………………………….………………………..…28

D. Cost Control (ALTERNATIVE A: ADMEASUREMENT CONTRACTS) 32. BILL OF QUANTITIES………………………………………………………………………….………...…29 33. CHANGES IN THE QUANTITIES……………………………………………………….………………..29-31 (ALTERNATIVE B: LUMP SUM CONTRACTS) 34. ACTIVITY SCHEDULE……………………………………………………………………….................…31 35. CHANGES IN THE ACTIVITY SCHEDULE…………………………………………………………………..31 (ALTERNATIVE A: ADMEASUREMENT CONTRACTS) 36. VARIATIONS………………………………………………………………………..............................…31 (ALTERNATIVE B: LUMP SUM CONTRACTS) 37. VARIATIONS………………………………………………………………………....…………………….31 38. CASE FLOW FORECASTS…………………………………………………………....……………………31 39. PAYMENTS CERTIFICATES…………………………………………………………...…………….....32-33 40. PAYMENTS…………………………………………………………...……………………………………33 41. COMPENSATION EVENTS…………………………………………………………………..…………33-36

Draft Approved by SPMU 18

42. TAX…………………………………………………………...……………………….…………………..36 43. CURRENCIES………………………………………………...…………………………….……………...36 44. PRICE ADJUSTMENTS………………………………………………...………………………………..…36 45. RETENTION………………………………………………...………………………………………….36-37 46. LIQUIDATED DAMAGES………………………………………………...…………………...…………....37 47. ADVANCE PAYMENT………………………………………………...………………….……………37-38 48. SECURITIES………………………………………………...…………………………...…………….....39 49. DAYWORKS………………………………………………...………………………………….……….…39 50. COST OF REPAIRS………………………………………………...…………………………….………..39

E. Completion of the Contract 51. OMPLETION………………………………………………...…………………………………….……39-40 52. TAKING OVER………………………………………………...…………………………………………..40 53. FINAL ACCOUNT………………………………………………...………………………….……………..40 54. OPERATING AND MAINTENANCE MANUALS……………………………………………...….……………40 55. ERMINATION………………………………………………...………………………………………..40-42 56. PAYMENT UPON TERMINATION………………………………………………...…………………………42 57. PROPERTY………………………………………………...………………………………………………42 58. SPECIAL CONDITION………………………………………………...………………………..……….43-53 59. ADDITIONAL SPECIAL CONDITION………………………………………………...………………………53

Draft Approved by SPMU 19

SECTION 2 CONDITIONS OF CONTRACT A. GENERAL 1. Definitions 1.1 Terms which are defined in the Contract Data are not defined in

the Conditions of Contract but keep their defined meanings. Capital initials are used to identify defined terms.

Acceptance is the date when the Contract come into existence upon receipt by the Contractor of the Letter of Acceptance issued by the Director. The Activity Schedule is a schedule of the activities comprising the construction, installation, testing, and commissioning of the Works. It includes a price for each activity which is used for valuations and for assessing the effects of Variations and Compensation Events. Compensation Events are those defined in Clause 41 hereunder. The Completion Date is the date when the Director notifies the Contractor that the Works can be used by the Director. The Contract is the Contract between the Director and the Contractor. The Contract Data defines the documents and other information which comprise the Contract. The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by the Director. The Contractor’s Bid is the completed bidding document submitted by the Contractor to the Director. The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract.

Days are calendar days; months are calendar months. A Defect is any part of the Works not completed in accordance with the Contract.

Defect Notice Period is the period stated in the Contract Data within which the Director may notify the Contractor of a Defect pursuant to Clause 30. "APCCF (HRD)/Chairman SPMU shall mean Additional Principal Chief Conservator of Forest. The APCCF (HRD) shall be the executive head of the construction and maintenance of all the works.

Draft Approved by SPMU 20

“SPMU” shall mean state project management unit of JICA project.

"Director" shall mean the Director of the F.S. SHIVPURI or other officer who shall for the time being the principal executive head of the F.S. SHIVPURI, who will employ the Contractor to carry out the Works. "F.S. SHIVPURI" shall mean the Forest School, Shivpuri, a statutory Institute constituted and incorporated under the law and governed by the Department of Forest Govt. of M.P. having its Head Office at Satpura Bhavan, Bhopal "Consultant" shall mean the Architect of the F.S. SHIVPURI who will take the measurement, supervise and in charge for the execution and Management of the work. “Third Party Quality Monitor” shall mean the Quality Control Consultant who will ensure and control the Quality of work as par specification and drawing. Equipment is the Contractor’s machinery and vehicles brought temporarily to the Site to construct the Works. The Initial Contract Price is the Contract Price at the date of the Director’s written acceptance of the Bid. The Intended Completion Date is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion Date may be revised only by the Director by issuing an extension of time.

Plant is any integral part of the Works which is to have a mechanical, electrical, electronic, or chemical function. The Site is the area defined as such in the Contract Data. Site Investigation Reports are those which were included in the Bid documents and are factual and interpretative reports about the ground and groundwater conditions at the Site.

The Start Date is given in the Contract Data. It is the date when the Contractor shall commence work on the Contract. It does not necessarily coincide with any of the Site Possession Dates. A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry out a part of the work in the Contract.

Temporary Works are works designed, constructed, installed, and removed by the Contractor which are needed for construction or installation of the Works. A Variation is an instruction given by the Director which varies the Works.

Draft Approved by SPMU 21

The Works are what the Contract requires the Contractor to construct, install, and hand over to the Director.

2. Interpretation 2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female, and vice versa. Headings and cross-references between clauses have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. 2.2 If sectional completion is specified in the Contract Data, references in the Conditions of Contract to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion Date for the whole of the Works). 2.3 The documents forming the Contract shall be interpreted in the following order of priority:

1. Agreement, 2. Letter of Acceptance, 3. Contractor's Bid, 4. Contract Data, 5. Conditions of Contract, 6. Specification, 7. Bill of Quantities 8. Drawings, and 9. Any other document listed in the Contract Data as forming

part of the contract. 3. Language and

Law The language of the Contract is English and the law governing the Contract is stated in the Contract Data.

4. Notice Any notification under this Contract shall be served on the party

concerned when received by telex or registered letter at the address listed in the Contract Data.

5. Delegation 5.1 The Architect and quality control consultant, named in the

Contract Data, or any other competent person appointed by the Director/SPMU and notified to the Contractor, to act in replacement of the Consultant , is designated by the Director to represent the Director in all dealings with the Contractor concerning the work, including administering the Contract, certifying payments due to the Contractor, issuing and valuing Variations to the Contract, awarding extensions of time, and valuing the Compensation Events.

5.2 The Contractor shall designate in writing to the Director, a representative, to be its representative in all dealings with the Director concerning the Works.

6. Communications Communications between parties that are referred to in the

Conditions are effective only when in writing.

7. Subcontracting 7.1 The contract may be rescinded and security deposit forfeited for subletting, bribing or if contractor becomes insolvent.

Draft Approved by SPMU 22

The contract shall not be assigned or sublet without the written approval of the Director. And if the contractor assigns or sublets his contract, or attempts to do so becomes insolvent, or commences any insolvency proceedings or makes any composition with his creditors, or attempts so to do , or if any bribe, gratuity, gift, loan perquisites, reward or advantage pecuniary or otherwise shall either directly or indirectly be given, promised or offered by the contractor, or any of his servants or agents to any officer or person in the employ of F.S. SHIVPURI in any way relating to his office or employment, or if any such officer or person shall become in any way directly interested in the contract the Director/SPMU may there up by notice in writing rescind the contract, and the security deposit of the contractor shall thereupon stand forfeited and be absolutely at the disposal of the F.S. SHIVPURI, and the same consequences shall ensure as if the contract had been rescinded and in addition the contractor shall not be entitled to recover or be paid for any work there-to-fore actually performed under the contract If the contractor gets item/items of work executed on a task rate basis with or without materials this shall not amount to subletting of the contract. Sum payable by way of compensation to be considered as reasonable compensation without reference to actual loss.

7.2 All sums payable by way of compensation under any of these conditions shall be considered as reasonable compensation to be applied to the use of F.S. SHIVPURI without reference to the actual loss or damages sustained, and whether or not any damage shall have been sustained.

8. Other

Contractors The Contractor is to cooperate and share the Site with other contractors, public authorities, utilities, and the Director.

9. Personnel 9.1 The Contractor shall employ the key personnel named in the

Schedule of Key Personnel to carry out the functions stated in the Schedule or such other personnel approved by the Director. The Director will approve proposed replacement of key personnel only if their qualifications, abilities, and relevant experience are equal to or better than those of the personnel listed in the Schedule of Key Personnel.

If the Director asks the Contractor to remove any of its or its Subcontractor's personnel and states his reasons the Contractor is to ensure that such personnel leaves the Site and has no further connection with the Works.

9.2 All work under or in course of execution in pursuance of the

contract shall at all time be open to the inspection and supervision of the Consultant/Architect (Engineer-in-Charge) and and Third Party Quality Monitor his subordinates and the contractor shall at all times during the usual working hours and at

Draft Approved by SPMU 23

all other times at which reasonable notice of the intention of the Consultant/Architect (Engineer-in-Charge) and Third Party Quality Monitor of his subordinates to visit the work shall have been given to the contractor either himself be present to receive order and instructions or have a responsible agent duly accredited in writing to be present for that purpose. Order given to the contractor's agent shall be considered to have the same force as if they had been given to the contractor himself.

9.3 Regarding Technical Staff of contractor

(a) The contractor shall employ the following technical staff during the execution of work.

(i) One Graduate Engineer when the work to be executed is more than Rs. 5.00 Lakhs

(ii) One Diploma Holder, Sub Engineer when the cost of work to be executed is from Rs. 2.00 Lakhs or more but not more than Rs. 5.00 Lakhs.

(b) The technical staff should be available at site whenever required by the Director/Consultant to take instructions.

(c) Incase the contractor fails to employ the technical staff as for as aforesaid the Director/Consultant shall have the right to take suitable remedial measures.

(d) The contractor should give the names and other details of the Graduate Engineer/Diploma Holder, Sub Engineer whom he intends to employ or who is under employment on the work at the time he commences the work.

(e) (The contractor should give a certificate to the Engineer/Diploma Holder; Sub Engineer is exclusively in his employment. Provided that :

(i) An Engineer or Sub Engineer may look after more than one work in the same locality but the total value of such work under him should not exceed Rs. 25.00 Lakhs in the case of an Engineer and Rs. 5.00 Lakhs in the case of a Sub Engineer.

(ii) It is not necessary for the contractors Partner in the case of firm/company, who is himself an Engineer/Sub Engineer to employ another Engineer, Sub Engineer for the supervision of work.

(iii) The retired Asst. Engineer who is holding a Diploma may be treated at par with a Graduate for the operation to the above clause.

9.4 In case the contractor fails to employ the technical staff as aforesaid, he shall be liable to pay the F.S. SHIVPURI sum of Rs. 25,000/- (Twenty five thousand only) for each month of default in the case of Graduate Engineer and Rs. 15000/- (Fifteen thousand only) for each month of default in case of Diploma Holder, Sub Engineer.

10. Contractor’s

Risks

Except as provided in Clauses 11 and 13, the Contractor shall be responsible for all risks of loss of or damage to physical property and of personal injury and death which arise during and in consequence of its performance of the Contract.

11. Director’s Risks The Director shall be responsible for expected risks which are (a)

Draft Approved by SPMU 24

insofar as they directly affect the execution of the Works in the Director's country, the risks of war, hostilities, invasion, act of foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot, commotion or disorder (unless restricted to the Contractor's employees), and contamination from any nuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other than the Contractor's design.

12. Insurance 12.1 Without limiting the Contractor's liability pursuant to Clauses 10

and 13, the following insurance cover is to be provided and maintained by the Contractor in the joint names of the Director and the Contractor for the period from the Start Date to the end of the Defects Notice Period or of the last Defects Correction Period whichever is the later:

Third party liability in an amount not less than specified in

the Contract Data, for any one claim or series of claims arising out of any one accident or event;

Adequate workmen's compensation and/or Director's liability

insurance which complies with applicable legislation; Adequate automobile public liability and property damage

insurance; and Cover against damage to the Works and materials during

construction.2

Policies and certificates of insurance are to be produced by the Contractor to the Director for approval before the Start Date given in the Contract Data and subsequently as the Director may require.

12.2 The Director shall be given 15 days advance notification in the

event of cancellation or change in any part or all of said insurance policies.

13. Indemnities 13.1 Each party shall be liable for and indemnify the other Party

against losses, expenses and claims for loss or damage to physical property, personal injury, and death caused by his own acts or omissions.

13.2 Notwithstanding Clause 13.1 above, the Contractor shall be solely responsible for and shall indemnify and hold harmless the Director from and against all claims, liabilities and costs of action in respect of injury to or death of any person in the employment of the Contractor or any of its Subcontractors.

14. Contractor to

Construct the Works

14.1 The contractor shall execute the whole and every part of the work in the most substantial and workman like manner, and both as regards materials and otherwise in every respect in strict accordance with the specifications, The contractor shall also

Draft Approved by SPMU 25

conform exactly full and faithfully to the designs, drawings and instructions in writing relating to the work a signed by the Director (F.S. SHIVPURI) and lodged in his office and to which the contractor shall be entitled to have access at such office or on the site of the work for purpose of inspection during office hours and the contractor shall, if he so required, be entitled at his own expense to take or cause to be made copies of the specification, and of all such designs, drawings and instructions aforesaid.

14.2 In the case of any variance, the following order of procedure shall prevail. Specification as per N.I.T. Specification as per SOR of the M.P. P.W.D. ISI code/IRC/MPPHED specifications.

14.3 Mode of measurement for building shall be as provided in the SOR applicable to the contract. Where such a mode of measurement is not specified in the SOR, it shall be done as per ISI code of building measurement, However, if any mode or measurement is specially mentioned in the N.I.T. the same will get precedence over all the above.

14.4 All work to be executed under the contract shall be executed under the directions and subject to the approval in all respect of the Director (F.S. SHIVPURI)/Consultant of the F.S. SHIVPURI for the time being who shall be entitled to direct at what point or points and in what manner they are to be commenced and from time to time carried on.

15. The Works to Be

Completed by the Intended Completion Date

The Contractor shall begin the Works on the Start Date and shall perform and complete the Works in accordance with the Program submitted by him, as updated with the approval of the Director, by the Intended Completion Date.

16. Approval of

Contractor's Temporary Work

The Contractor shall submit Drawings and Specifications showing the proposed Temporary Works to the Director, who shall approve them if they comply with the Contract Data.

The Contractor is responsible for design of Temporary Works.

The Director’s approval shall not alter the Contractor’s responsibility for his design of the Temporary Works.

17. Safety The Contractor is responsible for the safety of all activities on the

Site. 18. Discoveries Anything of historical or other interest or of significant value

unexpectedly discovered on the Site is the property of the Director/SPMU. The Contractor shall notify the Director of such discoveries and carry out the Director’s instructions for dealing with them.

19. Possession of the Site

The Director shall give possession of all parts of the Site to the Contractor. If possession of a part is not given by the date stated in the Contract Data, the Director is deemed to have delayed the start of the relevant activities, and this shall be considered a Compensation Event.

Draft Approved by SPMU 26

20. Access to the

Site The Contractor shall allow the Architect/consultant and Third Party Quality Monitor and any person authorized by the Director access to the Site and to any place where work in connection with the Contract is being carried out or is intended to be carried out.

21. Disputes All disputes arising in connection with the present Contract, and

which cannot be amicably settled between the parties, shall be finally settled by Chairman SPMU.

B. TIME CONTROL 22. Program

22.1 Within the time stated in the Contract Data, the Contractor shall submit to the Director for its approval a Program showing the general methods, arrangements, order, and timing for all the activities in the Works.

22.2 An update of the Program is a program showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining work, including any changes to the sequence of the activities as well as the effects of Variations and Compensation Events.

22.3 The Contractor shall submit to the Director, for his approval, an updated Program at intervals no longer than the period stated in the Contract Data. If the Contractor does not submit an updated Program within this period, the Director may withhold the amount stated in the Contract Data from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted.

The Director’s approval of the Program or an updated Program does not alter the Contractor’s obligations under the Contract.

23. Extension of the

Intended Completion Date

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 Director (F.S. SHIVPURI) within 10 days of the date of hindrance on account of which he desires such extension as aforesaid and the Director with whom he has signed the Agreement shall, if in his opinion, reasonable grounds are shown therefore, may Recommend to SPMU for grant of extension for period not exceeding one month . No further extension shall be granted by SPMU and reserving the right of the F.S. SHIVPURI to impose the liquidated damages (as provided for under the Agreement) the running bills shall continue to be paid to him. Provided further, if any, extension applied for is proposed to be refused, the competent Authority shall give the contractor an opportunity to be heard before taking the final decision.

24. Acceleration Not Applicable. 25. Suspension of

Work

The Director may at any time by written notice to the Contractor suspend further performance of the Works, whereupon the Contractor shall suspend further performance of the Works to

Draft Approved by SPMU 27

the extent specified and shall properly ensure and protect all Works in progress. Such suspension shall not exceed more than 15 consecutive days each or aggregate more than 30 days. The Director may at any time give notice of resumption of the suspended Works, in whole or in part, whereupon the Contractor shall resume its performance of that portion of the Works.

26. Management

Meetings 26.1 Either the Director/SPMU or the Contractor may require the other

to attend a management meeting. The business of a management meeting is to review the plans for remaining work and to deal with matters raised in accordance with the early warning procedure, pursuant to Clause 27 below.

26.2 The Director/SPMU shall record the business of management

meetings and provide copies of the records to those attending the meeting and to the Contractor. The responsibility of the parties for actions to be taken is to be decided by the SPMU, either at the management meeting, or after the management meeting and stated in writing to all who attended the meeting.

27. Early Warning 27.1 The Contractor shall warn the Director at the earliest opportunity

of specific likely future events or circumstances which may adversely affect the quality of the Works or delay the Intended Completion Date.

27.2 The Contractor shall cooperate with the Director in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the Works and in carrying out any resulting instruction of the Director.

C. QUALITY CONTROL Based on the repeat of 3rd Party Quality Monitors and Architect

Consultant.

28. Identifying Defects

28.1 The SPMU will appoint a third party quality control monitor to ensure the quality of work as par specification and drawings.

28.2 The Director shall check the Contractor’s work along with recommendation of Quality Monitors and notify the Contractor of any Defects which are found. Such checking shall not affect the Contractor’s responsibilities. The Director may instruct the Contractor to search for a Defect and to uncover and test any part of the Works which the Director considers may have a defect.

28.3 The recommendation of 3rd Party Quality Monitor will be binding on the contractor.

29. Tests 29.1 All dues regarding taxes, including the Sales Tax, duties etc. levied on the contractors work by Govt. and local bodies or private individuals will be payable by the contractor. The Consultant will grant a certificate for the quantities actually used on the work but will not entertain any claim on this account.

29.2 Royalty charges towards minor minerals will be borne by the contractor and same will not be refundable.

Draft Approved by SPMU 28

30. Correction of

Defects 30.1 The 3rd Party Quality Monitor will inform the Director/SPMU about

the defects immediately after inspection and the Director/SPMU shall give notice to the Contractor of any Defects before the end of the Defects Notice Period, which begins at Completion.

30.2 Every time notice of a Defect is given, the Defects Correction Period for the notified Defect begins. The Contractor shall correct the notified Defect within the Defects Correction Period at no cost to the Director. The length of the Defects Correction Period is stated in the Contract Data.

30.3 The Contractor shall correct Defects which he notices himself before the end of the Defects Notice Period.

31. Uncorrected

Defects 31.1 The Director may arrange for a third party to correct a Defect if

the Contractor has not corrected it within the Defects Correction Period.

31.2 The Director shall give the Contractor at least 7 days notice of his

intention to use a third party to correct a Defect. If the Contractor does not correct the Defect himself within the period, the Director may have the Defect corrected by the third party. The cost of the correction will be deducted from the Contract Price.

31.3 If at any time before the security deposit is refunded to the contractor, if it shall appear to the 3rd Party Quality Monitor and/or Consultant/Architect (Engineer-in-Charge) or his subordinate in charge of the work, that any work has been executed with unsound, imperfect or unskillful workmanship or with material of inferior quality, or that any materials or articles provided by him for the execution of the work are unsound, or of a quality, inferior to that contracted for, or otherwise not in accordance with the contract, it shall be binding on the 3rd Party Quality Monitor/Consultant/Architect to intimate this fact in writing to the contractor and than notwithstanding the fact that the work, materials, or articles complained of may have been inadvertently passed, certified and paid for the contractor shall be bound forthwith to rectify or remove and reconstruct the work so specified in whole or part, as the case may require, or if so required, shall remove the materials or articles so specified and provided other proper suitable material or articles at his own proper charge and cost, and in the event of his failing to do so within a period to be specified by the 3rd Party Quality Monitor and/or Consultant/Architect in the written.

