name of work:- construction of multi storey building and

35
T.No. WKS/1167/TEN Signature of tenderer/s Page 1 of 35 Town Engineer R.D.S.O./Lucknow for & on behalf of President of Union of India ` TENDER DOCUMENTS 1. Tender No. WKS/1167/TEN 2. Name of work. Civil Work in connection with repair/renovation and improvement work of Traction Installation Lab,ED Lab and, Traction Installation Directorate etc in Annexe-II and adjacent area in RDSO Campus under Town Engineer/RDSO. 3 Approximate cost of work. Rs. 10151860.00 4. Earnest Money. Rs. 200760.00 5. Cost of tender document Rs. 5,000.00 By Post Rs. 5,500.00 6. Completion period. 9(Nine) months. Tender form available from: 09.11.2012 at 10:00 hrs. Tender sale Closing date & time: 10.12.2012 at 11.00 Hrs. Tender to be submitted from : 27.11.2012 at 10.00 Hrs. Tender to be submitted upto : 10.12.2012 at 14.30 Hrs. Tender Opening date & time. : 10.12.2012 at 15.00 Hrs. NOT TRANSFERABLE. ISSUED BY Town Engineer RDSO, Lucknow ISSUED TO. -------------------------------------------- -------------------------------------------- --------------------------------------------

Upload: others

Post on 27-Oct-2021

10 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 1 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

`

TENDER DOCUMENTS

1. Tender No. WKS/1167/TEN

2. Name of work. Civil Work in connection with repair/renovation and

improvement work of Traction Installation Lab,ED

Lab and, Traction Installation Directorate etc in

Annexe-II and adjacent area in RDSO Campus under

Town Engineer/RDSO.

3 Approximate cost of work. Rs. 10151860.00

4. Earnest Money. Rs. 200760.00

5. Cost of tender document Rs. 5,000.00

By Post Rs. 5,500.00

6. Completion period. 9(Nine) months.

Tender form available from: 09.11.2012 at 10:00 hrs.

Tender sale Closing date & time: 10.12.2012 at 11.00 Hrs.

Tender to be submitted from : 27.11.2012 at 10.00 Hrs.

Tender to be submitted upto : 10.12.2012 at 14.30 Hrs.

Tender Opening date & time. : 10.12.2012 at 15.00 Hrs.

NOT TRANSFERABLE.

ISSUED BY Town Engineer

RDSO, Lucknow

ISSUED TO. --------------------------------------------

--------------------------------------------

--------------------------------------------

Page 2: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 2 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

Name of work:- Civil Work in connection with repair/renovation and improvement work of

Traction Installation Lab,ED Lab and, Traction Installation Directorate etc in Annexe-II and adjacent

area in RDSO Campus under Town Engineer/RDSO.

Sr.

No. Description

Page No.

From To

1.

Tender Notice 3 4

2.

Tender Form – First Sheet 5 5

3.

Tender Form – Second Sheet 6 12

4.

Special Conditions/Specifications of contract Part-I

(Non-Technical) 13 18

5.

Special Conditions/Specifications of contract Part-II

(Technical) 19 23

6.

Specification for N.S.Item 24 25

7.

Certificate by the Tenderer - 26

8.

Detailed schedule of items, quantity & rates 27 28

Offer Sheet/Schedule of Approx. Quantity. 29 35

Page 3: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 3 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

GOVERNMENT OF INDIA, MINISTRY OF RAILWAY RESEARCH DESIGNS & STANDARDS ORGANISATION

Manak Nagar, Lucnow-11.

Notice inviting tender

For and on behalf of president of Union of India, The Town Engineer RDSO, Lucknow invites sealed

open tender on prescribed form for the following work: -

S. No.

Name of work Approx. cost (Rs.)

Cost of tender document

(Rs.)

Earnest Money (Rs.)

Completion period

Date of opening

Availability of Tender

document

1

Civil Work in connection

with repair/renovation and

improvement work of

Traction Installation

Lab,ED Lab and, Traction

Installation Directorate etc

in Annexe-II and adjacent

area in RDSO Campus

under Town

Engineer/RDSO.