31.4 Intimation aforesaid, the contractor shall be liable to pay compensation at the rate of one percent on the amount of contract put to Bid every day not exceeding 10 days, during which the failure so continues, and in the case of any such failure the Consultant/Architect (Engineer-in-Charge) may rectify or remove and execute the work or remove and replace the materials or article complained or as the case may be at the risk and expense in all respect of the contractor.

Draft Approved by SPMU 29

D. COST CONTROL

Cost Control Clauses for Admeasurements [Bill of Quantities]

Contracts. 32. Bill of Quantities 32.1 The Bill of Quantities shall contain items for the construction,

installation, testing, and commissioning work to be done by the Contractor.

32.2 The Bill of Quantities shall be used to calculate the Contract Price. The Contractor is paid for the quantity of the work done at the rate as per contract.

33. Changes in the

Quantities, specification and designs

33.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular item by more than 15 percent, the parties shall agree upon an adjustment of the rate to allow for the change in accordance with the provisions for Variations.

33.2 If requested by the Director, the Contractor shall provide the Director with a detailed cost breakdown of any rate in the Bill of Quantities.

(a) The Director (F.S. SHIVPURI) after taking prior approval from

SPMU will have the power to make any alterations in omissions from additions to, or substitutions for, the original specification, drawings, designs and instructions that may Appear to him to be necessary during the progress of the work, and the contractor in accordance with any instructions which may be given by Director in consultation with Consultant/Architect/Third party Quality monitor consultant and such alteration not invalidate the contract and any altered addition substituted work which the contractor may be directed to do in the manner above price a part of the work shall be carried out by the contractor on the same rates on which he has agreed to do the main work and at the same rate as are in the Bid for the main work. Provided that the total value of or substituted work does not exceed 10% of the amount put to Bid, inclusive percentage. If such value exceed 10% it shall be open to the contractor either determine the contract or apply for extension. Proportionate extension granted on altered, additional or substituted work and certificate of the same be conclusive as to such proportion.

(i) If the rates for such additional, substituted work under this clause shall be worked out in accordance with the laid principles. If the rates for work the contract same rate as those specified in the work.

(ii) In the altered, additional or substituted work includes any work for which no rate is specified in the contract for the work, then such work shall be carried out at the rates entered in the schedule of the P.W.D., which was in force at the time to the contract minus/plus the same percentage deduction/addition on which the Bid has

Draft Approved by SPMU 30

been accepted.

(iii) If the rates for the addition, altered or substituted work are not specifically provided in the contract for the work, the rates will be derived from the rates for a similar class of work given in the schedule of rates of the P.W.D.

(iv) If the rates for the altered, additional or substituted work cannot be determined in the manner specified in clause (i) to (iii) above the rate for such part or parts will be determined by the Director, F.S. SHIVPURI after taking approval from SPMU on the basis of prevailing market rate for the material and labour to which 15% will be added to cover overhead sundries and profit etc.

(v) If the rates for the altered, additional or substituted work can not be determined in the manner specified in sub - clause (i) to (iv) above, then the contractor shall within seven days of the date of receipt of order to carry out such additional work, inform the Director (F.S. SHIVPURI) the rate supported by an analysis of the rates or rate claimed and the Director, F.S. SHIVPURI shall determine the rate or rates on the basis of prevailing market rate and pay the contractor accordingly and if the Director does not agree to the rate claimed by the contractor he shall by notice in writing be at liberty to cancel his order to carry out such class of work and arrange to carry it out, in such manner as he may consider advisable provided always that if the contractor shall commence work or incur any expenditure in regard there to before the rates shall have been determined as lastly hearing before mentioned, that in such case he shall only be entitled to be paid in respect of the work carried out or expenditure incurred by him prior to the date of the determination of the rate as aforesaid according to such rate or rates as shall be fixed by the Director/ after taking approval from SPMU whose decision shall be final, when the Director shall fix the rate which he think reasonable and the Contractor does not accept the rates so fixed, the item of work shall be executed departmentally or carried out in such manner as it may be speedily advisable.

(b) The time for the completion of the work shall be extended in

proportion that the altered additional or substituted work bears to the origin. All contract work and the certificate of the Director (F.S. SHIVPURI) all are conclusive as such, proper. The contractor will however not be entitled to any compensation due to delay or hindrances occurring on account of extra work being executed by the alternative agencies mentioned above.

(c) The contractor shall execute the work according to the specifications as followed in M.P.P.W.D. (B&R) in force at the time execution of the work. In case of any contradiction in the provision of schedule of rate and the specifications the

Draft Approved by SPMU 31

provisions of schedule will take precedence. In case of inference between the aforesaid specification and the contractor letter.

34. Activity Schedule Not Applicable.

35. Changes in the

Activity Schedule Not Applicable.

36. Variations 36.1 All Variations shall be included in updated Programs produced by

the Contractor, and shall be reflected in the Intended Completion Date.

36.2 The Contractor is to forecast the cost effect of a proposed Variation on the Contract Price and provide the Director with a quotation for carrying out the Variation when requested to do so by the Director. The Director shall assess the quotation, which shall be given within seven days of the request or within any longer period stated by the Director and before the Variation is ordered by him.

36.3 If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the opinion of the Director, the volume of work does not cause the cost per unit of quantity to change, the rate in the Bill of Quantities is used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature of the work in the Variation does not correspond with items in the Bill of Quantities, the quotation by the Contractor is to be in the form of new rates for the relevant items of work.

36.4 Where the urgency of varying the work would prevent a quotation being given and considered without delaying the work, no quotation is given and the Variation is treated as a Compensation Event.

36.5 The Contractor is not entitled to additional payment for costs

which could have been avoided by giving early warning.

36.6 Authorization of Variation: The Contractor shall not perform a Variation until the Employer has authorized the Variation in writing on the basis of an estimate provided by the Contractor

Variations mutually agreed upon as a Variation shall constitute a part of the Works and the terms and conditions of this Contract shall apply to the said Variation During the course of the Works, the Director may advise the Contractor of minor changes in the Works. The Contractor shall comply with such changes.

37. Variations Not Applicable. 38. Cash Flow

Forecasts The Contractor is to provide the Director with an updated cash flow forecast. The cash flow forecast is to include Indian currencies as defined in the Contract.

Draft Approved by SPMU 32

39. Payment

Certificates 39.1 A bill shall be submitted by the contractor each month on or

before the date fixed by the Director in consultation with consultant shall take or cause to be taken requisite measurement for the purpose having the same verified and the claim, as for as admissible, adjusted if possible before expiry of Ten days from the presentation of the bill. if the contractor does not submit the bill within the time fixed as aforesaid, the Director will ask Consultant/Architect (Engineer-in-Charge) who may depute subordinate to measure up the said work in the presence of the contractor, whose counter signature to the measurement list will be sufficient warrant and the Consultant/Architect (Engineer-in-Charge) may prepare a bill from such list and submit the bills to the Director for his approval and payment after due scrutiny and verification of work for which bills are submitted.

39.2 The contractor shall submit all bill on printed forms to be had on application at the office of the Director and the charges in the bills always be entered at the rates specified in the Bid or in the case of any extra work ordered in pursuance of these conditions and not mentioned or provided for in the Bid, at the rates herein after provided for such work. The deduction or addition in the case may be of the percentage will be calculated on the account of the bill for the work done after deducting the cost of the materials supplied departmentally at the rates specified in the Agreement.

39.3 Receipt for payments made on account of a work when executed by a firm must also be signed by the several partners except where the contractors are described in their Bid as a firm in which case the receipt must be signed in the name of the firm by one of the partners, or by some other person having authority to give effectual receipt for the firm.

39.4 The Contractor shall submit to the Director monthly statements of the estimated value of the work executed less the cumulative amount certified previously.

39.5 The Director in consultation with Architect shall check the Contractor’s monthly statement and certify the amount to be paid to the Contractor.

39.6 The value of work completed is determined by the Director.

39.7 The value of work completed comprises the value of the quantities of the items in the Bill of Quantities completed.

39.8 The value of work completed includes the valuation of Variations, advance payments, and Compensation Events and deductions for retention.

39.9 The Director may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.

Draft Approved by SPMU 33

39.10 The contractor shall give not less than 5 days notice in writing to the Consultant/Architect (Engineer-in-Charge) or his subordinate in charge of the work before covering up or otherwise placing beyond the reach of measurement any work in order that the same may be measured, and correct dimensions thereof the same is so covered up or placed beyond the reach of measurement without such notice having been given or consent obtained, it shall be uncovered at the contractors expenses, or in default thereof , no payment or allowance shall be made for such work or the materials with which the same was executed.

40. Payments The Director is to pay the Contractor the amounts certified within

30 days of the date of each certificate. If the Director makes a late payment, the Contractor is to be paid interest on the late payment in the next payment. Interest is calculated from the date by which the payment should have been made at the rate of interest for commercial borrowing.

41. Compensation

Events The following are Compensation Events unless they are cause by the Contractor:

a. The Director does not give access to a part of the Site by the Site Possession Date stated in the Contract Data.

b. The Director modifies the Schedule of Other Contractors in a way which affects the work of the Contractor under the Contract.

c. The Director does not issue drawings, specifications or instructions required for execution of the Works on time.

d. Ground conditions are substantially more adverse than could reasonably have assumed before Acceptance from the information issued to bidders (including the Site Investigation Reports), from information available publicly and from a visual inspection of the Site.

e. Force majeaur, including but not limited to war, riots, civil insurrection, strikes, fires, floods and earthquakes.

f. The Director gives an instruction for dealing with an unforeseen condition, a Defect caused by the Director, or additional work required for safety or other reasons.

g. Other contractors, public authorities, utilities, or the Director does not work to the dates and other constraints stated in the Contract, and non-compliance by such parties results in a delay to the Contractor.

h. Delayed payment of the advance payment.

i. After the date 15 days prior to the latest date for submission of Bids for the Contract, there occur in the country in which the works are being or are to be executed changes to any National or State Statute, Ordinance, decree or other law or any regulation or bye-law of any local or other duly constituted authority.

Draft Approved by SPMU 34

j. Other Compensation Events listed in the Contract Data k. As soon as information demonstrating the effect of each Compensation Event upon the Contractor’s forecast cost has been provided by the Contractor, it shall be assessed by the Director, and the Contract Price shall be adjusted accordingly. If the Contractor’s forecast is unreasonable, the Director shall make his own forecast and initially adjust the Contract Price on that basis. In case agreement on Contract Price adjustment or extension of the Intended Completion Data cannot be reached, the Contractor shall complete the Work on the basis of Director's estimate and the dispute be settled by SPMU.

l. The Contractor is not entitled to compensation to the extent that the Director’s interests are adversely affected by the Contractor’s not has given early warning or not having cooperated with the Director. 41.1 COMPENSATION FOR DELAY

The time allowed for carrying out the work, as entered in the Bid form, shall be strictly observed by the contractor and shall be deemed to be the essence of the contract and shall be reckoned from the15 day after the date on which the order to commence the work is issued to the contactor, for a work where completion is up to 11 months.

a. FOR WORKS WHICH THE COMPLETION IS BEYOND 9 MONTHS:

The period will be reckoned from the 15 day after the date on which the order to commence the work is issued to the contractor. The works shall through the stipulated period of the contract be proceeded with all due diligence, keeping in view that time is the essence of the contract. The contractor shall be bound in all cases, in which the time allowed for any work exceed 1 month, to complete 1/8th of whole work before 1/4th of the whole time allowed under the contract has elapsed, 3/8th of the work before 1/2 of such time has elapsed and 3/4th of the work before, 3/4th of such time has elapsed. In the event of the contractor failing to comply with the above conditions, the Director (F.S. SHIVPURI) shall levy on the contractor, as compensation and amount equal to :

(1) 1 /2 percent of the value of work per week in respect of work costing up to Rs. 2,00,000/-

(2) 3/8 percent of the value of work per week in respect of work costing above Rs. 2,00,000/- and up to Rs. 5,00,000/

(3) 1/4 percent of the value of work per week in respect of work costing above As. 5,00,000/- and up to Rs. 10,00,000/

(4) 1/8 percent of the value of work per week in respect of work costing above As. 10,00,000/- and up to Rs. 25,00,000/

(5) 1/16 percent of the value of work per week in respect of work

Draft Approved by SPMU 35

costing As. 25,00,000/- and above. The total amount of compensation under the provision of the clause shall be limited to 10 percent of the value of work. The decision of the Director shall be final after taking approval from SPMU. The delay in departmental assistance ingrained in the contract will be taken duly. Into account while recovering compensation for the delay in the scales prescribed above. Where the Director (F.S. SHIVPURI) decided that the contractor is liable to pay compensation for not giving proportionate progress under this clause and the compensation is recommended during the intermediate period, such compensation shall be kept in deposit and shall be refunded if the contractor subsequently makes up the progress for the lost time, within the period of contract including extension granted. If any dispute the decision of SPMU will be final and binding for all.

41.2 NO CLAIM TO ANY PAYMENT OR COMPENSATION FOR IN/OR RESTRICTION OF WORKS

If at any time alteration of the contract document, the Consultant/Architect (Engineer-in-Charge) shall recommend to the Director for any reason what so ever requires the whole or any part of the work as specified in the Bid to be stopped for any period or shall not require the whole or part of the work to be carried out at all or to be carried out by the contractor. The Director shall give notice in writing of the fact to the contractor who shall thereupon suspend the work totally or partially as the case may be.

In any such cases, except as provided here in under the contractor shall have no claim to any payment or compensation what so ever on account of any profit or advantage which he might have derived from the execution on the work in full, but which he did not so derive in consequence of the full amount of the work not having been carried out or an account of any loss that he may be put to on account of materials purchased or agreed to be purchased. or for unemployment of labour recruited by him. He shall not also have any claim for compensation by reason of any alterations having been made in the original specifications. drawing, design and instructions, which may involve and curtailment of the work as originally contemplated where, however, materials have already been purchased or agreed to be purchased by the contractor shall be paid for such materials at the rate determined by the Director on the recommendation of Consultant/Architect, provided they are not in excess of requirement and are of approved quality and/or shall be compensated for the loss, if any, that he may be put to in respect of materials agreed to be purchased by him, the amount of such compensation to be determined by the Director on the recommendation of Consultant/Architect, whose decision shall be final, if the contractor suffers any toss on account of his having to pay labour charges during the period during which the stoppage of work has been ordered under this clause, the contractor shall, on application to such compensation on account of labour charge

Draft Approved by SPMU 36

as Director on the recommendation of Consultant/Architect, whose decision shall be final, may consider reasonable, provided that the contractor shall not be entitled to any compensation on account of labour charges, if, in opinion of the Consultant/ Architect (Engineer-in-Charge) the labour court have been employed by the contractor elsewhere for the whole or part of the period during which the stoppage of the work has been ordered as aforesaid. If the total duration of suspension of the work is more than six months, than this suspension of the work will be considered a permanent stoppage of the work, and the contractor can determine contract, if he so desire.

41.3 No compensation shall be allowed for any delay caused in the starting of the work on account of acquisition of land, or in the case of clearance works, on account of any delay in according sanction to estimates.

42. Tax All duties, taxes and other levies payable by the Contractor under

the Contract, shall be included in the total bid price submitted by the bidder. The bidder shall be familiar with the tax laws of the country, unless otherwise specified in the contract.

43. Currencies Payments are made in the currencies quoted in the Contractor's

Bid. 44. Price Adjustment Not applicable 45. Retention 45.1 The Director shall retain from each payment due to the Contractor

the proportion stated in the Contract Data until Completion of the whole of the Works.

45.2 On completion of the whole of the Works, half the total amount retained is repaid to the Contractor and half when the Defects Notice Period has passed and the Third Party Quality Monitor has certified that all Defects notified to the Contractor before the end of this period have been corrected.

45.3 CONTRACTOR LIABLE FOR DAMAGE DONE FOR IMPERFECTIONS FOR TWELVE MONTHS AFTER CERTIFICATE

If the contractor or his work people or servants shall break, deface, injure or destroy any part of building in which they may be working or any building, road, road-curb fences, enclosures, water pipe, cables, drains, electric or telephone posts or wire, tree, grass or grass land or cultivated ground continuous to the premises on which the work or any part of it is being executed, or if any damage shall happen to the work while in progress, from any cause whatsoever, or any imperfections become apparent in it within three months (six month's in the case of road work) after a certificate final or otherwise or its completion shall have been given by the Consultant/Architect (Engineer-in-Charge) as aforesaid, the contractor shall make good the same at his own expense or in default, the Consultant/Architect (Engineer-in-

Draft Approved by SPMU 37

Charge) may cause the same to be made good by other workmen, and deduct the expense (of which certificate of the Consultant/Architect (Engineer-in-Charge) shall be final) from any sums that may be then or at any time thereafter may become due to the contractor or from his security deposits or the proceeds of sale there of, or of a sufficient portion there of.

The contractor hereby also covenants that it shall be his responsibility to see that the building constructed under this contract do/does not leak during the period of 2 consecutive rainy season after it (their) completion and if any defect are pointed out to him by the Consultant/Architect (Engineer-in-Charge) during the said period, the same shall be removed by him at his own expense or in default the 3rd Party Quality Monitor/ Consultant/ Architect (Engineer-in-Charge) during the said period, the same shall be removed by him at his own expenses or in default the Consultant/Architect (Engineer-in-Charge) may get them removed and get the expenses thereof from any sum that may be than due or may become due to the contractor or from the security deposits of the contractor, on account of equal to 20% cost of the R.C.C. roof and 10% cost of the sheeting in roofing shall, not with standing any thing contained in this clause, be retained, till the roofs are tested during two consecutive rainy seasons as aforesaid and the defects are fully removed and if any amount still remains due to this account after making deduction as aforesaid the same may be recovered from him as an arrears of land revenue/cash security. The security deposit of the contractors to the extent of 50% shall be refunded on his getting the completion certificate provide that all the recoveries outstanding against him are realized; 25% of the amount shall be refunded on maintenance period being over, even if the final bill is not passed; balance 25% shall be refunded after the final bill is passed, provided this covers the risk of 10% and 20% of the cost of roofing materials mentioned above.

46. Liquidated

Damages The Contractor shall pay liquidated damages to the Director at the rate per day stated in the Contract Data for each day that the Completion Date is later than the Intended Completion Date. The Director may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages does not affect the Contractor’s liabilities. If the Intended Completion Date is extended after liquidated damages have been paid, the Director shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. Notwithstanding the above, the amount of liquidated damage paid by the Contractor to the Director shall not exceed 10 percent of the Contract Price.

47. Advance

Payment 47.1 The Director may make advance payment to the Contractor of the amounts stated in the Contract Data by the date stated in the Contract Data, against provision by the Contractor of an Unconditional Bank Guarantee in a form and by a bank acceptable to the Director in amounts and currencies equal to the

Draft Approved by SPMU 38

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

The Contractor is to use the advance payment only to pay for Equipment, Plant, Materials, and mobilization expenses required specifically for execution of the Contract. The Contractor shall demonstrate that advance payment has been used in this way by supplying copies of invoices or other documents to the Director.

The advance payment is repaid by deducting the amounts stated in the Contract Data from payments otherwise due to the Contractor, following the schedule of completed percentages of the Works stated in the Contract Data. No account shall be taken of the advance payment or its repayment in assessing valuations of work done, Variations, price adjustments, Compensation Events, or Liquidated Damages.

The contractor will ensure the advance payment is adjusted in his running bill with in two months if contractor fail to do so then Director can realize the bank guarantee which is submitted by contractor against the advance payment.

47.2 PAYMENT ON INTERMEDIATE CERTIFICATE TO BE REGARDED AS ADVANCE

No payment shall ordinarily be made for work estimated to cost less than, Rs.50,000/- (Rs. Fifty Thousand) till after the whole of the works shall have been completed and a certificate of completion given but if intermediate payment during the course of the execution of works considered desirable in the interest of works, the contractor may be paid at the advice of the Consultant/Architect (Engineer-in-Charge). But in the case of work estimated to cost more than Rupees Fifty Thousand the contractor shall, on submitting the bill therefore, be entitled to receive a monthly payment proportionate to the part thereof then approved and passed by the Director whose certificate' of such approval and passing of the sum so payable shall be final and conclusive against the contractor. But all such intermediate payment shall be regarded as payment by way of advance against the final payments for work actually done and completed and shall not preclude the requiring of bad, unsound and imperfect or unskillful works to be removed and taken away and reconstructed, or erected, or be considered as an admission of the due performance of the contract, or any such part thereof, in any respect of the acquiring of any claim, or shall it conclude, determine, or affect in any way the powers of the Director under this condition or any of them as to the final settlement and adjustment of the account or otherwise, or in any other way vary or affect the contract. The final bill shall be submitted by the contractor within one mouth of the date fixed for completion of work otherwise the Consultant/Architect (Engineer-in-Charge) certificate of the measurement and of the total amount payable for the work accordingly shall be put before the director whose decision will be final.

Draft Approved by SPMU 39

48. Securities The Performance Security shall be provided to the Director within

10 days of receipt of the Letter of Acceptance and issued in an amount stated in the Contract Data and form and by a bank acceptable to the Director, and denominated in the types of the currencies in which the Contract Price is payable. The Security shall be valid until after 15 day of the Defects Notice Period.

If there is no reason to call the performance security, the performance security shall be returned to the Contractor within 30 days of the last Defects Correction Period.

The Director shall notify the Contractor of any claim made against the institution issuing the performance security.

49. Dayworks The Dayworks rates in the Contractor’s Bid are to be used for

small additional amounts of work only and only when the Director has given written instructions in advance for additional work to be paid for in that way. All work to be paid for as Dayworks shall be recorded by the Contractor on forms approved by the Director. Each completed form is to be verified and signed by the Director within two days of the work being done. The Contractor will be paid for Dayworks only when he has obtained signed Dayworks forms.

50. Cost of Repairs Loss or damage to the Works or materials to be incorporated in

the Works between the Start Date and the end of the Defects Correction periods is to be mended by the Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s acts or omissions.

E. COMPLETION OF THE CONTRACT 51. Completion Third Party Quality Control Consultant shall issue a certificate

certifying Completion of the Works to the Contractor and the Director when he decides that the Works are completed.

On completion of the work, the contractor shall be furnished with a Certificate by the Consultant and finally countersigned by the 3rd Party Quality Monitor (here in after called the Consultant/Architect (Engineer-in-Charge)) of such completion in the form appended at the end, but no such certificate shall be given, nor shall the work be considered to be completed until the contractor shall have removed from the premise on which the works hall be executed, all scaffolding, surplus materials and rubbish, and cleaned off the dirt from all wood work doors, windows, walls, floors or other part of any building in, upon or about which the work is td be executed, or of which he may have had possession for the purpose of the execution thereof nor until the work shall have been measured by the Director (F.S. SHIVPURI) / Consultant whose measurements shall be binding and conclusive against the contractor. If the contractor shall fail to comply with the requirement of the clause as to removal of

Draft Approved by SPMU 40

scaffolding, surplus materials and rubbish and cleaning of dirt on or before the date fixed for the completion of work, the Director (F.S. SHIVPURI), at the expenses of the contractor remove such scaffolding, surplus materials and rubbish and dispose of the same as he think fit and clean off such dirt as aforesaid, and the contractor shall forth with pay the amount of all expense 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 there of.

52. Taking Over The Director takes over the Site and the Works within seven (10)

days of the issuance of the certificate of Completion. 53. Final Account The Contractor shall supply to the Director a detailed account of

the total amount which he considers is payable to him under the Contract before the end of the Defects Notice Period. The Director is to certify any final payment which is due to the Contractor within 60 days of receiving the Contractor’s account provided it is correct and complete. If it is not, the Director shall issue a schedule which states the scope of the corrections or additions which are necessary.

54. Operating and

Maintenance Manuals

If operating and maintenance manuals are required the Contractor shall supply them by the date stated in the Contract Data.

If the Contractor does not supply the manuals referred to above by the date stated in the Contract data, the Director may withhold amount stated in the Contract Data from payments due to the Contractor.

55. Termination The Director after taking approval from SPMU may terminate the

contract if the contract conditions are breached by the Contractor.

55.1 Breaches of Contract include, but are not limited to

The Contractor stops work when no stoppage of work is shown on the current program and the stoppage has not been authorized by the Director;

The Director instructs the Contract to suspend the Works and the instruction is not withdrawn within 15 days;

The Director gives Notice that failure to correct a particular Defect is a breach of Contract and the Contractor fails to correct such Defect within a reasonable period of time determined by the Director; and,

The Contractor does not provide the performance security which is required, pursuant to the Contract.

Notwithstanding the above, the Director after taking approval of SPMU may terminate the Contract at his convenience.

If the Contract is terminated the Contractor is to stop work immediately, make the Site safe and secure and leave the Site as soon as reasonably possible.

55.2 In any case in which under any clause or clauses of this contract

Draft Approved by SPMU 41

the contractor shall have rendered himself liable to pay compensation amounting to the whole of his security deposit (whether paid in one sum or deducted by installment) or committed a breach of any of the rules or in the case of abandonment of the work, except due to permanent disability or death of the contractor, or any other causes, the Director, F.S. SHIVPURI shall give a notice before 15 days for work costing up to Rs. 10.00 Lakhs and before 30 days for work costing above Rs. 10 Lakhs, and in the event of the contractor failing to comply with the directions contained in the saidnotice, shall have power to adopt any of the following courses, as he may deem best in the interest of the Director, F.S. SHIVPURI.

(a) To rescind the contract (of which recession notice in writing to the contractor under the hand of the Director (F.S. SHIVPURI) shall be conclusive evidence) and in which case the Security Deposit of the Contractor shall stand forfeited and be absolutely at the disposal of the Director, F.S. SHIVPURI. The appeal will lie with SPMU.

(b) To employ labour paid by the Director, F.S. SHIVPURI and to supply materials to carry out the work or any part of the work, debiting the contractor with the cost of the labour and the price of the materials (of the amount of which cost and price certificate of the Director (F.S. SHIVPURI) shall be final and conclusive against contractor) and crediting him with the value of the work done in all respects in the same manner and the same rates as if it had been carried out by the contractor under the terms of his contract of the cost of the labour and the price of the materials as certified by the Director (F.S. SHIVPURI) whichever is less. The certificate of the Director (F.S. SHIVPURI) as to the value of the work done shall be final and conclusive against the contractor. The appeal will lie with SPMU and shall be decided within one month.

(c) To measure up the work of the contractor and to take such part thereof as shall be unexecuted out of his hands, and to give it to another contractor to compete in which case any expenses which may be incurred in excess of the sum which would have been paid to the original contractor, if the work had been executed by him (of the amount of which excess certificate in writing of the Director (F.S. SHIVPURI) shall be final and conclusive) shall be borne and paid by the original contractor and may be deducted from any money due to him by Director, F.S. SHIVPURI under the contract or otherwise or from his security deposit or the proceeds of sale thereof or a sufficient part thereof.

In the event of any of the above courses being adopted by the Director (F.S. SHIVPURI) the contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured any materials or entered into any Agreement or made any advances on account of, or with a view to the execution of the work or the performance of the contract. And in case the contract shall be rescinded under the provision

Draft Approved by SPMU 42

aforesaid the contractor shall not be entitled to recover or be paid any sum for any work thereto for actually performed under the contractor's bill shall be finalized within three months. Director (F.S. SHIVPURI) will have to certify in writing the performance of such work and the value payable In respect thereof and he shall only be entitled to be paid the value so certified. The Director will take approval from SPMU whatever actions he takes.

Whenever action is taken the contractor's bill shall be finalized up within three months from the date of revision; both in the case of building works and road and bridge works.

55.3 POWER TO TAKE POSSESSION OF OR REQUIRE REMOVAL OF MATERIALS TOOLS AND PLANTS OR SALE OF CONTRACTOR'S PLANTS ETC.

In any case in which any of the power conferred upon the Director (F.S. SHIVPURI) 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 and such powers shall notwithstanding be exercisable in the event of any future case of default by the contractor for which by any clause or clauses hereof he is declared liable to pay compensation amounting to the whole of his security deposit, and the liability of the contractor for the past and future compensation shall remain unaffected. In the event of the Director (F.S. SHIVPURI) putting In force either of the power (a), (b) or (c) voted in him under the proceeding clause he may, If so desires, take possession of all or any tools, plants, materials and stores, in or upon the work, or the site thereof, or belonging to the contractor or procured by him and intended to be used for the execution of the work or any part thereof, playing or allowing for the same In account at the contract rates, or in case of, these not being applicable, at current market rates, to be certified by Director (F.S. SHIVPURI) whose certificate thereof shall be final, otherwise the Director (F.S. SHIVPURI) may, by notice in writing to the contractor or his clerk of the works, foreman or other authorized agent require him, to remove such tools, plant, materials, or stores from the premises (within a time to be specified In such notice) and in event of the contractor failing to comply with any such requisition, the Director (F.S. SHIVPURI) may remove them at the contractor expense or sell then by auction or private sale on account of the contractor and at his risk in all respect and the certificate of the Director (F.S. SHIVPURI) as to the expenses of any such removal, and the amount of the proceeds and expense of any such sale shall be final and conclusive against the contractor.

56. Payment upon

Termination As per decision Of SPMU.

57. Property

All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the property of the Director and are at the Director’s disposal if the Contract is terminated due to breach of Contract by the Contractor.

Draft Approved by SPMU 43

58. Additional Conditions

Income Tax clearance certificate - A Bidder purchasing Bid documents for works exceeding As. 2.00 Lacs shall submit either an Income Tax clearance certificate in the form printed in Annexure Dora certificate from the Income Tax Authority that the assessment is under consideration. No Bid document can be issued/sold to him unless such certificate is submitted.

Conditional Bid- Conditional Bids are liable to be rejected.

Canvassing- Canvassing for support in any form for the acceptance of any Bid is strictly prohibited. Any Bidder doing so will render himself liable to penalties which may include removal of his name from the register of approved contractors or penal action under section-8 of the M.R Vinirdishtta Bhrashta Acharna Nivaran Vidheyak 1982.

Rules of Labour Camps: The contractor will be bound to follow the M.P. Model rule relating to lay out, water supply and sanitation on labour camps under provision of The National Building Code of India, in regard to construction and safety.

Fair Wages :- The contractor shall pay not less than fair wages to labours engaged by him on the work

Works in the Vicinity: - The Director reserves the right to take up Department works or to award on the contract vicinity, without prejudice to the terms of contract. Best Quality of Construction Materials - Materials of the best quality will be used as approved by the Director/Consultant. And final certificate will be given by quality control monitor.

Removal of undesired persons:-The contractor shall on receipt of the requisition from the Director at once remove any persons employed by him on the work that, if in the opinion of the Director/Consultant is unsuitable or undesirable.

Amount due from Contractor: - Any amount due, to Director, F.S. SHIVPURI from the Contractor on any account concerning work may be recovered from him through Civil Court and/or as Arrears of Land Revenue by duly authorized component authority for all matters pertaining to Bids and contract Agreement legal jurisdiction shall be competent courts at Bhopal only.

Tools and Plants: - The contractor shall arrange at his own cost his own tool and plants required for the proper execution of the work. Rights to increase or decrease work: - The Director reserves the right to increase or decrease work. The Director reserves the right to increase or decrease any item of the work during the currency of the contract and contractor will be bound to comply with the order of the Director without any claim for compensation. The Director will take approval from SPMU for any increase/ decrease in work.

Draft Approved by SPMU 44

Time Schedule: The work shall be done by the contractor according to the time schedule fixed by the Director. Time of Contract :- Time allowed for carrying out the work as entered in the N.I.T. shall be strictly observed by the contractor and shall be reckoned from the date of work order to commence the work; or the date of giving lay out/handing over the site of work whichever is later. Payment by cheques: - The payment will be made by cheque of any Nationalized Banks. No Bank commission charges on realizing such payments will be borne by the Director (F.S. SHIVPURI) Transport of Material: - The contractors shall make his own arrangements for transport of all materials. The Director, F.S. SHIVPURI is not bound to arrange for priority in getting wagon or any other material though all possible assistance by way of recommendations will be given if it is found necessary in the operation by the Director. If it proves to be ineffective, the contractor shall have no claim for any compensation on that account.

Model Rules relating to Labour, Water Supply and Sanitation in Labour Camps.

Note:-Those model rules are intended primarily for Labour camps which are not of permanent nature. They lay down the minimum desirable standard which should be adhered to standards in permanent or semi-permanent labour camps, should obviously be lower than those for temporary camps.

1. Location:-The camp should be located in elevated and well drained ground in the locality.

2. Labour Huts to be constructed for one family of five persons each. The lay out should be shown in the prescribed sketch.

3. Hutting:-The huts to be built of local material. Each hut should provide at least 20 sq. meters in living space. Sanitary Facilities :- Latrines and Urinals shall be provided at least 15 meters away from the nearest quarter separately for men and women and specially so marked on the following scale.

4. Latrine: - Pit provided at the rate of 10 users or 2 families per seat, separate urinals as required as privy can also be used for this purpose.

5. Drinking Water: - Adequate arrangements shall be made for the supply of drinking wafer. if practicable filtered and chlorinated supplies are from intermittent sources overhead storage tanks shall be provided with the capacity of 5 Liters a person per day. Where the supply is to be made from well it shall confirm to the sanitary standard laid down in the report of the Rural Sanitation Committee. The well should be at least 30 meters away from any

Draft Approved by SPMU 45

latrine or other source of pollution. If possible hand pump should be installed for drawing the water from well. The well should be effectively disinfected once every and the quality of the water should be got tested at the public health institution between each work of disinfecting.

6. Bathing and Washing: - Separate bathing and washing space shall be provided for men and women for every 25 persons in the camp: There shall be one gap and space of 2 sq. meters for washing and bathing. Proper drainage for the waste water should be provided.

7. Waste Disposal: - Dust Bin shall be provided at suitable place in camp and the residents shall be directed to throw all rubbish into those dust bins. The dust bins shall be removed every day and disposal off by trenching.

8. Medical Facilities: (A) Every camp where 1000 or more persons reside shall be

provided with full time doctor and dispensary. If there are women in the camp full time nurse shall be employed.

(B) Every camp where less than 1000 but more than 260 persons reside shall be provided with dispensary and a part time nurse/midwife.

(C) If there are less than 250 persons in any camp the first-aid-kit shall be maintained in charge of whole time persons in first aid.

All the medical facilities mentioned above shall be for all residents in the camp including a dependent of the worker, if any, free of cost.

Sanitary Staff: - For each labour camp should be qualified sanitary inspector and sweeper should be provided in the following scales.

(1) For camps with strength over 200 but not exceeding 500 persons- one sweeper for every 75 persons above the first 200 for which 3 sweepers shall be provided.

(2) For change with a strength over 500 persons, one sweeper for every 100 persons above first 500 for which six sweepers should be provided.

(3) For a camp with a strength of 200 persons; four sweepers.

58.1 Contractor’s Labour Regulations.

The contactor shall pay not less than fair wage to laboures engaged by him in the works. Explanation

(a) Fair wages means whether for time or piece work as notified on the date of inviting Bids and where such wages have not been so notified the wages, prescribed by the Revenue Commissioner of the division in which the work is done.

(b) The contractor shall not withstanding the provisions of any contract to contrary, cause to be paid a fair wage to labours

Draft Approved by SPMU 46

indirectly engaged on the work including any labour engaged by his sub contractors in connection with the said work as if labours had been immediately employed by him.

(c) In respect of al labour directly or indirectly employed on the work for the performance of his contract the contractor shall comply with or cause to be complied with the Labour Act in force.

(d) The Director shall have the right to deduct from the money due to the contractor any sum required or estimated to be required for making good losses suffered by a worker or workers by reason of non fulfillment of the condition of the contract to the benefit of the workers non-payment of wages or of deductions made from his or their wages which are not justified by their terms of the contractor non-observance of regulation.

(e) The contractor shall be primarily liable for all payments to be made under and for the observation means of the regulation aforesaid without prejudice to his right to claim indemnity from his sub contractors.

(f) The regulations aforesaid shall be deemed to be a part of this contract and any breach thereof shall be deemed to be a breach of this contract.

(g) The contractor shall obtain a valid license under the contract (Regulation and Abolition) act, in force and rules made there under by the competent authority from time to time before commencement of work and continue to have a valid the completion of the work.

Any failure to fulfill the requirement shall attract the penal provision of this contract arising out of the resulted non-executing of the work assigned to the contractor.

58.2 CONTRACTOR TO SUPPLY PLANT, LADDERS,

SCAFFOLDING ETC. The contractor shall supply at his own cost materials (except such special materials if any, as may in accordance with the contract be supplied from the Engineer--in-Charge's stores) plat, tools, appliances, implements, ladders, cordage tackle, scaffolding and temporary work requisite for the proper execution of the work whether original or substituted and whether included in the specifications or other documents forming part of the contract referred to in these conditions or not, or which may be necessary for the purpose of satisfying or complying with the requirements of the Consultant/Architect (Engineer-in-Charge) 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 with out charge the requisite number of persons with the means and materials necessary for the purpose of setting out works and counting, weighing and assisting in the measurement or

Draft Approved by SPMU 47

examination at any time and from time to time of the work or materials, failing his so doing the same may be provided by the Consultant/Architect (Engineer-in-Charge) at the expense of the contractor and the expenses may be deducted from money due to the contractor under the contract or from his security deposit or the proceeds of sale thereof, or of a sufficient portion thereof.

Contractor is liable for damages arising from non-provision of lights, fencing etc. The contractor shall also provide at his own cost, except when the contract specifically provides otherwise and except for payments due under close all necessary fencing and light required to protect the public from accident, and shall be bound to bear the expenses of defense of every suit, action, or other proceedings at law that may be brought by any person for injury sustained owing to neglect of the above precautions and to pay any damage and costs which may be awarded in any such suit, action or proceedings to any such persons or which may with the consent of the contractor be paid to compromise any claim by any such person.

58.3 COMPENSATION UNDER SECTION 12 SUBSECTION (1) OF

THE WORKMAN'S COMPENSATION ACT, 1923 In every case in which by virtue of the provision of sec. 12, sub. sec. (1) of the workman's compensation act, 1923, Director, F.S. SHIVPURI is obliged to pay compensation to a workman employed by the contractor in execution of the work, Director, F.S. SHIVPURI will recover from the contractor the amount of the compensation so paid, and without prejudice to the rights of Director, F.S. SHIVPURI under section (1) sub. sec. (2) of the said act. The Director, F.S. SHIVPURI shall security deposit or from any sum due by the Director, F.S. SHIVPURI to the contractor whether under this contract or otherwise Director, F.S. SHIVPURI may not be bound to contest any claim made against them under sec. 12, sub. sec. (1) of the said Act. Except on the written request of the contractor and upon his giving to Director, F.S. SHIVPURI full security for all cases for which F.S. SHIVPURI might become liable in consequence of contesting such claim.

58.4 LABOUR

The contractor should get himself registered under - Contract - Labour Regular and Abolition Act, 1970, including its amendments after getting certificate from the Director, (F.S. SHIVPURI).

No labor below the age of 18 years shall be employed on the work. FAIR WAGE

The contractor shall pay not less than fair wage to labours engaged by him on the work. Explanation

(a) "Fair Wage" means whether for time or piece work notified at the time of inviting Bids for the work and where such wages have not been so notified the wages prescribed by the work department for the zone in which the work is done.

Draft Approved by SPMU 48

(b) The contractor shall not with standing the provisions of any contract to the contrary cause to be paid a fair wage to labour indirectly engaged on the work, including any labour engaged by his subcontractors in connection with the said work, as if the labourers had been immediately employed by him.

(c) IN respect of all labour directly or indirectly employed on the works for the performance of the contractors part of the agreement, the contractor shall comply with or cause to be complied with the labour act in force.

(d) The Director (F.S. SHIVPURI) shall have the rights to deduct from the money due to the contractor, any sum required or estimated to be required for making good the loss suffered by a worker or workers by reason of non fulfillment of the conditions of the contract for the benefit of the workers, non-payment of wages or of deductions made from this or their wages, which are not justified by the terms of the contract of non observance of the regulations.

(e) The contractor shall be primarily liable for all payments to be made and for the observance of the regulation aforesaid without prejudice to his right to claim indemnity from his sub-contractors.

(f) The regulations shall be deemed to be a part of this contract and any breach thereof shall be deemed to be a breach of this contract.

58.5 Solvency Certificate

A solvency certificate or attested photocopy thereof from' any scheduled bank along with the application for Bid papers.

Such solvency certificate should not be older than 6 months from the date of application, amount of solvency to be furnished fro various amount of contracts (put to Bid) shall be as hereunder.

The amount of work put to Bid Amount of solvency to be indicated in the certificate from the Bank 1. Above Rs. 2 lakhs put up to 5 lakhs Rs. 25,000 2. Above Rs. 5 lakhs put up to 25 lakhs Rs. 3 Lakhs 3. Above Rs. 25 lakhs but up to Rs. 50 lakhs Rs. 5 Lakhs 4. Above Rs. 50 lakhs up to Rs. 100 lakhs Rs. 12 Lakhs 5. Above Rs. 100 lakhs Rs. 25 Lakhs

The solvency certificate shall have to be in the following format CERTIFICATE

On the basis of transactions / turn over in the account

of....................................................................................................................... (Name and Address) we are in the opinion that he is solvent to the extent of Rs.....................................

Draft Approved by SPMU 49

(Rupees...................................................................................................)

This is without any prejudice and responsibility on our part.