1,01,51,860/-

5,000/- By post 5,500/-

2,00,760/- 9 months 10.12.2012 09.11.2012

The above tender will be open on 10.12.2012 at 15:00 hrs. in the office of the Town Engineer,

RDSO, Manak Nagar, Lucknow.

Note: -

1) Tender unaccompanied by requisite earnest money will be summarily rejected. Earnest money in

the form of Bank guarantee will not be accepted. The earnest money should be deposited in cash

or in the form of FDR/TDR/DR/Banker’s cheque /DD etc. issued by State Bank of India or any

Nationalized Bank or scheduled bank in favour of Executive Director, Finance, RDSO payable at

Lucknow. Cash may be deposited in the office of D.C.P.M., N.Rly., Charbagh, Lucknow and

receipt enclosed with the tender document.

2) Tender form can be obtained from the office of the Town Engineer, RDSO, Manak Nagar,

Lucknow on any working day from 09.11.2012 during working hours up to 11:00 hrs on

10.12.2012, on production of demand draft/pay order in favour of Executive Director, Finance,

RDSO payable at Lucknow or money receipt issued by DCPM office, Northern Railway,

Charbagh, Lucknow for the cost of tender document shown as above. The tender document can

also be downloaded from the website of RDSO (www.rdso.indianrailways.gov.in) on or after

09.11.2012 and the cost of downloaded tender document to be submitted along with tender

documents in the form of demand draft/pay order in favour of Executive Director, Finance,

RDSO payable at Lucknow, failing it, offer will be summarily rejected. The cost of tender

document is not refundable.

3) The tender document can also be obtained by post on request, on production of demand draft/pay

order of requisite cost of Tender in favour of Executive Director, Finance, RDSO payable at

Lucknow.

4) Tender form duly filled must be enclosed in a sealed cover superscripted as Tender no.

WKS/1142/TEN and must be sent by register post to the address of the Town Engineer, RDSO,

(Ministry of Railway), Manak Nagar, Lucknow-226011, so as to reach the office not later than

14:30 hrs. on 10.12.2012 or dropped in the special box allotted for the purpose in the office of

the Town Engineer, RDSO, Manak Nagar, Lucknow-226011 from 27.11.2012 at 10:00 hrs.

to 10.12.2012 at 14.30 hrs. The tender box will be sealed at 14:30 hrs on 10.12.2012. The tender

Page 4: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 4 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

will be opened at 15:00 hrs. on same day at same place in the presence of tender(s) or their

authorized representative.

5) This office will not be responsible for any type of postal delay for delivering blank tender form or

sending offer for participation.

6) Eligibility criteria: (i) Turnover:

Tenderer(s) should have received total contractual amount against satisfactory execution/works in

progress of all type of works for a minimum of 150% of advertised tender value of work during

the last three financial year (i.e. 2009-10, 2010-11, 2011-12) and current financial year (i.e. 2012-

13) up to the date of opening of Tender, as per payment certificate from the tenderer duly issued

by the officer of concerned Govt. Department or as per Audited balance sheet duly certified by

Chartered Accountant.

(ii) Experience in similar nature of work:-

The tenderer (s) should have successfully completed at least one similar single work for a

minimum value of 35% of advertised tender value of the work in the last three financial years

and current financial year. Certificate from Private individual for whom such work are executed/

being executed should not be accepted.

.

Following works will be treated as of similar nature:-

“Any Civil Engineering works involving construction/modification/repair and maintenance of building/structure involving general construction activities viz concreting, masonry etc.”

Note: -

Similar work has been carried out as a part larger work, the same should be specifically stated in

the credentials and its costs be advised separately

(iii) The tenderer(s) shall submit the documentary proof in support of eligibility criteria

mentioned above along with the tender form. Certificate issued by individual in his personal capacity shall not be accepted.