58.6 ARBITRATION CLAUSE

Except as otherwise provided in the contract all question and disputes relating to the meaning of the specifications, designs, drawing and instructions herein before mentioned and as to thing whatsoever, in any way arising out of or relating to the contract, designs, drawings, specifications, estimates, concerning the work or the execution or failure to execute the same, whether arising during the progress of the work or after the completion or abandonment thereof shall be referred to the Director in writing for the decision within a period of 30 days of such occurrence there up on the APCCF/SPMU shall give his written instructions and / or decisions within a period of 60 days of such request. This period can be extended by mutual consent of the parties.

Upon receipt of written instructions or decisions the parties-shall promptly proceed without delay to comply such instructions or decisions. If the Director fails to give his instructions or decisions in writing within a period of 30 days or mutually agreed time after being requested if the parties are aggrieved against the decision of APCCF/SPMU the parties may, within 30 days, prefer an appeal to the APCCF/SPMU who shall afford an opportunity to the parties of being heard and to offer evidence in support of his appeal. The APCCF/SPMU will give his decision within 60 days if any party is not satisfied with the decision of the APCCF/SPMU, he can refer such disputes for arbitration by M.P. Arbitrations Tribunal constituted by the State Government of M.P.

The following are also the terms of this contract, namely

(a) No person other than the aforesaid M.P. Arbitrations Tribunal constituted by the Govt. (to handle cases of al technical departments) shall act as Arbitrator and if for any reason that is not possible, the matter shall not be referred to arbitration at all.

(b) The party invoking arbitration shall specify dispute or disputes to be referred to arbitration under this clause together with the amount or amounts claimed in respect of each such dispute(s).

(c) Whether the party invoking arbitration is the contractor, no reference for arbitration shall be maintainable, unless, the contractor furnish a security deposit or sum determined according to the table given below, and the sum so deposited shall on the determination of arbitration proceedings be adjusted against the cost if any awarded by the Tribunal against the party and the balance remaining after such adjustments or in absence of such cost being awarded, the whole of the sum shall be refunded to him within one month from the date of the award.

Amount of Claim Rate of Security Deposit

Draft Approved by SPMU 50

For claim below Rs. 10,000/- 5% of the amount claimed For claim of Rs. 10,000/- and 3% of the amount claimed Above but below Rs. 1,00,000/- Subject to a minimum of Rs. 500/- For claim of Rs. 1,00,000/- 2% of the amount claimed and above subject to a minimum Rs. 3,000/-

(d) If the contractor does not make any demand for arbitration in respect of any claim(s) in writing within 90 days on receiving intimation from the Director/Consultant that the final bill is ready for payment, the claim of the contractor shall be deemed to have been waived and absolutely barred and the Director, F.S. SHIVPURI shall be discharged or released of all liabilities under this contract in respect of such claims.

(e) The M.P. Arbitration Tribunal may from time to time, with the consent of the parties extend the time for making the award.

(f) A reference to the M.P. Arbitration Tribunal shall be no ground for not continuing the work on the part of the contractor and payment as per terms and conditions of the agreement shall be continued by the Director, F.S. SHIVPURI.

(g) Except where otherwise provided in the contract, the provisions of the Arbitration Act, 1940 and the Rules made there under for the time being in fore, shall apply to the arbitration proceeding under this clause.

58.7 LUMP SUMPS IN ESTIMATE

When the estimate on which a Bid is made includes lump sump in respect of part of the work, the contractor shall be entitled to payment in respect of the item of work involved or the part of the work in question at the same rates as are payable under this contract for such items or if the part of the work in question is not, in the opinion of the Consultant/Architect (Engineer-in-Charge)/after taking approval from Director capable of measurement, the Consultant/Architect (Engineer-in-Charge) may at his discretion, pay the lump sum amount entered in the estimate, and the certificate in writing of the Consultant/Architect (Engineer-in-Charge) shall be final and conclusive subject to approval by SPMU against the contractor, with regard to any sum or sums payable to him under the provisions of this clause.

58.8 ACTION WHERE NO SPECIFICATION

In the case of any class of work for which there is no specifications as is mentioned in rules such work shall be carried out in accordance with the specifications approved by the Director after consultant with SPMU for application to work in the zone and in the event of their being no such specification, than in such case the work shall be carried out in all respect in accordance with the instructions and requirements of the Consultant/Architect (Engineer-in-Charge) after they are approved by Director/SPMU.

Draft Approved by SPMU 51

58.9 CLAIM FOR QUANTITIES ENTERED IN THE BID OR

ESTIMATE Quantities shown in the Bid are approximate, No claim shall be entertained for quantities of work executed being either more or less than those entered in the Bid or estimate.

58.10 ROYALTY 1) If the contractor himself holds the quarry lease, royalty on construction material, e.g. boulders, moorum, sand etc. at the prevalent rates, shall have to be paid by the contractor on all construction materials collected by him for the execution of the work, direct to 'the revenue or the prescribed authority of the State Govt. in M.P. In such case, no mining dues demand certificate for the royalty shall be obtained by the contractor from the revenue or prescribed authorities and furnished to the Director, F.S. SHIVPURI before payment of final bill, failing which the payment of the final bill will be deferred till clearance certificate of payment of royalty is received from the Collector concerned. If the contractor convenes the F.S. SHIVPURI that in spite of intimation to the revenue or prescribed authorities by registered authorities by registered A.D. post, no reply regarding the amount of unpaid royalty to be recovered is received within 30 days of intimation, the Director, F.S. SHIVPURI may release the final dues if the deems prior. On demand from the Collector, the unpaid amount of royalty would be remitted to the revenue or prescribed authority by the Director, F.S. SHIVPURI on behalf and at the cost of the contractor limited to the royalty for the materials used at the work under the contract.

If the contractor has purchased the construction materials from

Lessees of leased out i.e. trade quarry or suppliers of such construction materials, it would be opened to the F.S. SHIVPURI to require from the contractor adequate, proof of having paid of the royalties charges at Govt. approved rates of the bills relating to the construction materials that the construction materials are royalty paid, such as (a) declaration by the lessee of the quarry or material supplier or (b) any direct or indirect proof of royalty payment.

In the case of any dispute about payment of royalty charges, decision of the Director will be final.

58.11 AUDIT AND TECHNICAL EXAMINATION OF THE DIRECTOR

F.S. SHIVPURI'S CLAIM The Director, F.S. SHIVPURI shall have the right to cause Audit and Technical Examination of the work and the final bills of the contractor including all supporting vouchers, abstracts, etc. to be made as per payment of the final bill and if as a result of such Audit and Technical Examination any sum is found to have been over paid in respect of any work done by the contractor under the

Draft Approved by SPMU 52

contract or any work claimed by him to have been done under contract under the contract or any work claimed by him to have been done under contract and found not to have been executed, the contractor shall be liable to refund the amount of over payment and it shall be lawful for the Director, F.S. SHIVPURI to recover the same from the security deposit of the contractor or from any dues payable to the contractor from the Director, F.S. SHIVPURI account. If it is found that the contractor was paid lesser than what was due to him under the contract in respect of any work executed by him under it, the amount of such under payment shall be duly paid by the Director, F.S. SHIVPURI to the contractor.

In the case of any Audit examination and recovery consequent on the same, contractor. Shall be given an opportunity to explain his case and the decision of the Director shall be final.

In the case of technical audit, consequent on which there is a recovery from the contractor, no recovery should be made without orders of the Director whose decision shall be final. All action under this clause should be initiated and intimated to the contractor within a period of 12 month from the date of completion.

58.12 DEATH OR PERMANENT INVALIDITY OF THE CONTRACTOR If the contractor is an individual or a proprietary concern, partnership concern dies during the currency of the contract or becomes permanently incapacitated, where the surviving partners are only minors, the contract shall be closed without leaving any damages/ compensation as provided for in clause 3 of MP PWD Manual the contract agreement.

However, if the competent authority is satisfied about the competence of the survivors then the competent authority shall enter into a fresh agreement for the remaining work strictly on the same terms and conditions, under which the contract was awarded after getting him/them, registered in the appropriate class of contract as per the decision of APCCF.

58.13 PENALTY FOR BREACH OF CONTRACT On the breach of any term or condition of this contract by the contractor the said Director, F.S. SHIVPURI shall be entitled to forfeit the security deposit or the balance thereof, that may at that time be remaining, and to realize and retain the same as damages and compensation for the said branch, but without prejudice to the right of the said Director, F.S. SHIVPURI to recover any further sums as damages from any sums due or which may become due to the contractor by Director, F.S. SHIVPURI or otherwise howsoever. The appeal in such cases will lie with SPMU within a period of 30 days from the date of order.

58.14 RECOVERY OF DIRECTOR F.S. SHIVPURI'S CLAIMS Whenever any claim against the contractor for the payment of a sum of money arises out of or under the contract, the Director, F.S. SHIVPURI shall be entitled to recover such sum by

Draft Approved by SPMU 53

appropriating in the part of whole, the security deposit of the contract and to sell any Govt. promissory note, etc., forming the whole or the part of such security. In the event of the security being insufficient or if no security has been taken from the contractor, that the balance or the total sum recoverable as the case may be shall be deducted from any sum than due to which any time thereafter any become due from the contractor under this or any other contract with the Director, F.S. SHIVPURI should this sum be not sufficient to cover the full amount recoverable, the contractor shall pay to Director, F.S. SHIVPURI on demand the balance remaining due. In case of any conflict, the appeal will lie with APCCF (HRD) whose decision will be final.

58.15 APPROPRIATION AND SET-OFF Any sum of money due and payable to the contractor (including security deposit refundable to him) under this contract may be appropriated by the Director, F.S. SHIVPURI and set off against any claim of Director, F.S. SHIVPURI for the payment of a sum of money arising out of under any other contract made by the contractor with the Director, F.S. SHIVPURI.

Mobilization advance up to 5% of the contract amount, at the start of stage of the work could be granted as a loan to the contractor, at the prevalent bank rate of interest, against bank guarantee valid for the full contract period at the discretion of the Director.

The loan with interest will be recovered and adjusted against payment to the contract in three successive subsequent running bills.

58.16 Conditions Applicable for Contract :- All the conditions of the

Bid notice will be binding on the contractors in above conditions of the contract in the prescribed form : Following documents annexed with this N.I.T. shall forma part of contract :-

59. Additional special condition

The Director, F.S. SHIVPURI is appointed Aalign UP Arch & Construction Pvt.Ltd. as Consultant Architect and SPMU is appointed Third party Quality monitor consultant for Supervision. The Consultants will assess the work site for Supervision, record measurement, valuation and quality control and will report to Director and/or SPMU. The Director will communicate their observations to the contractor and will ensure compliance of all advisory and instructions.

Draft Approved by SPMU 54

SECTION 3 CONTRACT DATA Items marked “N/A” do not apply in this Contract. The following documents are also part of the Contract: 1. The Letter of Acceptance 2. The Contractor’s bid 3. The Contract Date 4. The Conditions of Contract 5. The Technical Specifications 6. The Drawings 7. The Bill of Quantities

8. The Schedule of Operation and Maintenance Manuals 9. The Schedule of Other Contractors 10. The Schedule of Key Personnel 11. The Program 12. Any Other Documents required in the Contract

Sub-clause of Section 2 General Conditions (and other sections, where specified) The Director is Name: Director, F.S. SHIVPURI Address: Chhatri Road, Shivpuri (M.P.) The Contractor is: Name: Address: The Site is located at FOREST SCHOOL, SHIVPURI (M.P.) and is defined in drawings nos. attached as per annexure.

The law which applies to the Contract is the law of India The Architect & consultant or other competent person appointed by the Director, is: Name: Aalign UP Arch & Construction Pvt.Ltd. Address: 100,101,102, Gorai Complex, Ram Mandir, Phalka Bazar,

Lashkar, Gwalior

Draft Approved by SPMU 55

The minimum insurance cover for Third Party Liability Insurance injury, and death is 2.00 lakhs rupees

Clause 12

The Start Date is . Clause 15 The Intended Completion Date for the whole of the Works is ____________________.

Clause 15

The Site Possession Date is . Clause 19 Place where arbitration will take place: BHOPAL The Contractor is to submit the program for the Works within 10 days of being notified of the acceptance of his bid.

Clause 22

The period between Program updates is 15 days. Clause 22 The amount to be withheld for late submission of an updated Program is Rs. 10,000.00

Clause 22

The Defects Notice Period is 07 days. Clause 28 The Defects Correction Period is 15 days. Clause 30 In addition to those listed in Section 2, sub-clause 41.1, the following events are also Compensation Events:

1. Lightining

2. Law and order situation

3.

Tax exemption (if any) N/A The formula(e) for adjustment of prices is (are) N/A The proportion of payments retained is as per condition of contract (clause 45 ) The liquidated damages for the whole of the Works are as per condition of contract (clause 41) per day

The amounts and currencies of the performance guarantee are 05 percent of the Contract Price.

The date by which operating and maintenance manuals are required is within 10 days of completion of work

The amount to be withheld for failing to produce operating and maintenance manuals by the date required is Rs. 25000.00

Draft Approved by SPMU 56

SECTION 4 TECHNICAL SPECIFICATIONS

Specifications:

4.1 Brief specifications- A brief note on construction and specification of the work is enclosed.

4.2 Material of Construction:- The materials of construction to be used in the work shall be govern by the provision of part I,IV,V,VI,XI,XIV,XVIII,XIX of the National Building code of India 1970 and the relevant Indians standards specification with amendments and revisions issued up to the date of Bid notice.

4.3 Workmanship: - The work shall be carried out according to the specification referred to hereinafter and according to sound engineering practice. The decision of the Director (F.S. SHIVPURI)/Consultant in respect of workmanship will be final. In any dispute the decision of SPMU will be final and binding for all.

4.4 Specification for Building works: (Including water supply and sanitary fittings)

4.4.1 The contractor shall execute the work in conformity with the standards and

procedure laid down in the Central Public Works Department specifications for works in force or special specifications whenever enclosed separately, and in accordance with the approved drawing.

4.4.2 Concrete: All concrete shall be mixed in concrete mixers and compacted by

mechanical vibrators, slump test shall be carried out during concreting and samples test cubes prepared and tested in due course. The testing will be carried out by the Consultant at the expenses of the contractor.

The result of the tests shall conform with the required standards and if the

Director consider that a structural test in necessary, the same shall be carried out as instructed by the Director at the contractor's expenses and should the results of this be unsatisfactory the contractor will be bound to take down and reconstruct the particular portion of work which has given unsatisfactory test results.

4.4.3 Bricks:-The contractor should use the best quality bricks manufactured on the

metric measure as far as possible. 4.4.4 All timber used in the wood work for all new works must be properly

seasoned. In case of important building mechanical seasoning should be done in good seasoning plant. In case the contractor does not procure good seasoned wood he may be asked to get it seasoned in plant at his own expenses but no certificate where no additional rate is paid.

4.4.5 Maintenance of Roofs:- It will be the responsibility of the contractor to see

that the building (s) constructed under this contract do/does not leak during the period of two consecutive rainy season after their completion and if any defects are pointed out to him by the Director/Consultant during the said period the same shall be removed by him at his own expenses or in default the Director/Consultant may get it removed and deduct expenses thereof from any sum that may then be due or may become due to the contractor or form the Security Deposit of the contractor. An amount equal to 20% of the cost of the roofing in case the concrete terraced roof of 10% of the cost of roof sheeting in

Draft Approved by SPMU 57

case of renovation or any other roofs, valley Gutters, ridges, etc. are tested during two consecutive rainy season as aforesaid and the defects are fully removed if any amount still remain due on this account after making decoctions as aforesaid, the same maybe recovered from him legally.

4.5 Specification of Electrical Works

4.5.1 The work will be carried out as per the approved drawing and as directed by

the Director/Consultant of the Director F.S. SHIVPURI. The work will be governed by the Engineer in Chief specification for the Electrical works in force.

4.5.2 All samples of electrical accessories should be got approved from the Director. Contractor will have to arrange and afford all facilities for their inspection and rectify the defects pointed out by them,. A list of accessories is enclosed .

4.5.3 The period of testing and refund of deposit will be 6 months after completion of work;

4.5.4 In case of supply of ceiling fan, table fan, exhaust fan, cabin fan, tube light fixtures, will be made by the F.S. SHIVPURI as mentioned in the S.O.R. As such labour rates only as per S.O.R. will be paid for fitting such items in position as per S.O.R.

4.5.5 The contractor should submit wiring diagram on tracing cloth showing the point, position of switch, length of point, position D.B. and main switch, circuit No. in which points fall at the time of final bill, otherwise deductions of 1/2 percent (Half percent) will be made from the bill.

4.6 Specification for works: - The road work and collection of material for road work

shall be carried out according to U.O.T. specification for road works published by Indian road congress 1988.

4.7 Contradiction or amendments- In the event of contradictions between the stipulations of the schedule or rates. The stipulations of the schedule rates shall gain precedence. In the event of contradiction, if any between different specification and or codes of practice, referred to above, the decision of the Director (F.S. SHIVPURI) shall be final subject to appeal in case of dispute before APCCF (HRD) with in one month of Director's Decision.

4.8 Supply of Materials: - No materials will be supplied by the F.S. SHIVPURI.

`

Draft Approved by SPMU 58

Section 5 FORMS OF BID, QUALIFICATION INFORMATION AND LETTER OF ACCEPTANCE

TABLE OF SAMPLE FORMS Form of Bid

Qualification Information

Letter of Acceptance

`

Draft Approved by SPMU 59

Form of Bid (In envelope – c) Package Name : SHSFTI/REN/04 Name of Work : Renovation & New Construction work -12 (Renovation of Administrative Building, ClassRoom,

Gymnasium, Stage, Girls’ Recreation Room, General Store Room, Director Quarter, Staff Quarter Class III (U), Staff Quarter Class III (V) , Staff Quarter Class IV,Guest house & New Construction of Ladies Toilet at F.S. Shivpuri M.P.)

Name of the Contractor:

Cost of Bid Form: Rs. 4,500/-

Date of Bid: Received by Regd. A.D. Post on Dt ….………up to …….. PM

Reference to NIT: F.S. SHIVPURI No. ……… dated …………..

FORM –A FOREST SCHOOL SHIVPURI (M.P.) PERCENTAGE RATE BID AND CONTRACT FOR WORKS General Rules and Direction for the guidance of contractor

1. Bids must be invited for all works proposed to be given on contract unless the amount of work proposed to be given on contract is Rs. 15,000/- or less. The N.I.T. shall be posted in public place signed by the authority inviting the Bids.

N.I.T. will state the work to be carried out as well as the date for submitting and opening Bids and the time allowed for carrying out the work also the amount of earnest money to be deposited with the Bids and the amount of the Security Deposit to be deposited by the successful Bidder and the percentage, if any, to be deducted from bills. It will also state whether a refund of quarry fees, royalties, and ground rents will be granted. Copies of the specifications, designs, and drawings and a schedule of items and rates of the various description of work and any other documents required in connection with the work signed for the purpose of identification by the Director shall be open for inspection by the contractor at the office of the Authority selling the Bid forms, during office hours.

Further that the schedule of items along with the rates payable shall be attached to the Bid documents and in the event of variation in rate given in such list with the schedule of rates and rates given in the zonal schedule of Rates of the Public Works Department adopted by the F.S. SHIVPURI shall prevail.

2. In the event of the Bid being submitted by a firm, it must be signed separately by each member thereof. In the event of the absence of any partner, it must be signed on its behalf by a person holding a Power of Attorney authorizing him to do so; such power of attorney should be produced with the Bid and it must be disclosed that the firm is duly registered under Indian Partnership Act.

3. Any person, who submits a Bid, shall fill up percentage above or below the schedule

of rates specified in Section 6 Bill of Quantities(Annexure -1), he is willing to

`

Draft Approved by SPMU 60

undertake the work. Only one rate of percentage above or below M.P. P.W.D. schedule of rates on all the schedule items shall be named. Bid which propose any alteration in the work specified in the said N.I.T. or in the time allowed for carrying out the work or which contain any other condition of any sort, will be liable for rejection. No single Bid shall include more than one work, but contractors who wish to Bid for two or more works shall: submit a separate Bid for each. Bids shall have the name and number of work to which they refer, written outside the envelope.

4. The authority receiving the Bid or his duly authorized assistant will open Bids in the presence of any intending contractors who may be present at the time and will enter the amount of the several Bids in a comparative statements in a suitable form. Receipts for earnest money will be given to all Bidders except those Bids are rejected and whose earnest money regarded on the day the Bid are opened.

5. The Officers competent to dispose the Bids shall have right of rejecting all or any of the Bids.

6. The receipt of a clerk for any money paid by the contractor will not be considered as any acknowledgement of payment to the Director F.S. SHIVPURI selling the Bid form and the contractor shall be responsible for seeing that he procures a receipt signed by that authority or any other person duly authorized by him.

7. The memorandum of work Bided for and the schedule of material to be supplied by the Director F.S. SHIVPURI and their issue rates be filled in and completed before the Bid form is issued. If a form is issued to an intending Bidder without having been so filled in and completed, he shall request the office to have this done before he completes and delivers Bid.