7) The tenderer who has awarded the work will require submitting Performance Guarantee

amounting to 5% of contract value.

8) Tender forms are not transferable.

9) The validity of offer for a period of 90 (Ninety) days from the date of opening of Tender.

10) In addition to above, all other terms & condition of the tender can be seen in tender document

posted on website. (www.rdso.indianrailways.gov.in).

Tender Notice No. WKS/1167/TEN

Date: 07.11.2012

Page 5: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 5 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

FIRST SHEET

Name of work:- Civil Work in connection with repair/renovation and improvement work of Traction

Installation Lab,ED Lab and, Traction Installation Directorate etc in Annexe-II and adjacent area in

RDSO Campus under Town Engineer/RDSO.

To,

The President of India,

Acting through the Town Engineer

RDSO, Manak Nagar,

Lucknow

I/We_________________________________have read the various conditions to tender

attached hereto and hereby agree to abide by the said conditions. I/We also agree to keep this tender

open for acceptance for a period of 90 days from the date fixed for opening the same and in default

thereof, I/we will be liable for forfeiture of my/our "Earnest Money". I/we offer to do the work for

Town Engineer/Director (Civil), RDSO, Manak Nagar, Lucknow at the rates quoted in the attached

schedule and hereby bind myself/ourselves to complete the work in all respect within 9 (nine)

months including monsoon from the date of issue of letter of acceptance of the tender.

(2) I/we also hereby agree to abide by the General Conditions of Contract 1999 and to carry out

the work according to the Special Conditions of Contract and specifications of materials and works

laid down by the Railway in the annexed Special Conditions/Specifications and Indian Rly. Unified

standard specifications 2010 (Vol. I & II).

(3) A sum of Rs. 2,00,760.00 (Two lakh seven hundred sixty only) is herewith forwarded

as Earnest Money. The full value of the Earnest money shall stand forfeited without prejudice to any

other right or remedies if: -

(a) I/we do not execute the contract documents within seven days after receipt of notice issued by

the Railway that such documents are ready and

OR

(b) I/we do not commence the work within fifteen days after receipt of orders to that effect.

(4) Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a

binding contract between us subject to modification as may be mutually agreed to between us

and indicated in the letter of acceptance of my/our offer for this work.

Signature of Witness: - ----------------------------

(1) --------------------------------------- Signature of Tenderer(s)

(2) --------------------------------------- Date -----------------------

Address of the Tenderer(s)

Page 6: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 6 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

TENDER FORM (SECOND SHEET) Name of work:- Civil Work in connection with repair/renovation and improvement work of Traction

Installation Lab,ED Lab and, Traction Installation Directorate etc in Annexe-II and adjacent area in RDSO Campus under Town Engineer/RDSO.

Instructions to Tenderer and Conditions of Tender:

Tender must be enclosed in a sealed cover superscripted as Tender No. WKS/1167/TEN and must be

sent by registered post to the address of the Town Engineer, RDSO, Manak Nagar, Lucknow –

226011, so as to reach the office not later than 14.30 hrs. on 10.12.2012 or deposited in the special box

allotted for the purpose in the office of Town Engineer, RDSO, Manak Nagar, Lucknow – 226011.

The tender box will be sealed at 14.30 hrs. on 10.12.2012 . The tender will be opened on 15.00 hrs. in

the presence of tenderer(s) or their authorized representatives on 10.12.2012 at same place. The

tender papers will not be sold after 11.00 hrs. on 10.12.2012.

1.1 The following documents form part of tender/contract:

a) Tender form - First sheet and second sheet.

b) Special Conditions/Specifications (Technical & Non-Technical).

c) Schedule of approximate quantities (attached).

d) General Conditions of Contract (G.C.C.) 1999 with all amendments.

e) Indian Rly. Unified standard specifications 2010 (Vol.I& II).

f) All general and detailed drawings pertaining to this work, which will be issued by the Engineer

or his representative (from time to time) with all changes and Modifications.