BID FOR WORKS I/we hereby Bid for the execution, for the Forest School, Shivpuri of the work specified in the under written Memorandum within the time specified in the under written Memorandum within the time specified in such memorandum at (in figures) (in words) ______________________________________________________________________

percent below/above the rates entered in the schedule mentioned in Section 6 Bill of Quantities(Annexure -1) and in accordance in all respect with the specifications, designs, drawings and instructions in writing, of the annex conditions, and which materials as are provided, and in all other respects in accordance with such conditions as far as applicable.

MEMORANDUM a) Package Name - SHSFTI/REN/04 b) Name of work: Renovation & New Construction work -12 (Renovation of Administrative Building, ClassRoom,

Gymnasium, Stage, Girls’ Recreation Room, General Store Room, Director Quarter, Staff Quarter Class III (U), Staff Quarter Class III (V) , Staff Quarter Class IV,Guest house & New Construction of Ladies Toilet at F.S. Shivpuri M.P.)

c) Cost of work put to Bid Rs. Rs. .............. Lakhs

d) Earnest money Rs. Rs. ................ Lakhs

e) Security Deposit Rs 5% (including Earnest Money)

f) Percentage, if any, to be deducted

From bills 2% IT, 2% CT and 1% Labour Welfare

`

Draft Approved by SPMU 61

f) Time allowed for the work from the date of written order to complete the work: 9 months Should this Bid be accepted, I/We hereby agree to abide by and fulfill all terms and provisions of the said conditions of the contract annexed hereto as far as applicable, or in default, thereof to forfeit and pay to the Director (F.S. SHIVPURI) the sum of money mentioned in the said condition. A separate sealed cover, duly super scribed, containing the sum of Rs. 0.41 Lakhs as earnest money, the full value of which is to be absolutely forfeited to the said Director F.S. SHIVPURI without prejudice to any rights or remedies of the said Director F.S. SHIVPURI, should I/We fail to commence the work specified in the above Memorandum, or should I/We not deposit the full amount of Security Deposit specified in the [section I] clause 17.

Signature of Witness Signature of the Contractor

To contractor's Signature before submission of Bid

(Name and address of the contractor ________________________________ dated the

__________________________).

Dated _______________day

Of __________200

Name of Witness: _______________________________________________________

Address of Witness: _____________________________________________________

Occupation of the witness: ________________________________________________

The above Bid is hereby accepted by me on behalf of the Director (F.S. SHIVPURI).

Dated___________ Signature of the Competent Authority

`

Draft Approved by SPMU 62

QUALIFICATION INFORMATION 1. Individual

Bidders or Individual Members of Joint Ventures

1.1. Constitution or legal status of Bidder: [attach copy]

Place of registration: [insert] Principal place of business: [insert] Power of attorney of signatory of Bid: [attach]

1.2. Total annual volume of construction work performed in five years,

in the internationally traded currency specified in the Instructions to Bidders: [insert]

1.3. Work performed as prime Contractor on works of a similar nature

and volume over the last five years. The values should be indicated in the same currency used for Item 1.2 above. Also list details of work under way or committed, including expected completion date.

Project name and country

Name of client and contact person

Type of work performed and year of completion

Value of contract

(a) (b)

1.4. Major items of Contractor’s Equipment proposed for carrying out

the Works. List all information requested below. Refer also to Clause 4 of the Instructions to Bidders.

Item of equipment

Description, make, and age (years)

Condition (new, good, poor) and number available

Owned, leased (from whom?), or to be purchased (from whom?)

(a) (b)

1.5. Qualifications and experience of key personnel proposed for

administration and execution of the Contract. Attach biographical data. Refer also to Sub-Clause 5.2(e) of the Instructions to Bidders and Sub-Clause 9.1 of the Conditions of Contract.

Position Name Years of experience

(general) Years of experience in proposed position

(a) (b)

1.6. Proposed subcontracts and firms involved. Refer to Clause 7 of

Conditions of Contract.

`

Draft Approved by SPMU 63

Sections of the Works

Value of subcontract

Subcontractor (name and address)

Experience in similar work

(a) (b)

1.7. Financial reports for the last five years: balance sheets, profit and

loss statements, auditors’ reports, etc. List below and attach copies.

1.8. Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc. List below and attach copies of support documents.

1.9. Name, address, and telephone, telex, and facsimile numbers of banks that may provide references if contacted by the Director.

1.10. Information on current litigation in which the Bidder is involved. Other party(ies) Cause of dispute Amount involved (a) (b)

1.11. Statement of compliance with the requirements of Sub-Clause 3.2

of the Instructions to Bidders. 1.12. Proposed Program (work method and schedule). Descriptions,

drawings, and charts, as necessary, to comply with the requirements of the bidding documents.

2. Joint Ventures 2.1. The information listed in 1.1 - 1.11 above shall be provided for

each partner of the joint venture.

2.2. The information in 1.12 above shall be provided for the joint venture.

2.3. Attach the power of attorney of the signatory (ies) of the Bid

authorizing signature of the Bid on behalf of the joint venture.

2.4. Attach the Agreement among all partners of the joint venture (and which is legally binding on all partners), which shows that

a. All partners shall be jointly and severally liable for the

execution of the Contract in accordance with the Contract terms; and,

b. The partner in charge shall be authorized to incur liabilities,

receive payments and receive instructions for and on behalf of any or all partners of the joint venture.

`

Draft Approved by SPMU 64

3. Additional Requirements

3.1. Bidders should provide any additional information to fulfill the requirements of Sub-Clause 5.1 of the Instructions to Bidders, if applicable.

3.2. In the case of Bid by partners any change in the constitution of the firm shall be forthwith notified by the contractor to the Consultant/Architect (Engineer-in-Charge) for his information.

`

Draft Approved by SPMU 65

LETTER OF ACCEPTANCE [Letterhead paper of the Director] Ref. No&date] To: [name and address of the Contractor] This is to notify you that your Bid dated [date] for execution of the [name of the Contract and identification number, as given in the Contract Data] for the Contract Price of the equivalent of [amount in numbers and words] [name of currency], as corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our Agency. You are hereby instructed to precede with the execution of the said Works in accordance with the Contract documents. Authorized Signature: Name and Title of Signatory: Name of Agency: Attachment: Agreement

Draft Approved by SPMU 66

SECTION 6 BILL OF QUANTITIES3 PLEASE REFER ANNEXURE – 1

(Annexure 5.3A & 5.3B, 5.4, 5.4A, 5.4B, 5.4C 5.12, 5.14 & 5.15 ) Page no. 67 to 98

Detail of no. of works

S.no. Name of work Renovation/New construction

Amount Bill of Quantity

1 Administrative Building Renovation 16,34,900.62 Attached 2 Class room Renovation 75,750.00 Lump sum 3 Ladies Toilet New Construction 2,05,707.96 Attached 4 Gymnasium Renovation 35,250.00 Lump sum 5 Stage Renovation 1,12,500.00 Lump sum 6 Girls’ recreation room Renovation 2,62,614.81 Attached 7 General store room Renovation 34,500.00 Lump sum 8 Director Quarter Renovation 2,49,000.00 Lump sum 9 Staff Quarter Class III Renovation 56,625.00 Lump sum 10 Staff Quarter Class III Renovation 71,250.00 Lump sum 11 Staff Quarter Class IV Renovation 7,26,731.29 Attached 12 Guest House Renovation 6,23,496.69 Attached

No. L. W. H/D.

1 114 15.7

12.82 Cum 335.00 4,294.30

2 116 15.25

78.19 Sqm 44.00 3,440.40

3 118 15.48

134.35 Sqm 9.00 1,209.17

4 20 5.3

5.3.12.03 Cum 3,863.00 7,834.16

5 22 5.16

5.16.6= 101.40

Total = 101.40 Kg 42.00 4,258.802.03 cum @ 50kg/cum

Demolishing brick work manually/ by mechanical meansincluding stacking of serviceable material and disposalof unserviceable material within 50 metres lead as perdirection of Engineer-in-charge.

Dismantling stone slab flooring laid in cement mortarincluding stacking of serviceable material and disposalof unserviceable material within 50 meters lead.

Dismantling old plaster or skirting raking out joints andcleaning the surface for plaster including disposal ofrubbish to the dumping ground within 50 metres lead.

Reinforced cement concrete work in beams, suspendedfloors, roofs having slope of any degree landings,balconies, shelves chajjas, lintels, bands, plain windowsills, staircases and spiral stair cases up to floor twolevel excluding the cost of centering, shuttering,finishing and reinforcement in concrete grade.

M-20 Nominal mix. (with 20mm nominal size graded stone aggregate)

Reinforcement for R.C.C. work including straightening,cutting, bending, placing in position and bindingincluding cost of binding wire up to floor two levelincluding all wasteage etc. complete.

Thermo-Mechanically Treated bars. (TMT)

ANNEXURE NO.5.3 bDETAILED ESTIMATE i/c CALCULATION FOR RENOVATION & UPGRADATION OF ADMIN. BLOCK

CONFERENCE HALL MARKED AS BUILDING NO.A OF SFTIS AT SHIVPURI, M.P. as per SOR Engineer in Chief M.P. P.W.D. Bhopal in force from 15-06-2009 for civil work and 01-04-2008 for Electric

WorksSr. No. SOR

Page No.

SOR Item No.

Item of WorkQty. Unit Rate Amount

Page 1

No. L. W. H/D.

Demolishing brick work manually/ by mechanical means

Sr. No. SOR Page No.

SOR Item No.

Item of WorkQty. Unit Rate Amount

6 21 5.9

5.9.3

4.06 Sqm 199.00 807.14

7 27 6.1

6.1.23.47 Cum 3,381.00 11,732.61

8 99 13.2

13.2.2186.14 Sqm 93.00 17,310.65

9 99 13.10186.14 Sqm 23.00 4,281.13

10 73 10.14

10.14.37.50 Rmt 348.00 2,610.00

11 44 9.20

9.20.1

Door 1 x 1.2 x 2.55 = 3.06 Rmt 1,593.00 4,874.58

Double rebate 115mmx50mm size.

Providing & fixing ISI marked flush door shuttersconforming to IS: 2202 (part I) decovative type, core ofblock board construction with frame of 1st class hardwood and well matched teak 3 ply veneering withvertical grains or cross bands and face veneers on bothfaces of shutters.35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws.

Centering and shuttering including strutting, proppingetc. and removal of form for:

Cement mortar 1:6 (1 cement:6 sand )

15mm cement plaster on rough side of single or halfbrick wall of mix: 1:6 (1cement :6sand)

Neat cement Punningqty. same as above

Providing and fixing pressed steel door framesconfirming to IS:4351 manufactured from commercialmild steel sheet of 1.25 mm thickness including hingesjamb, lock jamb, bead and if required angle threshold ofmild steel angle of section 50x25mm, or base ties of1.25mm pressed mild steel welded or rigidly fixedtogether by mechanical means, adjustable lugs withsplit end tail to each jamb including steel butt hinges2.5mm thick with mortar guards, lock strike. plate andshock absorbers as specified and applying a coat ofapproved steel primer after pre-treatment of the surfaceas directed by Engineer-in-charge:

Suspended floors, roofs, landing, balconies and access platform, Shelves (Cast in situ Lintels. Beams, beams, griders, bressumers and cantilevers, Columns, Pillars, Posts and Struts Walls in super structure.

Brick work with well burnt chimney brick in bulls patentTrench Kiln manufactured by Ghol Process crushingstrength not less than 40 kg/ cm2. and water absorptionnot more than 15% in foundation and plinth.

Page 2

No. L. W. H/D.

Demolishing brick work manually/ by mechanical means

Sr. No. SOR Page No.

SOR Item No.

Item of WorkQty. Unit Rate Amount

12 15 4.1.1

4.1.1.4 M-10

5.98 Cum. 2,900.00 17,333.71

13 85 11.34

11.34.286.91 Sqm 958.00 83,257.10

14 105 13.66

186.14 Sqm 141.00 26,245.18

15 101 13.30

13.30.1

186.14 Sqm. 45.00 8,376.12

16 110 14.31

14.31.120.00 Sqm 24.00 480.00

Size of tile 60x60 cm.

Providing and applying 12 mm thick (average) premixed formulated one coat gypsum lightweight plaster havingadditives and light weight aggregates as vermiculite/perlite respectively conforming to IS: 2547 (Part - 1 & II)1976, applied on hacked / uneven background such asbare brick/ block/ RCC work on walls & ceiling at allfloors and locations, finished in smooth line and leveletc. complete.

Distempering with oil bound washable distemper ofapproved brand and manufacture to give an evensahde. New work (two or more coats) over and includingpriming coat with cement primer.

Painting with synthetic enamal paint of approved brandmanufacture of required colour to give an even shade:One or more coats on old work.for Door windows

Providing and laying in position cement concrete ofspecified grade excluding the cost of centering andshuttering- All work up to plinth level: (with 20mmnominal size graded stone aggregate.)

for Base flooring

Providing and laying polished vitrified floor tiles indifferent sizes of 10mm thickness with waterabsorption's less than 0.08% and conforming toIS:15622 of approved make in all colours and shades,laid on 20mm thick cement mortar 1:4 (1Cement :4sand) including grouting the joints with white cementand matching pigments etc. complete.

Page 3

No. L. W. H/D.

Demolishing brick work manually/ by mechanical means

Sr. No. SOR Page No.

SOR Item No.

Item of WorkQty. Unit Rate Amount

17 94 12.37

12.37.179.70 Sqm. 592.00 47,179.56

245,524.61

18 27,007.71

272,532.32

272,532.32

length, and other end of angle hanger eing fixed withnut and bolts to G.I. channels 45x15x0.9mm running atthe rate of 1200mm centre to centre to which the ceilingsaction 0.5mm thick button wedge of 80mm withtapered flanges of 26mm each having clips of 10.5mmat 450mm centre to centre shall be fixed in a directionprependicular to G.I. channel with at every junctionincluding fixing the gypsum board with ceiling sectionand perimeter channels 0.5mm thick 27mm high havingflanges of 20mm and 30mm long, the perimeter ofceiling fixed to wall/partiotion with the help of rawl plugat 450mm centre to centre with 25mm dong drive-allscrews @ 230mm interval including jointing and fixingto a flush finish of tapered and square edges of theboard with recommended filler, jointing tapes, finisherand two coats of primer suitable for board as permanufactures specification and also including the costof making openings for lightfittings, grills, diffusers, cutouts made with frame of

perimerer channels suitably fixed all complete as perdrawng and specification and direction of the Engineerin charge but excluding the cost of painting with :

Add 11% for internal electric fitting & repairing

TOTAL

GRAND TOTAL

12.5 mm thick tapered edge gypsum board conforming

TOTAL

Providing and fixing at all height false ceiling includingproviding and fixing of frame work made of specialsections power pressed from M.S. sheet and galvanisedin accordance with zinc coating of grade 350 as per IS :277 and consisting of angle cleats of size 25mm wide x1.6mm thick with flanges of 22mm and 37mm at1200mm centre to centre one flange fixed to the ceilingwith dash fastener 12.5mm diax40mm long with 6mmdia bolts to the angle hangers of 25x25x0.55mm ofrequired

Page 4

No. L. W. H/D.

1 114 15.2

15.2.148.63 Cum 397.00 19,304.71

2 116 15.25

229.44 Sqm 44.00 10,095.25

3 118 15.48

651.41 Sqm 9.00 5,862.69

4 99 13.2

13.2.2606.11 Sqm 93.00 56,368.60

5 99 13.10606.11 Sqm 23.00 13,940.62

6 189 22.1422.14.1

82.66 Cum 3,473.00 287,095.54

7 15 4.1.1

4.1.1.4 M-1023.93 Cum. 2,900.00 69,391.79

8 85 11.34

11.34.2254.28 Sqm 958.00 243,602.73

9 84 11.31

39.19 Sqm 547.00 21,434.74

Providing and laying polished vitrified floor tiles indifferent sizes of 10mm thickness with waterabsorption's less than 0.08% and conforming toIS:15622 of approved make in all colours and shades,laid on 20mm thick cement mortar 1:4 (1Cement :4sand) including grouting the joints with white cementand matching pigments etc. complete.

SOR Page No.

Providing and laying in position cement concrete ofspecified grade excluding the cost of centering andshuttering- All work up to plinth level: (with 20mmnominal size graded stone aggregate.)

Cement concrete 1:2:4 (1 Cement : 2 Sand : 4 Gradedstone aggregate 20mm nominal size).

Grading roof for water for water proofing treatment.

15mm cement plaster on rough side of single or halfbrick wall of mix: 1:6 (1cement :6sand)

qty. same as above

Provding and fixing 1st quality ceramic glazed wall tilesconforming to IS:15622 (6-7mm thickness) of approvedmake in all colours, shades except burgundy, bottlegreen, black of any size as approved by Engineer-in-charge in skirting, risers of steps and dados over 12mmthick bed of cement mortar 1:3 (1 Cement : 3 Sand) andjointing with grey cement slurry @ 3.3kg per sqmincluding pointing in white cement mixed with pigmentof matching shade complete.

DETAILED ESTIMATE i/c CALCULATION FOR RENOVATION & UPGRADATION OF ADMINISTRATION BLOCK MARKED AS BUILDING NO. A OF SFTIS AT SHIVPURI, M.P. as per

SOR Engineer in Chief M.P. P.W.D. Bhopal in force from 15-06-2009 for civil work and 01-04-2008 for Electric Works

1:3:6 or richer mix

SOR Item No.

Sr. No.

Neat cement Punning

Size of tile 60x60 cm.

Unit Rate Amount

ANNEXURE NO.5.3 a

Dismantling old plaster or skirting raking out joints andcleaning the surface for plaster including disposal ofrubbish to the dumping ground within 50 metres lead.

Demolishing cement concrete manually/ by mechanicalmeans

Dismantling stone slab flooring laid in cement mortarincluding stacking of serviceable material and disposalof unserviceable material within 50 metres lead.

Qty. Item of Work

Page 1

No. L. W. H/D.

SOR Page No.

SOR Item No.

Sr. No.Unit Rate Amount

Demolishing cement concrete manually/ by mechanical

Qty. Item of Work

10 85 11.33

5.33 Sqm 759.00 4,047.60

11 105 13.66

561.68 Sqm 141.00 79,196.60

12 101 13.30

13.30.1561.68 Sqm. 45.00 25,275.51

13 110 14.31

14.31.165.00 Sqm 24.00 1,560.00

14 94 12.37

12.37.1229.44 Sqm. 592.00 135,826.94

Providing and laying Ceramic glazed floor tiles of anysize (9-10mm thickness) of 1st quality conforming to IS: 15622 of approved make in all colours, shades, exceptWhite, Ivory, Grey, Fume Red Brown laid on 20mmthick bed of Cement Mortar 1:4 (1 Cement : 4 sand)including pointing the joints with white cement andmatching pigments etc., complete.

fittings, grills, diffusers, cutouts made with frame ofperimerer channels suitably fixed all complete as perdrawng and specification and direction of the Engineerin charge but excluding the cost of painting with :

12.5 mm thick tapered edge gypsum board conforming

for Door windows

Painting with synthetic enamal paint of approved brandmanufacture of required colour to give an even shade:One or more coats on old work.

Distempering with oil bound washable distemper ofapproved brand and manufacture to give an evensahde.

Providing and fixing at all height false ceiling includingproviding and fixing of frame work made of specialsections power pressed from M.S. sheet and galvanisedin accordance with zinc coating of grade 350 as per IS :277 and consisting of angle cleats of size 25mm wide x1.6mm thick with flanges of 22mm and 37mm at1200mm centre to centre one flange fixed to the ceilingwith dash fastener 12.5mm diax40mm long with 6mmdia bolts to the angle hangers of 25x25x0.55mm ofrequired length, and other end of angle hanger eing fixed withnut and bolts to G.I. channels 45x15x0.9mm running atthe rate of 1200mm centre to centre to which the ceilingsaction 0.5mm thick button wedge of 80mm withtapered flanges of 26mm each having clips of 10.5mmat 450mm centre to centre shall be fixed in a directionprependicular to G.I. channel with at every junctionincluding fixing the gypsum board with ceiling sectionand perimeter channels 0.5mm thick 27mm high havingflanges of 20mm and 30mm long, the perimeter ofceiling fixed to wall/partiotion with the help of rawl plugat 450mm centre to centre with 25mm dong drive-allscrews @ 230mm interval including jointing and fixingto a flush finish of tapered and square edges of theboard with recommended filler, jointing tapes, finisherand two coats of primer suitable for board as permanufactures specification and also including the costof making openings for light

Providing and applying 12 mm thick (average) premixed formulated one coat gypsum lightweight plaster havingadditives and light weight aggregates as vermiculite/perlite respectively conforming to IS: 2547 (Part - 1 & II)1976, applied on hacked / uneven background such asbare brick/ block/ RCC work on walls & ceiling at allfloors and locations, finished in smooth line and leveletc. complete.

New work (two or more coats)

Page 2

No. L. W. H/D.

SOR Page No.

SOR Item No.

Sr. No.Unit Rate Amount

Demolishing cement concrete manually/ by mechanical

Qty. Item of Work

15 85 11.38

323.30 Sqm 473.00 152,920.90

1,125,924.22

20 112,592.42

21 123,851.66

1,362,368.31

1,362,368.31GRAND TOTAL

TOTAL

Add 10% for plumbing works

Add 11% for internal electric fitting & repairing

TOTAL

surrounding area

Providing and laying 60mm thick factory made cementconcrete interlocking paver block of M-30 gradereflective type rubber modulded glossy colour pavingblock made by block making machine with strongvibratory compaction and of approved size and shapelaid in required colour and pattern over and including60mm thick compacted bed of stone dust filling thejoints with sand etc. all complete as per the direction ofEngineer in charge including locking edges whereverrequired wihing cement concrete M15 grade or cementmortor 1:3 with pigment of required shade to match thecolour /shade of block including cost of labour, material, etc. all complete.

Page 3

ANNEXURE 5.3

Sl. No. Particulars Amount 5.3 a Civil Works of Admin Building 1,362,368.31 5.3 b Civil Works of Computer room being renovated

into Conference Hall 272,532.32

Total 1,634,900.62

DETAILED ESTIMATE i/c CALCULATION FOR NEW CONSTRUCTION OF ADMINISTRATIVE BUILDING MARKED AS 'A' OF SFTIS AT SHIVPURI,

M.P. as per SOR Engineer in Chief M.P. P.W.D. Bhopal in force from 15-06-2009

Page - 1

No. L. W. H/D.

1 114 15.2

15.2.19.82 Cum 397.00 3,898.38

2 116 15.25

125.56 Sqm 44.00 5,524.42

3 110 14.26

622.28 Sqm 4.50 2,800.26

4 115 15.12

15.12.1 4 Each 58.00 232.00

5 189 22.1422.14.1

15.06 Cum 3,473.00 52,291.99

6 20 5.3

5.3.1

0.42 Cum 3,863.00 1,622.46

7 22 5.16

5.16.6= 21.00

21.00 Kg 42.00 882.00

8 21 5.9

5.9.3

3.57 Sqm 199.00 710.43

9 99 13.2

13.2.2ceiling

3.15 Sqm 93.00 292.95

10 99 13.103.15 Sqm 23.00 72.45

ANNEXURE NO. 5.15

Centering and shuttering including strutting, propping etc. andremoval of form for:Suspended floors, roofs, landing, balconies and access platform, Shelves (Cast in situ Lintels. Beams, beams, griders, bressumers and cantilevers, Columns, Pillars, Posts and Struts Walls in super structure.

Thermo-Mechanically Treated bars. (TMT)0.42 cum @ 50kg/cum

Item of Work

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

M-20 Nominal mix. (with 20mm nominal size graded stone aggregate)

Dismantling doors, windows and clerestory windows (steel or wood)shutter including chowkhats, architrave, holdfasts etc. complete andstacking within 50 Metres lead:

Cement concrete 1:2:4 (1 Cement : 2 Sand : 4 Graded stone

Grading roof for water for water proofing treatment.

Reinforced cement concrete work in beams, suspended floors, roofshaving slope of any degree landings, balconies, shelves chajjas,lintels, bands, plain window sills, staircases and spiral stair cases upto floor two level excluding the cost of centering, shuttering,finishing and reinforcement in concrete grade.

Demolishing cement concrete manually/ by mechanical means

Dismantling stone slab flooring laid in cement mortar includingstacking of serviceable material and disposal of unserviceablematerial within 50 metres lead.

Removing dry or oil bound distemper, water proofing cement paintand the like by scrapping, sand papering and preparing the surfacesmooth including necessary repairs to scratched etc. complete.

Reinforcement for R.C.C. work including straightening, cutting,bending, placing in position and binding including cost of bindingwire up to floor two level including all wasteage etc. complete.

1:6 (1cement :6sand)

Neat cement Punningqty. same as above

DETAILED ESTIMATE i/c CALCULATION FOR RENOVATION & UPGRADATION OF GUEST HOUSE MARKED AS BUILDING NO. 'C' OF SFTIS AT SHIVPURI, M.P.

as per SOR Engineer in Chief M.P. P.W.D. Bhopal in force from 15-06-2009 for civil work

1:3:6 or richer mix

Unit Rate AmountQty. SOR Page No.

Sr. No.

SOR Item No.

Of area 3 sq. metres and below

Page 1

No. L. W. H/D.

Item of Work

Demolishing cement concrete manually/ by mechanical means

Unit Rate AmountQty. SOR Page No.

Sr. No.

SOR Item No.

11 15 4.1.1

4.1.1.4 M-109.42 Cum. 2,900.00 27,308.21

12 85 11.34

11.34.2151.02 Sqm 958.00 144,672.37

13 84 11.31

26.55 Sqm 547.00 14,522.85

14 84 11.33

14.99 Sqm 759.00 11,373.62

15 83 11.24

8.78 Sqm 701.00 6,151.28

16 73 10.14

10.14.312.00 Rmt 348.00 4,176.00

17 44 9.20

9.20.1

Door 2 x 0.9 x 2.1 = 3.78 Rmt 1,593.00 6,021.54

Provding and fixing 1st quality ceramic glazed wall tiles conformingto IS:15622 (6-7mm thickness) of approved make in all colours,shades except burgundy, bottle green, black of any size asapproved by Engineer-in-charge in skirting, risers of steps anddados over 12mm thick bed of cement mortar 1:3 (1 Cement : 3Sand) and jointing with grey cement slurry @ 3.3kg per sqmincluding pointing in white cement mixed with pigment of matchingshade complete.

Providing and laying Ceramic glazed floor tiles of any size (9-10mmthickness) of 1st quality conforming to IS : 15622 of approved makein all colours, shades, except White, Ivory, Grey, Fume Red Brownlaid on 20mm thick bed of Cement Mortar 1:4 (1 Cement : 4 sand)including pointing the joints with white cement and matchingpigments etc., complete.

35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws.

Kota /cuddapahstone slabs 25 mm thick in risers of steps, skirting,dado and pillars laid on 12 mm (average) thick cement mortar 1:3 (1cement 3 sand) and jointed with grey cement slurry mixed withpigment to match the shade of the slabs, including rubbing andpolishing complete.

Double rebate 115mmx50mm size.

Providing and fixing pressed steel door frames confirming toIS:4351 manufactured from commercial mild steel sheet of 1.25mm thickness including hinges jamb, lock jamb, bead and ifrequired angle threshold of mild steel angle of section 50x25mm, orbase ties of 1.25mm pressed mild steel welded or rigidly fixedtogether by mechanical means, adjustable lugs with split end tail toeach jamb including steel butt hinges 2.5mm thick with mortarguards, lock strike. plate and shock absorbers as specified andapplying a coat of approved steel primer after pre-treatment of thesurface as directed by Engineer-in-charge:

Providing and laying in position cement concrete of specified gradeexcluding the cost of centering and shuttering- All work up to plinthlevel: (with 20mm nominal size graded stone aggregate.)

Providing & fixing ISI marked flush door shutters conforming to IS:2202 (part I) decovative type, core of block board construction withframe of 1st class hard wood and well matched teak 3 ply veneeringwith vertical grains or cross bands and face veneers on both facesof shutters.

Size of tile 60x60 cm.

Providing and laying polished vitrified floor tiles in different sizes of10mm thickness with water absorption's less than 0.08% andconforming to IS:15622 of approved make in all colours and shades, laid on 20mm thick cement mortar 1:4 (1Cement :4 sand) includinggrouting the joints with white cement and matching pigments etc.complete.

Page 2

No. L. W. H/D.

Item of Work

Demolishing cement concrete manually/ by mechanical means

Unit Rate AmountQty. SOR Page No.

Sr. No.

SOR Item No.

18 182 21.1

21.1.1.2

= 120.00 Kg 231.00 27,720.00

19 184 21.8

window 2 x 1.2 x 1.3 = 3.12 Sqm 3,002.00 9,366.24

20 105 13.66

622.28 Sqm 141.00 87,741.48

21 101 13.30

13.30.1

622.28 Sqm. 45.00 28,002.60

22 110 14.31

14.31.138.00 Sqm 24.00 912.00

23 85 11.38

167.00 Sqm 473.00 78,991.00

515,286.52

24 51,528.65

25 56,681.52

623,496.69

623,496.69

New work (two or more coats) over and includingpriming coat with cement primer.

One or more coats on old work.

10.0 @ 12kg/Sqmt.

Providing and applying 12 mm thick (average) premixed formulatedone coat gypsum lightweight plaster having additives and lightweight aggregates as vermiculite/ perlite respectively conforming toIS: 2547 (Part - 1 & II) 1976, applied on hacked / unevenbackground such as bare brick/ block/ RCC work on walls & ceilingat all floors and locations, finished in smooth line and level etc.complete.

Distempering with oil bound washable distemper of approved brandand manufacture to give an even shade

Providing and laying 60mm thick factory made cement concreteinterlocking paver block of M-30 grade reflective type rubbermodulded glossy colour paving block made by block makingmachine with strong vibratory compaction and of approved size andshape laid in required colour and pattern over and including 60mmthick compacted bed of stone dust filling the joints with sand etc. allcomplete as per the direction of Engineer in charge includinglocking edges wherever required wihing cement concrete M15 gradeor cement mortor 1:3 with pigment of required shade to match thecolour /shade of block including cost of labour, material , etc. allcomplete.

for Door windows

Providing and fixing aluminium work for doors, windows, ventilatorsand partitions with extruded built up standard tubular sectionslappropriate Z sections and other sections of approved makeconforming to IS: 733 and IS : 1285, fixed with rawI plugs andscrews or with fixing clips, or with expansion hold fastenersincluding necessary filling up of gaps at junctions, at top, bottomand sides with required PVC/neoprene felt etc. Aluminium sectionsshall be smooth, rust free, straight, mitred and jointed mechanicallywherever required including cleat angle, Aluminium snap beadingfor glazing / panelling, C.P. brass / stainless steel screws, allcomplete as per architectural drawings and the directions ofEngineer-in-charge. (Glazing and panelling to be paid forseparately) :

Power coated aluminium (minimum thickness of powder coating 50 micron)

Providing and fixing double glazed hermetically sealed glazing inaluminium windows, ventilators and partition etc. with 6 mm thickclear float glass both side having 12 mm air gap including providingEPDM gasket, perforated aluminium spacers, desiccants, sealant(Both primary and secondary sealant) etc. as per specifications,drawings and direction of Engineer-incharge complete.

Painting with synthetic enamal paint of approved brand manufactureof required colour to give an even shade:

TOTAL

Add 10% for plumbing works

Add 11% for internal electric fitting & repairing

TOTAL

GRAND TOTAL

Page 3

No. L. W. H/D.

1 114 15.2

15.2.12.22 Cum 397.00 879.82

2 116 15.25

78.74 Sqm 44.00 3,464.43

3 118 15.48

ceiling42.36 Sqm 9.00 381.24

4 110 14.26

Ceiling34.95 Sqm 4.50 157.29

5 115 15.12

15.12.1 4 Each 58.00 232.00

6 189 22.1422.14.1

3.32 Cum 3,473.00 11,545.09

7 20 5.3

5.3.1

0.72 Cum 3,863.00 2,781.36

8 22 5.16

5.16.636.00 Kg 42.00 1,512.00

9 21 5.9

5.9.3

6.12 Sqm 199.00 1,217.88

Centering and shuttering including strutting, proppingetc. and removal of form for:Suspended floors, roofs, landing, balconies and access platform, Shelves (Cast in situ Lintels. Beams, beams, griders, bressumers and cantilevers, Columns, Pillars, Posts and Struts Walls in super structure.

Unit Rate

Dismantling doors, windows and clerestory windows(steel or wood) shutter including chowkhats, architrave,holdfasts etc. complete and stacking within 50 Metreslead:

Reinforced cement concrete work in beams, suspendedfloors, roofs having slope of any degree landings,balconies, shelves chajjas, lintels, bands, plain windowsills, staircases and spiral stair cases up to floor twolevel excluding the cost of centering, shuttering, finishingand reinforcement in concrete grade.

M-20 Nominal mix. (with 20mm nominal size graded stone aggregate)

Reinforcement for R.C.C. work including straightening,cutting, bending, placing in position and bindingincluding cost of binding wire up to floor two levelincluding all wasteage etc. complete.

Thermo-Mechanically Treated bars. (TMT)

Demolishing cement concrete manually/ by mechanicalmeans

Dismantling stone slab flooring laid in cement mortarincluding stacking of serviceable material and disposalof unserviceable material within 50 metres lead.

SOR Item No. Amount

Item of WorkQty.

Removing dry or oil bound distemper, water proofingcement paint and the like by scrapping, sand paperingand preparing the surface smooth including necessaryrepairs to scratched etc. complete.

Sr. No.

Grading roof for water for water proofing treatment.

SOR Page No.

ANNEXURE NO.5.12DETAILED ESTIMATE i/c CALCULATION FOR RENOVATION & UPGRADATION OF VANPAL MESS MARKED AS

BUILDING NO. 'T' OF SFTIS AT SHIVPURI, M.P. as per SOR Engineer in Chief M.P. P.W.D. Bhopal in force from 15-06-2009 for civil work

Of area 3 sq. metres and below

1:3:6 or richer mix

Dismantling old plaster or skirting raking out joints andcleaning the surface for plaster including disposal ofrubbish to the dumping ground within 50 metres lead.

Cement concrete 1:2:4 (1 Cement : 2 Sand : 4 Graded

Page 1

No. L. W. H/D.Unit Rate

Demolishing cement concrete manually/ by mechanical

SOR Item No. Amount

Item of WorkQty.

Sr. No.

SOR Page No.

10 99 13.2

13.2.249.48 Sqm 93.00 4,601.59

11 99 13.1049.48 Sqm 23.00 1,138.03

12 15 4.1.1

4.1.1.4 M-10

5.91 Cum. 2,900.00 17,125.32

13 85 11.34

11.34.230.25 Sqm 958.00 28,979.12

14 84 11.31

6.48 Sqm 547.00 3,544.56

15 83 11.23

11.23.158.09 Sqm 670.00 38,918.63

16 83 11.24

2.29 Sqm 701.00 1,602.49

Provding and fixing 1st quality ceramic glazed wall tilesconforming to IS:15622 (6-7mm thickness) of approvedmake in all colours, shades except burgundy, bottlegreen, black of any size as approved by Engineer-in-charge in skirting, risers of steps and dados over 12mmthick bed of cement mortar 1:3 (1 Cement : 3 Sand) andjointing with grey cement slurry @ 3.3kg per sqmincluding pointing in white cement mixed with pigment ofmatching shade complete.

15mm cement plaster on rough side of single or halfbrick wall of mix:

Size of tile 60x60 cm.

Kota / cuddapah stone slab flooring over 20 mm(average) thick base laid over and jointed with greycement slurry mixed with pigment to match the shade ofthe slab including rubbing and polishing complete withbase of cement mortar 1 : 4 (1 cement : 4 sand) : 25 mm thick.

for Base flooring

1:6 (1cement :6sand)

Neat cement Punningqty. same as above

Kota /cuddapahstone slabs 25 mm thick in risers ofsteps, skirting, dado and pillars laid on 12 mm (average)thick cement mortar 1:3 (1 cement 3 sand) and jointedwith grey cement slurry mixed with pigment to match theshade of the slabs, including rubbing and polishingcomplete.

Providing and laying in position cement concrete ofspecified grade excluding the cost of centering andshuttering- All work up to plinth level: (with 20mmnominal size graded stone aggregate.)

Providing and laying polished vitrified floor tiles indifferent sizes of 10mm thickness with water absorption'sless than 0.08% and conforming to IS:15622 ofapproved make in all colours and shades, laid on 20mmthick cement mortar 1:4 (1Cement :4 sand) includinggrouting the joints with white cement and matchingpigments etc. complete.

Page 2

No. L. W. H/D.Unit Rate

Demolishing cement concrete manually/ by mechanical

SOR Item No. Amount

Item of WorkQty.

Sr. No.

SOR Page No.

17 73 10.14

10.14.325.60 Rmt 348.00 8,908.80

18 44 9.20

9.20.1

Door 4 x 1.1 x 2.55 = 11.22 Rmt 1,593.00 17,873.46

19 182 21.1

21.1.1.2

= 180.00 Kg 231.00 41,580.00

20 184 21.8

window 3 x 1.2 x 1.3 = 4.68 Sqm 3,002.00 14,049.36

21 105 13.66

49.48 Sqm 141.00 6,976.61

Providing and fixing pressed steel door framesconfirming to IS:4351 manufactured from commercialmild steel sheet of 1.25 mm thickness including hingesjamb, lock jamb, bead and if required angle threshold ofmild steel angle of section 50x25mm, or base ties of1.25mm pressed mild steel welded or rigidly fixedtogether by mechanical means, adjustable lugs with splitend tail to each jamb including steel butt hinges 2.5mmthick with mortar guards, lock strike. plate and shockabsorbers as specified and applying a coat of approvedsteel primer after pre-treatment of the surface asdirected by Engineer-in-charge:

35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws.

15.0 @ 12kg/Sqmt.

Double rebate 115mmx50mm size.

Providing & fixing ISI marked flush door shuttersconforming to IS: 2202 (part I) decovative type, core ofblock board construction with frame of 1st class hardwood and well matched teak 3 ply veneering withvertical grains or cross bands and face veneers on bothfaces of shutters.

Providing and applying 12 mm thick (average) premixedformulated one coat gypsum lightweight plaster havingadditives and light weight aggregates as vermiculite/perlite respectively conforming to IS: 2547 (Part - 1 & II)1976, applied on hacked / uneven background such asbare brick/ block/ RCC work on walls & ceiling at allfloors and locations, finished in smooth line and leveletc. complete.

Providing and fixing double glazed hermetically sealedglazing in aluminium windows, ventilators and partitionetc. with 6 mm thick clear float glass both side having 12mm air gap including providing EPDM gasket, perforatedaluminium spacers, desiccants, sealant (Both primaryand secondary sealant) etc. as per specifications,drawings and direction of Engineer-incharge complete.

Providing and fixing aluminium work for doors, windows,ventilators and partitions with extruded built up standardtubular sectionsl appropriate Z sections and othersections of approved make conforming to IS: 733 and IS: 1285, fixed with rawI plugs and screws or with fixingclips, or with expansion hold fasteners includingnecessary filling up of gaps at junctions, at top, bottomand sides with required PVC/neoprene felt etc.Aluminium sections shall be smooth, rust free, straight,mitred and jointed mechanically wherever requiredincluding cleat angle, Aluminium snap beading forglazing / panelling, C.P. brass / stainless steel screws, all complete as per architectural drawings and the directions of Engineer-in-charge. (Glazing and panelling to be paidfor separately) : Power coated aluminium (minimum thickness of powder coating 50 micron)

Page 3

No. L. W. H/D.Unit Rate

Demolishing cement concrete manually/ by mechanical

SOR Item No. Amount

Item of WorkQty.

Sr. No.

SOR Page No.

22 101 13.30

13.30.1

204.62 Sqm. 45.00 9,207.97

23 110 14.31

14.31.115.00 Sqm 24.00 360.00

217,037.03

24 21,703.70

25 23,874.07

262,614.81

262,614.81GRAND TOTAL

TOTAL

Add 10% for plumbing works

Add 11% for internal electric fitting & repairing

TOTAL

New work (two or more coats) over and includingpriming coat with cement primer.

One or more coats on old work.

Distempering with oil bound washable distemper ofapproved brand and manufacture to give an even shade

for Door windows

Painting with synthetic enamal paint of approved brandmanufacture of required colour to give an even shade:

Page 4

No. L. W. H/D.

1 114 15.2

15.2.17.70 Cum 397.00 3,057.06

2 114 15.7

15.7.49.50 Cum 335.00 3,183.84

3 116 15.25

126.67 Sqm 44.00 5,573.57

4 110 14.26

597.34 Sqm 4.50 2,688.01

5 189 22.1422.14.1

11.55 Cum 3,473.00 40,115.23

6 20 5.3

5.3.13.02 Cum 3,863.00 11,656.99

7 22 5.16

5.16.6150.88 Kg 42.00 6,336.96

8 21 5.9

5.9.3

8.13 Sqm 199.00 1,618.43

9 27 6.1

6.1.214.02 Cum 3,381.00 47,397.83

10 99 13.2

13.2.2129.25 Sqm 93.00 12,020.44

11 99 13.10129.25 Sqm 23.00 2,972.80

Brick work with well burnt chimney brick in bulls patentTrench Kiln manufactured by Ghol Process crushingstrength not less than 40 kg/ cm2. and water absorptionnot more than 15% in foundation and plinth.Cement mortar 1:6 (1 cement:6 sand )

15mm cement plaster on rough side of single or half brickwall of mix: 1:6 (1cement :6sand)

Neat cement Punningqty. same as above

Reinforced cement concrete work in beams, suspendedfloors, roofs having slope of any degree landings,balconies, shelves chajjas, lintels, bands, plain windowsills, staircases and spiral stair cases up to floor two levelexcluding the cost of centering, shuttering, finishing andreinforcement in concrete grade.