2.0 CONDITIONS OF CONTRACT AND SPECIFICATIONS; Except where specifically stated otherwise in the tender documents the work is to be carried in accordance with (i) Northern Railway General Conditions of contract and regulations and instructions to tenderer/s and standard form of contract 1999 amended from time to time & upto date (ii) Northern Railway Unified Standard Schedule of Rates ( Works & Material) 2010 amended from time to time & upto date and (iii) Indian Railway Unified standard Specifications (Works and material) -2010 Volume-I & II. Copies of all these publications can be obtained from Baroda House, Norther Railway (HQ), New Delhi on payment.

3.0 SYSTEM OF TENDERING Tender will consist of one packet and to be submitted in sealed cover at the time of submitting

tender. Envelops should be super scribed as under:-

‘Civil Work in connection with repair/renovation and improvement work of Traction

Installation Lab,ED Lab and, Traction Installation Directorate etc in Annexe-II and adjacent area in RDSO Campus under Town Engineer/RDSO.’

3.1 As far as possible the tenderer(s) bid should not have any condition or specification or

assumption contrary to the provisions in these tender documents on which the tenderer(s) bid is

based, Tenderer(s) own special conditions, not in conformity with the tender specifications, are

required to be listed separately & shall be supplemented by the details of exact financial

implications if applicable. Railway will not take cognizance of any other conditions/variations

from the drawings etc. except under the format specified in the tender documents for such special

conditions if any. It needs to be emphasized that only such conditions/stipulations which are at

variance with the tender conditions codal provision stipulate in the tender documents need be

mentioned, in case tenderer(s) choice to stipulated such special condition taking into account the

restrictions mentioned elsewhere in the tender document. Only such of the special

conditions/specifications stipulated by tenderer(s) which have been specifically approved by the

Railways in writing shall be deemed to have been accepted by the Railways. The tenderer(s)

conditions/stipulations/codal are at variance with the tender conditions/codal provisions shall be

withdrawn by the tenderer(s).

Page 7: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 7 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

3.2 The list of documents to be attached by the tenderer(s) for this tender, duly sealed should consist of:-

(i) Earnest Money in proper form.

(ii) Key personal matrix of staff of the firm, details of infrastructures facilities.

(iii) Partnership deed if any.

(iv) Complete tender documents duly stamped & signed by the tenderer(s).

(v) Authentic documents in support of his/their credentials. (vi) Details of plants and machinery.

(vii) Permanent Account Number (PAN) issued by income tax department.

(viii) Demand draft/Pay order /Bankers cheque towards the cost of tender document in case tender documents are down loaded from website of RDSO.

3.3 If the tenderer(s) fails to submit the authenticated documents in support of his/their credentials as

specified in tender documents, his/their tender will liable to be rejected summarily. 3.4 Tender form is not transferable.

4. ELIGIBILITY CRITERIA:

Tender being composite tender, only those firms/contractors who satisfy the following criteria should submit their offer for this work:

(ii) Turnover:

Tenderer(s) should have received total contractual amount against satisfactory execution/works in

progress of all type of works for a minimum of 150% of advertised tender value of work during the last three financial year and in current financial year, as per payment certificate from the tenderer duly

issued by the officer of concerned Department or as per Audited balance sheet duly certified by

Chartered Accountant.

(iii) Experience in similar nature of work:-

The tenderer (s) should have successfully completed at least one similar nature of single work for a

minimum value of 35% of advertised tender value of the work in the last three financial years and in

current financial year.

Following works will be treated as of similar nature:-

“Any Civil Engineering works involving construction/modification/repair and maintenance of

building/structure involving general construction activities viz concreting, masonry etc.”

Similar nature of work physically completed within the qualifying period, i.e. last three financial years and current financial year (even though the work might have commenced before the qualifying

period) should only be considered in evaluating the eligibility criteria.

The total value of similar nature of work completed during the qualifying period and not the payment received within qualifying alone, should be considered. In case, the final bill of similar nature of work has

not been passed and final measurements have not been recorded, the total the total paid amount including

statutory deductions is to be considered. If final measurements have been recorded and work has been completed with negative, then also the paid amount including statutory deductions is to be considered.