Grading roof for water for water proofing treatment.

Reinforcement for R.C.C. work including straightening,cutting, bending, placing in position and binding includingcost of binding wire up to floor two level including allwasteage etc. complete.

Thermo-Mechanically Treated bars. (TMT)

Centering and shuttering including strutting, propping etc.and removal of form for:Suspended floors, roofs, landing, balconies and access platform, Shelves (Cast in situ Lintels. Beams, beams, griders, bressumers and cantilevers, Columns, Pillars, Posts and Struts Walls in super structure.

ANNEXURE NO. 5.14

In cement mortar

DETAILED ESTIMATE i/c CALCULATION FOR RENOVATION & UPGRADATION OF STAFF QUARTER FOR CLASS IVth MARKED AS 'D' OF SFTIS AT SHIVPURI, M.P.

as per SOR Engineer in Chief M.P. P.W.D. Bhopal in force from 15-06-2009 for civil work

Rate AmountItem of Work

M-20 Nominal mix. (with 20mm nominal size graded stone aggregate)

1:3:6 or richer mix

Unit

Cement concrete 1:2:4 (1 Cement : 2 Sand : 4 Graded

Qty. Sr. No.

SOR Page No.

Demolishing cement concrete manually/ by mechanicalmeans

Dismantling stone slab flooring laid in cement mortarincluding stacking of serviceable material and disposal ofunserviceable material within 50 metres lead.

SOR Item No.

Removing dry or oil bound distemper, water proofingcement paint and the like by scrapping, sand papering andpreparing the surface smooth including necessary repairsto scratched etc. complete.

Demolishing brick work manually/ by mechanical meansincluding stacking of serviceable material and disposal ofunserviceable material within 50 metres lead as perdirection of Engineer-in-charge.

Page 1

No. L. W. H/D.Rate Amount

Item of WorkUnitQty.

Sr. No.

SOR Page No.

Demolishing cement concrete manually/ by mechanical

SOR Item No.

12 73 10.14

10.14.372.00 Rmt 348.00 25,056.00

13 44 9.20

9.20.1

Door 12 x 0.9 x 2.1 = 22.68 Rmt 1,593.00 36,129.24

14 15 4.1.1

4.1.1.4 M-109.50 Cum. 2,900.00 27,551.16

15 84 11.31

48.23 Sqm 547.00 26,380.72

16 84 11.33

12.16 Sqm 759.00 9,229.44

17 85 11.34

11.34.2144.10 Sqm 958.00 138,043.97

Providing and laying polished vitrified floor tiles in differentsizes of 10mm thickness with water absorption's less than0.08% and conforming to IS:15622 of approved make in allcolours and shades, laid on 20mm thick cement mortar 1:4(1Cement :4 sand) including grouting the joints with whitecement and matching pigments etc. complete.

Providing and fixing pressed steel door frames confirmingto IS:4351 manufactured from commercial mild steel sheetof 1.25 mm thickness including hinges jamb, lock jamb,bead and if required angle threshold of mild steel angle ofsection 50x25mm, or base ties of 1.25mm pressed mildsteel welded or rigidly fixed together by mechanical means, adjustable lugs with split end tail to each jamb includingsteel butt hinges 2.5mm thick with mortar guards, lockstrike. plate and shock absorbers as specified and applyinga coat of approved steel primer after pre-treatment of thesurface as directed by Engineer-in-charge:

Double rebate 115mmx50mm size.

Providing & fixing ISI marked flush door shuttersconforming to IS: 2202 (part I) decovative type, core ofblock board construction with frame of 1st class hard woodand well matched teak 3 ply veneering with vertical grainsor cross bands and face veneers on both faces of shutters.

Provding and fixing 1st quality ceramic glazed wall tilesconforming to IS:15622 (6-7mm thickness) of approvedmake in all colours, shades except burgundy, bottle green,black of any size as approved by Engineer-in-charge inskirting, risers of steps and dados over 12mm thick bed ofcement mortar 1:3 (1 Cement : 3 Sand) and jointing withgrey cement slurry @ 3.3kg per sqm including pointing inwhite cement mixed with pigment of matching shadecomplete.

Providing and laying Ceramic glazed floor tiles of any size(9-10mm thickness) of 1st quality conforming to IS : 15622of approved make in all colours, shades, except White,Ivory, Grey, Fume Red Brown laid on 20mm thick bed ofCement Mortar 1:4 (1 Cement : 4 sand) including pointingthe joints with white cement and matching pigments etc.,complete.

35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws.

Providing and laying in position cement concrete ofspecified grade excluding the cost of centering andshuttering- All work up to plinth level: (with 20mm nominalsize graded stone aggregate.)

Size of tile 60x60 cm.

Page 2

No. L. W. H/D.Rate Amount

Item of WorkUnitQty.

Sr. No.

SOR Page No.

Demolishing cement concrete manually/ by mechanical

SOR Item No.

18 182 21.1

21.1.1.2

26.40 @ 12kg/Sqmt.

33.60 Kg 231.00 7,761.60

19 184 21.8

window 8 x 0.9 x 1.2 = 8.64 Sqm 3,002.00 25,937.28

20 105 13.66

368.53 Sqm. 141.00 51,962.45

21 101 13.30

13.30.1

368.53 Sqm. 45.00 16,583.76

22 110 14.31

14.31.167.00 Sqm 24.00 1,608.00

23 60 9.1209.120.1

New work (two or more coats) over and includingpriming coat with cement primer.

Painting with synthetic enamal paint of approved brandmanufacture of required colour to give an even shade:One or more coats on old work.

Providing and fixing double glazed hermetically sealedglazing in aluminium windows, ventilators and partition etc.with 6 mm thick clear float glass both side having 12 mmair gap including providing EPDM gasket, perforatedaluminium spacers, desiccants, sealant (Both primary andsecondary sealant) etc. as per specifications, drawings anddirection of Engineer-incharge complete.

Providing and fixing aluminium work for doors, windows,ventilators and partitions with extruded built up standardtubular sectionsl appropriate Z sections and other sectionsof approved make conforming to IS: 733 and IS : 1285,fixed with rawI plugs and screws or with fixing clips, or withexpansion hold fasteners including necessary filling up ofgaps at junctions, at top, bottom and sides with requiredPVC/neoprene felt etc. Aluminium sections shall besmooth, rust free, straight, mitred and jointed mechanicallywherever required including cleat angle, Aluminium snapbeading for glazing / panelling, C.P. brass / stainless steelscrews, all complete as per architectural drawings and thedirections of Engineer-in-charge. (Glazing and panelling tobe paid for separately) :

Distempering with oil bound washable distemper ofapproved brand and manufacture to give an even shade

Providing and fixing to existing door frames.30mm thick factory made panel Raj shree PVC doorshutter consisting of frame made out of M.S. tubes of19gauge thickness and size of 19mmx19mm for styles and15x15mm for top & bottom rails. M.S. frame shall have acoat of steel primers of approved make and manufacture.M.S. frame covered with 5mm thick heat moulded PVC 'C'channel of size 30 mm thickness. 70mm width out of which50mm shall be flat and 20mm shall be tapered in 45degreeangle on either side forming styles; and 5mm thick, 95mmwide PVC sheet out of which 75mm shall be flat and 20mmshall be tapered in 45 degree on the inner side to form topand bottom rail and 115mm wide PVC sheet out of which75mm shall be flat and 20mm wide cross PVC sheet beprovided as gap insert for top rail & bottom rail. paneling of5mm thick both side PVC sheet to be fitted in the M.S.frame welded/sealed to the styles & rails with 7mm

for Door windows

Providing and applying 12 mm thick (average) premixedformulated one coat gypsum lightweight plaster havingadditives and light weight aggregates as vermiculite/ perliterespectively conforming to IS: 2547 (Part - 1 & II) 1976,applied on hacked / uneven background such as barebrick/ block/ RCC work on walls & ceiling at all floors andlocations, finished in smooth line and level etc. complete.

Power coated aluminium (minimum thickness of powder coating 50 micron)

Page 3

No. L. W. H/D.Rate Amount

Item of WorkUnitQty.

Sr. No.

SOR Page No.

Demolishing cement concrete manually/ by mechanical

SOR Item No.

4 x 0.75 x 2.00 = 6.00 Sqm 2188.00 13,128.00

24 59 9.119

4 x 0.75 + 2.10 + 2.10 = 19.80 Rmt 382.00 7,563.60

25 133 17.1

17.1.14 Each 2,468.00 9,872.00

26 134 17.7

17.7.9

4 Each 1,887.00 7,548.00

27 138 17.31

4 Each 717.00 2,868.00

28 85 11.38

120.00 Sqm 473.00 56,760.00

600,604.37

29 60,060.44

30 66,066.48

726,731.28726,731.28

TOTAL

Providing and fixing wash basin with C.I. brackets, 15 mmC.P. brass pillar taps,32 mm C.P. brass wa ste of standardpattern, including painting of fittings and brackets, cuttingand making good the walls wherever require :

Add 11% for internal electric fitting & repairing

White Vitreous China Surgeon type wash basin of size660x460 mm with single 15 mm C.P. brass pillar taps withelbow operated levers ISI marked.

GRAND TOTAL

(5mm+2mm) thick x 15mm wide PVC sheet beading oninner side, and jointed together with solvent cementadhesive. An additional 5mm thick PVC strip of 20mmwidth is to be stuck on the interior side of the 'C' Channelusing PVC solvent adhesive etc. complete as per directionof Engineeer-in-charge. Manufacturer's specification &drawing (for W.C. and bathroom door shutter).

Providing and fixing factory made Raj shree make P.V.C.door frame of size 50x47mm with a wall thickness of5mm, made out of extruded 5mm rigid PVC foam sheetmitred at corners and joined with 2 Nos. of 150mm longbrackets of 15x15mm M.S. square tube, the vertical doorprofiles to be reinforced with 19x19mm M.S. square tubeof 19 gauge, EPDM rubber gasket weather seal to beprovided through out the frame. The door frame to befixed to the wall using M.S. screws of 65/100mm sizecomplete as per manufacturers speci fication and directionof Engineer-in-Charge.-

Providing and fixing water closet squatting pan (Indian typeW.C. pan ) with 100mm sand cast Iron P or S trap, 10 litrelow level white P.V.C. flushing cistern with manuallycontrolled device (handle lever) conforming to IS : 7231,with all fittings and fixtures complete including cutting andmaking good the walls and floors wherever required :

White Vitreous china Orissa pattern W.C. pan of size580x440mm with integral type foot rests.

Providing and laying 60mm thick factory made cementconcrete interlocking paver block of M-30 grade reflectivetype rubber modulded glossy colour paving block made byblock making machine with strong vibratory compactionand of approved size and shape laid in required colour andpattern over and including 60mm thick compacted bed ofstone dust filling the joints with sand etc. all complete asper the direction of Engineer in charge including lockingedges wherever required wihing cement concrete M15grade or cement mortor 1:3 with pigment of required shadeto match the colour /shade of block including cost oflabour, material , etc. all complete.

Providing and fixing 600x450 mm beveled edge mirror ofsuperior glass (of approved quality) complete with 6 mmthick hard board ground fixed to wooden cleats with C.P.brass screws and washers complete.

Add 10% for Plumbing Works

TOTAL

Page 4

Particulars. Of Item Quantity Unit Rate Cost

1 Providing and fixing white vitreous china pedestaltype water closet (European Type W.C. pans) withseat and lid 10 litre low level white P.V.C. flushingcistern with manually controlled device (handle lever),conforming to IS:7231, with all fittings and fixturescomplete including cutting and making good the wallsand floors wherever required. S.O.R., P- 133 / 17.2.2

2.1) W.C. pan with ISI marked white solid plastic seat and lid.1 Each 2287.00 2,287.00

2 Providing and fixing water closet squatting pan (Indiantype W.C. pan ) with 100mm sand cast Iron P or S trap,10 litre low level white P.V.C. flushing cistern withmanually controlled device (handle lever) conforming toIS : 7231, with all fittings and fixtures complete includingcutting and making good the walls and floors whereverrequired :S.O.R., P- 133 / 17.1.1

2.1) White Vitreous china Orissa pattern W.C. pan of size580x440mm with integral type foot rests. 2 Each 2468.00 4,936.00

3 Providing and fixing wash basin with C.I. brackets,15mm C.P. brass pillar taps, 32mm C.P. brass waste ofstandard pattern, including painting of fittings andbrackets, cutting and making good the walls whereverrequire:S.O.R., P- 134/17.7.4

7.4 White Vitreous Chaina Flat back wash basin size 550 x400mm with single 15mm C.P. brass pillar taps.

2 Nos 1,179.00 2,358.00

8 Providing and fixing Chlorinated Polyvinyl Chloride(CPVC) pipes, having thermal stability for hot & coldwater supply including all CPVC plain & brass threadedfittings including fixing the pipe with clamps at 1.00 mspacing. This includes jointing of pipes & fittings withone step CPVC solvent cement and testing of jointscomplete as per direction of Engineer in Charge.

Internal work - Exposed on wallS.O.R., P- 152 / 18.7.1, 3

1.0 15 mm nominal outer dia .Pipes. 12 M 98.00 1,176.00

3.0 25 mm nominal outer dia .Pipes. 8 M 150.00 1,200.00

ANNEXURE NO. 5.4 bDETAILED ESTIMATE i/c CALCULATION FOR NEW CONSTRUCTION OF TOILET BLOCK FOR

ADMINISTRATIVE BUILDING MARKED AS BUILDING NO Y OF SFTIS AT SHIVPURI, M.P. (Internal Water Supply Sanitary Fittings)

as per SOR Engineer in Chief M.P. P.W.D. Bhopal in force from 15-06-2009

Part B - Sainatry Fittings and Water Supply Work

Page - 1

Particulars. Of Item Quantity Unit Rate CostPart B - Sainatry Fittings and Water Supply Work9 Providing and fixing Chlorinated Polyvinyl Chloride

(CPVC) pipes, having thermal stability for hot & coldwater supply including all CPVC plain & brass threadedfittings This includes jointing of pipes & fittings with onestep CPVC solvent cement ,trenching ,refilling & testingof joints complete as per direction of Engineer inCharge.External workS.O.R., P- 153 / 18.9.3

iii) 25 mm nominal outer dia .Pipes. 12 M 145.00 1,740.00

10 Making connections of G.I. distribution branch withG.I. main of following sizes by providing and fixing tee,including cutting and thereading the pipe etc. complete;

S.O.R., P- 154 / 18.13.11.0 25 to 40mm nominal bore 1 Nos 166.00 166.00

11 Providing and fixing brass bib cock of approved quality.

S.O.R., P- 154 / 18.15.115 mm nominal bore 0.40kg. 1 Nos 192.00 192.00

12 Providing and fixing brass stop cock of approvedquality.S.O.R., P- 154 / 18.16.1, 215 mm nominal bore 0.40 Kg. 1 Nos 192.00 192.00

20 mm nominal bore n0.75 Kg. 1 Nos 235.00 235.00

13 Providing and fixing gun matel gate valve with C.I.wheel, of approved quality. (screwed end):

S.O.R., P- 154 / 18.17. 3b) 25 mm nominal bore. 1 Nos 286.00 286.00

14 Providing and fixing square mouth S.W. gully trapgully trap grade "A" complete with C.I. garating brickmasonry chamber with water tight C.I. cover with frameof 300x300 mm size (inside) the weight of cover to benot less than 4.50 kg and frame to be not less than 2.70kg as per standard design : With Modular Brick classdesignation 40.

S.O.R., P- 170 / 19.4.2150x100mm .-P type. 1 No. 962.00 962.00

15 Constructing brick masonary manholes in cementmortar 1:4 (1 cement : 4 sand) R.C.C. top slab with 1:2:4 mix (1 cement : 2 sand : 4 graded stoneaggragate 20mm nominal size), foundation concrete1:4:8 mix (1Cement : 4 snad : 8 graded stone aggregate40mm nomial size) inside plastering 12mm thick withcement mortar 1:3 (1 cement : 3 snad) finished withfloating coat of neat cement and making channels incement concrete 1:2:4 (1 cement : 2 sand: 4 gradedstone aggregate 20 mm niminal standard design : Withmodular bricks with class designation 40.

Page - 2

Particulars. Of Item Quantity Unit Rate CostPart B - Sainatry Fittings and Water Supply WorkS.O.R., P- 171 / 19.7.1, 2, 3

7.1 Inside size 90x80 cm 45cm. deep including C.I. coverwith frame (light duty) 455x610mm internal dimensionstotal weight of cover and frame to be not less than 38kg,(weight of cover 23kg and weight of frame 15kg).

1 Nos 5,384.00 5,384.00

16 Providing M.S. foot rest including fixing in man holeswith 20x20x10 cm. Cement concrete blocks 1:3:6 1Cement :3 sand : 6 graded stone aggregate 20 mmnominal size) as per standard design. With 20x20 mmsquare bar. 1 Nos 150.00 150.00S.O.R., P- 174 / 19.15

17 Providing laying and jointing glazed Stone ware pipesgrade A" with stiff mixture of Cement in theproportion of 1:1 (1 Cement :1 fine sand) includingtesting of joints etc. complete. S.O.R., P- 170 / 19.1.1

1.1 100 mm dia. 4 M. 106.00 424.00

18 Providing and fixing soil, waste and vent pipes:S.O.R., P- 138 / 17.35.1, 2

2.1 75 mm dia. Sand cast iron S&S pipe as per IS:1729. 5 M. 314.00 1,570.00

19 Providing and fixing trap of self cleansing design withscrewed down or hinged grating with or without vent armcomplete. Including cost of cutting and making good thewalls and floors.S.O.R., P- 142 / 17.60.2.2

2.2 100mm inlet and 75mm outlet. Sand cast iron S&S pipeas per IS:1729. 1 Nos 415.00 415.00

20 Providing and fixing M.S. holder-bat clamps of approveddesign to Sand Cast iron/cast iron (spun) pipeembedded in and including cement concrete blocks10x10x10cm of 1:2:4mix (1 cement :2 sand :4 gragedstone aggregate 20mm nominal size) including cost ofcutting holes and making good the walls etc.

S.O.R., P- 139/ 17.37.1, 237.1 For 100mm dia. Pipe 2 Each 71.00 142.00

37.2 For 75mm dia. Pipe 3 Each 69.00 207.00

21 Providing and fixing single equal plain Junction ofrequired degree.S.O.R., P- 140/ 17.44.1, 2

44.1 100 X 100 X 100 mm. Sand cast iron S&S pipe as perIS:1729. 2 Nos 395.00 790.00

44.2 75 X 75 X 75 mm Sand cast iron S&S pipe as perIS:1729. 2 Nos 222.00 444.00

Page - 3

Particulars. Of Item Quantity Unit Rate CostPart B - Sainatry Fittings and Water Supply Work22 Providing and fixing plain bend of required degree.

S.O.R., P- 139/ 17.39.1, 239.1 100 mm Sand cast iron S&S pipe as per IS:1729. 2 Nos 226.00 452.00

39.2 75 mm Sand cast iron S&S pipe as per IS:1729. 2 Nos 175.00 350.00

27 Providing and fixing Collars.S.O.R., P- 142/ 17.57.1, 2

57.1 100 mm Sand cast iron S&S pipe as per IS:1729. 1 Nos 164.00 164.00

57.2 75 mm Sand cast iron S&S pipe as per IS:1729. 1 Nos 146.00 146.00

28 Providing and fixing sand cast iron S&S off sets as perIS: 3989.S.O.R., P- 142/ 17.54.1, 2

54.1.1 150 mm off sets with 100 mm dia. Pipe 1 Nos 281.00 281.00

54.2.1 75 mm off sets with 75mm dia. Pipe 1 Nos 321.00 321.00

29 Providing and lead caulked joints to sand castiron/centrifugally cast (spun) iron pipes and fittings ofdiameter:

S.O.R., P- 142/ 17.58.1, 258.1 100 mm 1 Nos 132.00 132.00

58.2 75 mm 1 Nos 112.00 112.00

32 Providing and placing on terrace (at all floor levels) high dersign HDPE (polyethylene) water storage tank ISI :12701 marked with cover and suitable lockingarrangement and making necessary holes for inlet,outlet and arrangement and making necessary holes forinlet, outled and overflow pipes but without fittings andthe base support for tank. 500 Ltr. 5.00 2,500.00S.O.R., P-161/ 18.48

29,714.00

29,714.00

TOTAL

GRAND TOTAL

Page - 4

S. No. Item of work Qnt. Unit Rate Amount

1 Point wiring (excluding metallic switch box & sheet butincluding switches, sockets, lamp holders/ceiling rosesetc) with 1.5 Sq. mm. PVC insulated cable FR withcopper multi strand conductor ISI marked in Concealedrigid steel conduit ISI Marked of suitable size and 1.5Sq. mm PVC insulated copper earth continuityconductor of green colour inside conduit includingpainting, etc. as required as per specification for:

S.O.R., P-2 / 2.1, 2.2, 2.3A Light point /fan point.

1 Short Point 8 Each. 234.00 1,872.00

2 Medium Point 2 Each. 450.00 900.00

2 Wiring for circuit wiring with PVC insulated cable FRwith copper multi strand conductor ISI marked inConcealed rigid steel conduit of ISI marked suitablesize including painting etc. as required as perspecification.S.O.R., P-4 / 4.6 a-d

1 2x2.5 size copper conductor 85 Mt. 71.00 6,035.00

3 Wiring for sub mains with PVC insulated cable FR withcopper multi strand conductor ISI marked recessed/concealed rigid steel ISI marked conduit of suitablesize (Conduit included) including connection paintingetc. as required as per specification.

S.O.R., P-14 / 20.1.2.(20.1) 2 wire sub mains (1.2) 4.0 Sqmm. copper wire 45 Rmt 109.00 4,905.00

4 Supplying and fixing as per specification BakeliteBatten Holder / Angle Holder of approved make withnecessary materrials complete. 8 Nos 18.00 144.00S.O.R., P-27 / 26.2

5 Supplying and fixing as per specification bulk headfittings of approved make suitable for 100 watt lampwith necessary materials completeS.O.R., P-27 / 26.3Ordinary type 5 Nos 65.00 325.00

ANNEXURE NO. 5.4 cDETAILED ESTIMATE i/c CALCULATION FOR NEW CONSTRUCTION OF TOILET BLOCK FOR

ADMINISTRATIVE BUILDING MARKED AS BUILDING NO.Y OF SFTIS AT SHIVPURI, M.P. Internal Electric Installations and External Service

as per SOR Engineer in Chief M.P. P.W.D. Bhopal in force from 01-04-2008

Part C - Internal Electric Installations and External Service

Page - 1

S. No. Item of work Qnt. Unit Rate Amount

Part C - Internal Electric Installations and External Service6 Supplying and fixing as per specification socket out letsof approved make & ISI with necessary materialscompleteS.O.R., P-28 / 26.8.1, 8.3

1 6 Amp, 250 volts 3 pins PB 1 Nos 45.00 45.002 16 Amp,250 volts 3 pins PB 1 Nos 67.00 67.00

7 supplying of ISI Marked of accepted standard ofMiniature Circuit Breakers (MCB) of 'C' series suitablefor 240/415 Volts 50 cycles (10 kA Value ) AC supplyconfirming to IS : 8828 1996, IEC : 60898 : 2002 butwithout enclosures :- without enclosuresS.O.R., P-22 / 24.3.2 .2, 2.3Single pole and neutral

1 6 Amp to 32 Amp Raiting 1 Nos 379.00 379.008 Supply of approved make powder coated sheet steel

encloser SPN MCB DB inclusive of Busbar, Neutralbar, Earth bar & two earth terminals etc. complete asper IS:13032 (exclusive of MCB & Isolator). S.O.R., P-23 / 24.5.5

1 8 Way double door 1 Nos 847.00 847.00

9 Labour charges for fixing sheet steel enclosures MCB,DB surface mounting type as per accepted practice on25X25x5mm angle iron clamp, including supplying andfixing of clamps duly embedded in wall cableconnection etc. complete 1 Nos 79.00 79.00S.O.R., P-26 / 25.6

10 Supplying and fixing as per specification Switch ofapproved make ISI marked with necessary materialcomplete.6 Amps S>P. procelain Base 250 Volt. 7 Each 45.00 315.00S.O.R., P-28 / 26.13.1

15,913.00

15,913.00GRAND TOTAL =

TOTAL =

Page - 2

No. L W H

1 4 2.7

6.62 Cum 171.00 1,131.17

2 7 2.25

2.25.1

1.32 Cum 20.00 26.46

3 7 2.27

= 3.60 Cum 337.00 1,213.20

4 7 2.24

6.62 Cum 49.00 324.14

5 15 4.1.1

4.1.1.41.64 Cum 2900.00 4,758.90

6 20 5.1

5.1.11.24 Cum. 3936.00 4,885.36

7 20 5.2

5.2.1

2.65 Cum. 4321.00 11,450.91

Sr. No.

SOR Page No.

Providing and laying in position cement concrete ofspecified grade excluding the cost of centering andshuttering - All work up to plinth level: with 40mm nomialsize graded stone aggregate. .

M 20 Nomial mix (with 20mm nominal size graded stone aggregate)Column up to plinth

DETAILED ESTIMATE i/c CALCULATION FOR NEW CONSTRUCTION OF TOILET BLOCK FOR ADMINISTRATIVE BUILDING MARKED AS BUILDING NO. Y OF SFTIS AT SHIVPURI, M.P.

as per SOR Engineer in Chief M.P. P.W.D. Bhopal in force from 15-06-2009

Part A - Civil Work

Supplying and filling in plinth with Hard muram/ Hardcopra under floors including, watering, rammingconsolidating and dressing complete.

Earth work in excavation by mechanical means (Hydraulic excavator) / manual means over areas (exceeding 30cmin depth. 1.5m in width as well as 10 sqm on plan)including disposal of excavated earth, lead upto 50m andlift upto 1.5m, disposed earth to be levelled and neatlydressed.

SOR Item No.

M-20 Nominal mix.

Reinforced cement concrete work in walls (anythickness), including attached pilasters, buttresses, plinthand string courses, fillets, columns, pillars, posts andstruts su spended floor roof slab, beams, etc. up to floortwo level excluding cost of centering, shuttering, finishingand reinforcement :

Item of Work

M-10

Filling available excavated earth (excluding rock ) intrenches, plinth, sides of foundations etc. in layers notexceeding 20cm in depth, consolidating each depositedlayer by ramming and watering, lead up to 50m and lift upto 1.5 m.

Extra for every additional lift of 1.5 m or part thereof in.

All kinds of soil.

ANNEXURE NO 5.4 a

Qty Unit AmountRate

Providing and laying in position specified grade ofreinforced cement concrete (with 20mm nominal sizegraded stone aggregate) excluding the cost of centering,shuttering, finishing and reinforcement - All work up toplinth level:

Page - 1

No. L W HSr. No.

SOR Page No.

Part A - Civil Work

SOR Item No.

Item of WorkQty Unit AmountRate

8 20 5.3

5.3.1

3.06 Cum. 3863.00 11,817.78

9 22 5.16

5.16.66.95 = 521 Kg 42.00 21,894.02

10 21 5.9

(1) 5.9.1

Footing F0 2x4 x 1.35 + 1.05 x 0.3 = 5.765.76 Sqm 127.00 731.52

5.9.2

12.60 Sqm 193.00 2,432.57

5.9.3

40.5 Sqm 199.00 8,060.61

11 27 6.3

6.3.10.81 Cum 1955.00 1,573.78

12 27 6.4

6.4.2 6.00 Cum 3599.00 21,588.24

Cement mortar 1:6 (1 cement : 6 sand)

Brick work with M.S. bricks of class designation 40 insuperstructure above plinth level up to floor II level in allshapes and sizes in :

Brick work with well brunt open bhatta, bricks, crushingstrength not less than 25kg /sqcm and water absorptionnot more than 20% in foundation and plinth

Cement mortar 1:6 (1 cement : 6 sand)

Walls (any thickness) including attached pilastersbutteresse s, plinth beams and string courses etc.up toplinth level.

Foundations, footing bases of columns, etc. for massconcrete up to plinth level.

M-20 Nominal mix. (with 20mm nominal size gradedstone aggregate)

Reinforcement for R.C.C. work including straightening,cutting, bending, placing in position and binding includingcost of binding wire up to floor two level including allwasteage etc. complete.

Centering and shuttering including strutting, propping etc.and removal of form for:

kg/Cumx 75Thermo-Mechanically Treated bars. (TMT)

Reinforced cement concrete work in beams, suspendedfloors, roofs having slope of any degree landings,balconies, shelves chajjas, lintels, bands, plain windowsills, staircases and spiral stair cases up to floor two levelexcluding the cost of centering, shuttering, finishing andreinforcement in concrete grade.

Suspended floors, roofs, landing, balconies and accessplatform, Shelves (Cast in situ Lintels. Beams, beams,griders, bressumers and cantilevers, Columns, Pillars,Posts and Struts Walls in super structure.

both side

both side

Page - 2

No. L W HSr. No.

SOR Page No.

Part A - Civil Work

SOR Item No.

Item of WorkQty Unit AmountRate

13 27 6.10

6.10.2

15.71 Sqm 419.00 6,580.40

14 99 13.821.6 Sqm 69.00 1,492.03

15 99 13.113.1.1

45.4 Sqm 90.00 4,090.05

16 99 13.2.1

46.6 Sqm 106.00 4,941.72

17 84 11.31

19.31 Sqm 547.00 10,559.84

18 80 11.8

11.8.1

13.08 Sqm 342.00 4,473.36

19 74 10.23

10.23.2

= 21.1 Kg 55.50 1,168.83

40mm thick marble chips flooring, rubbed and polished togranolithic finish, under layer 31mm thick cementconcrete 1:2:4 (1 cement :2 sand 4 graded stoneaggregate 12.5mm nominal size) and top layer 9mm thickwith white, black, chocolate, grey, yellow or green marbledchips of sizes from 4mm to 7mm nominal size laid incement marble powder mix 3:1 (3 cment : 1 marblepowder) by weight in proportion of 4:7 (4 cement marblepowder : 7 marble chips) by volume including cementslurry etc. complete.

1.76 @ 12kg/sqmt.

Providing and fixing Ist quality ceramic glazed wall tilesconforming to IS : 15622 (6-7mm thickness) of approvedmake in all colours, shades except burgundy, bottlegreen, black of any size as approved by Engineer-in-Charge in skirting, risers of steps and dados over 12 mmthick bed of cement Mortar 1:3 (1 cement : 3 sand) andjointing with grey cement slurry @ 3.3kg per sqmincluding pointing in white cement mixed with pigment ofmatching shade complete

Dark shade pigment with ordinary cement.

In gratings, frames, guard bar, ladder, raillings, brackets,gates and similar works.

Steel work welded in built-up section/framed work,including cutting, hoisting, fixing in position and applyinga priming coat of approved steel primer using structuralsteel etc. as required. hoisting, fixing in position andapplying a priming coat of approved steel.

15mm cement plaster on rough side of single or half brickwall of mix: 1:4 (1cement :4sand)

Cement mortar 1:6 (1 cement:6 sand )12mm thick cement plaster in mix 1:4 (1cement:4 sand)

6mm cement plaster of mix : CM 1:3 (1 cement 3sand)

Half brick Masonry with M.S. brick of class designation 40in super structure above plinth level up to floor II level.Cement Mortar 1:4 (1 cement : 4 sand)brick work ground floor

Page - 3

No. L W HSr. No.

SOR Page No.

Part A - Civil Work

SOR Item No.

Item of WorkQty Unit AmountRate

20 73 10.14

10.14.2

door d 1 x 0.90 + 2.10 + 2.10 = 6.00= 6.00 Rmt 330.00 1,980.00

21 44 9.20

9.20.1

1.89 Sqm 1593.00 3,010.77

22 59 9.119

door d2 5 x 0.75 + 2.10 + 2.10 = 24.75 Rmt 382.00 9,454.50

Providing and fixing pressed steel door frames confirmingto IS:4351 manufactured from commercial mild steelsheet of 1.25mm thickness including hinges jamb, lockjamb, bead and if required angle threshold of mild steelangle of section 50x25mm. Or base ties of 1.25mmpressed mild steel welded or rigidly fixed together bymechanical means, adjustable lugs with split end tail toeach jamb including steel butt hinges 2.5mm thick withmortar grards, lock strike - plate and shock absorbers asspecified and

applying a coat of approved steel primer after pre-treatment of the surface as directed by Engineer-in-charge.

Providing and fixing factory made Raj shree make P.V.C.door frame of size 50x47mm with a wall thickness of5mm, made out of extruded 5mm rigid PVC foam sheetmitred at corners and joined with 2 Nos. of 150mm longbrackets of 15x15mm M.S. square tube, the vertical doorprofiles to be reinforced with 19x19mm M.S. square tubeof 19 gauge, EPDM rubber gasket weather seal to beprovided through out the frame. The door frame to befixed to the wall using M.S. screws of 65/100mm sizecomplete as per manufacturers speci fication and

35 mm thick including ISI marked Stainless Steel butthinges with necessary screws.

Providing and fixing ISI marked flush door shuttersconforming to IS: 2202 (Part I) decorative type, core ofblock board construction with frame of 1st class hardwood and well matched teak 3 ply veneering with verticalgrains or cross bands and face veneers on both faces ofshutters.

Total

b) single rebate 100mmx50mm size

Page - 4

No. L W HSr. No.

SOR Page No.

Part A - Civil Work

SOR Item No.

Item of WorkQty Unit AmountRate

23 60 9.1209.120.1

door d2 5 x 0.75 x 2.10 = 7.88 Sqmt 2188.00 17,230.50

24 74 10.25.2

1.76 Sqm 800.00 1,404.00

25 52 9.75.1

300x16x5mm 1 Each 186.00 186.00

26 53 9.81.2

b) 100mm 2 Each 98.00 196.00

27 53 9.821 Each 113.00 113.00

28 52 9.74.3

c) 150x10mm 1 Each 167.00 167.00

29 102 13.33

10.33.1

ceiling

30mm thick factory made panel Raj shree PVC doorshutter consisting of frame made out of M.S. tubes of19gauge thickness and size of 19mmx19mm for stylesand 15x15mm for top & bottom rails. M.S. frame shallhave a coat of steel primers of approved make andmanufacture. M.S. frame covered with 5mm thick heatmoulded PVC 'C' channel of size 30 mm thickness.70mm width out of which 50mm shall be flat and 20mmshall be tapered in 45degree angle on either side formingstyles; and 5mm thick, 95mm wide PVC sheet out ofwhich 75mm shall be flat and 20mm shall be tapered in45 degree on the inner side to form top and bottom railand 115mm wide PVC sheet out of which 75mm shall beflat and 20mm wide cross PVC sheet be provided as gapinsert for top rail & bottom rail. paneling of 5mm thickboth side PVC sheet to be fitted in the M.S. framewelded/sealed to the styles & rails with 7mm

Providing and fixing glazing in steel doors windows,ventilator, shutters & partitions etc. per architecturaldrawing & asper direction of engineer-in-charge. Withsteel beading metal sash puttey. With float glass 5.5 mmthick.

(5mm+2mm) thick x 15mm wide PVC sheet beading oninner side, and jointed together with solvent cementadhesive. An additional 5mm thick PVC strip of 20mmwidth is to be stuck on the interior side of the 'C' Channelusing PVC solvent adhesive etc. complete as perdirection of Engineeer-in-charge. Manufacturer's specification & drawing (for W.C. andbathroom door shutter).

Providing and fixing bright finished brass hanging typefloor door stopper with necessary screws, etc. complete.

Providing and fixing bright finished brass door latch withnecessary screws etc. complete:

New work (Two or more coats applied @ 3.84 kg/10 sqm).

Finish walls with water proffing cement paint of requiredshade:

Providing and bright finished brass handles with screwsetc. complete.

Providing and fixing bright finished brass tower bolts(barrel type) with necessary screws etc. complete :

Providing and fixing to existing door frames.

Page - 5

No. L W HSr. No.

SOR Page No.

Part A - Civil Work

SOR Item No.

Item of WorkQty Unit AmountRate

32.8 Sqm 31.00 1,015.81

30 104 13.50.1

2.30 Sqm 56.00 128.52

160,080.97

160,080.97

TOTAL

Painting with synthetic enamel paint of approved brandand manufacture of required colour to give an evenshade: Two or more coats on new work over an undercoat of suitable shade with ordinary paint of approvedbrand and manufacture.

GRAND TOTAL

qty. same as above item.

Page - 6

ANNEXURE 5.4

Sl. No. Particulars Amount 5.4 a Civil Work 160,080.97 5.4 b Sanitary 29,714.00 5.4 c Electric 15,913.00

Total 205,707.97

DETAILED ESTIMATE i/c CALCULATION FOR NEW CONSTRUCTION OF TOILET BLOCK FOR ADMINISTRATIVE BUILDING MARKED AS 'Y' OF SFTIS AT SHIVPURI,

M.P. as per SOR Engineer in Chief M.P. P.W.D. Bhopal in force from 15-06-2009

Page - 1

Draft Approved by SPMU 67

SECTION 7

FORM OF AGREEMENT

AGREEMENT (IN STAMP OF 100.00RS.) This Agreement, made the [day] day of [month] [year] between [name and address of Director] (hereinafter called “the Director”) and [name and address of Contractor] (hereinafter called “the Contractor”) of the other part. Whereas the Director is desirous that the Contractor execute [Name and identification number of Contract] (Hereinafter called “the Works”) and the Director has accepted the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein. Now this Agreement witnessed as follows: In this Agreement, words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract hereinafter referred to. The attached Contract Data and the documents listed in the Contract Data shall be

deemed to form and to be read and construed as part of this Agreement. In consideration of the payments to be made by the Director to the Contractor as

hereinafter mentioned, the Contractor hereby covenants with the Director to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract.

The Director hereby covenants to pay the Contractor in consideration of the execution

and completion of the Works and the remedying of defects therein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

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

Signature of Director Signature of Contractor

Signed, Sealed and Delivered by the said (For the Director) in the presence of Signed, Sealed and Delivered by the said (For the Director) in the presence of

Draft Approved by SPMU 68

SECTION 8 SECURITY FORMS Annex A Form: Performance Security (Bank Guarantee) THIS AGREEMENT is made on the day of (state month and year) between [name of bank] of [address of bank] (hereinafter called the Guarantor”) of the one part and [name of Director] of [address of Director] (hereinafter called “the Director”) of the other part. WHEREAS This agreement is supplemental to a contract (hereinafter called “the Contract”) made

between [name of Contractor] of [address of Contractor](hereinafter called “the Contractor”) of the one part and the Director of the other part whereby the Contractor agreed and undertook to execute the Works of [name of Contractor and brief description of the Works] for the sum of [amount in Contract currency] being the Contract Price; and

The Guarantor has agreed to guarantee the due performance of the Contract in the

manner hereinafter appearing. NOW, THEREFORE, the Guarantor hereby agrees with the Director as follows:

If the Contractor (unless relieved from the performance by any clause of the Contract or by statute or by the decision of a tribunal of competent jurisdiction) shall in any respect fail to execute the Contract or commit any breach of his obligations there under then the Guarantor will indemnify and pay the Director the aggregate sum of [amount of Guarantee] [in words], such sum being payable in the types and amounts of currencies in which the Contract Price is payable, provided that the Director or his authorized representative has notified the Guarantor to that effect and has made a claim against the Guarantor before the issue of the Defects Liability Certificate.

The Guarantor shall not be discharged or released from his guarantee by an arrangement between the Contractor and the Director, with or without the consent of the Guarantor, or by any alteration in the obligations undertaken by the Contractor, or by any forbearance on the part of the Contractor, whether as to payment, time, performance, or other wise, and any notice to the Guarantor of any such arrangement, alteration, or forbearance is hereby expressly waived.

This Guarantee shall be valid until a date 28 days from the date of issue of the Taking-Over Certificate. Given under our hand on the date first mentioned above. SINGED BY SINGED BY for and on behalf of the Guarantor in the presence of

for and on behalf of the Director in the presence of

�Witness�

�Witness�

Draft Approved by SPMU 69

Annex B Form: Bank Guarantee for Advance Payment To: [name and address of Director] [Name of Contract] Gentlemen: In accordance with the provisions of the Conditions of Contract, Clause 47 (“Advance Payment”) of the above-mentioned Contract, [name and address of Contractor] (hereinafter called “the Contractor”) shall deposit with [name of Director] a Bank Guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an amount of [amount of Guarantee] [amount in words]. We, the [Bank or Financial Institution], as instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to [name of Director] on his first demand without whatsoever right of objection on our part and without his first claim to the Contractor, in the amount not exceeding [amount of Guarantee] [amount in words]. We further agree that no change or addition to or other modification of the terms of the Contract or of Works to be performed there under or of any of the Contract documents which may be made between [name of Director] and the Contractor, shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any such change, addition, or modification. This Guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until [name of Director] receives full repayment of the same amount from the Contractor. Yours truly, Signature and seal: Name of Bank/Financial Institution: Address: Date:

Draft Approved by SPMU 70

SECTION 9 DRAWINGS

(1) PLEASE REFER ANNEXURE-II

(ANNEXURE – 3.3C, 3.3D, 3.3E, 3.4A, 3.4B, 3.4C, 3.4D, 3.4E, 3.4F, 3.4G, 3.12C, 3.12D, 3.14C, 3.14D, 3.14E, & 3.15C, 3.15D, 3.15E, 3.15F )

Page no. 103 to 121