However, if final measurements have been recorded and work has been completed with positive

variation but variation has not been sanctioned, original agreement value or last sanctioned agreement

value whichever is lower should be considered for judging eligibility. In case of composite works involving combination of different works, even separate completed

works of required value should be considered while evaluating the eligibility criteria.

The tenderer(s) shall submit the documentary proof in support of eligibility criteria mentioned above alongwith the tender form. Certificate from private individuals for whom such works are

executed/being executed shall not be accepted.

Page 8: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 8 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

5. Inspection of Site before Tendering, etc.

5.1 The tenderer/s is/are advised to visit the site of work and investigate actual conditions regarding nature and

conditions of soil, difficulties involved due to inadequate stacking space, due to built up area around the

site, availability of materials water and labour pr obable sites for labour camps, stores, godowns, etc. They should also satisfy themselves as to the sources of supply and adequacy for their respective

purpose of different materials referred in the specifications and indicated in the drawings. The extent of

lead and lift involved in the execution of works and any difficulties involved in the execution of work should also be examined before formulating the rates for complete items of works described in the

schedule.No claim shall be entertained for the contractor(s) making his/their own arrangements for

approaches/ approach road from outside railway land and contractor(s) will bear entire expenses such as road taxes, payment for right of way, etc. to outsiders and for Construction of approaches/approach

roads, etc.

6. DRAWING FOR WORKS:

6.1 The drawings for the works can be seen in the office of the Town Engineer, RDSO, Manak Nagar,

Lucknow. It should be noted by tenderer/s that these drawings are meant for general guidance only and the railway may suitably modify them during the execution of the work according to the circumstances

without making the Railway liable for any claims on account of such changes.

6.1 The Railway Administration reserves the right to modify the plans and drawings as referred to in the special data and specifications as also the estimate and specifications without assigning any reasons as

and when considered necessary by the railway.

6.2 It should be specifically noted that some of the detailed drawings may not have been finalized by the

Railway and will, therefore, be supplied to the contractor as and when they are finalized on demand. No compensation whatsoever on this account shall be payable by the Railway Administration.

6.3 No claim whatsoever will be entertained by the Railway on account of any delay or hold up of the

work/s arising out delay in approval of drawings, changes, modifications, alterations additions, omission and the site layout plans or details drawings and design and or late supply of such material as

are required to be arranged by the Railway or due to any other factor on Railway Accounts.

7. Earnest Money and Security Deposit:

7.1 The tenderer(s) is/are required to deposit a sum of Rs. 2,00,760.00 (Two lakh seven hundred sixty only) as earnest money for due performance of stipulation to keep the offer open for the period

specified below.

7.2 The tenderer shall hold the offer open for a period of 90 (Ninety) days from the date fixed for opening the same. It is understood that the tender documents have been sold/issued to the tenderer and the

tenderer is being permitted to tender in consideration of the stipulation on his/their part that after

submitting his/their tender he will not resale from his offer or modify the terms and conditions thereof in a manner not acceptable to the Town Engineer, RDSO, Manak Nagar, Lucknow–226011. Should the

tenderer fail to observe or comply with the foregoing stipulation, the aforesaid earnest money shall be

forfeited to the Railway. 7.3 In case the tenderer(s) withdraws his offer within the validity date of his/their offer or fails to undertake

the contract after acceptance of his/their tender, the full earnest money shall be forfeited.

7.4 The earnest money should be in cash or in the form of Deposit Receipt, pay orders or demand drafts

executed by State Bank of India or any of the nationalized banks or by a scheduled Bank. 7.5 Guarantee bonds, Government securities (stock) certificates, bearer bonds, promissory notes, cash

certificates and cash deposited with DPM or stations etc., will not be accepted. NOTE: (1) Deposit receipts, pay orders and demand drafts should be drawn in favour of Executive Director

Finance, RDSO, Lucknow. (2) If the name of the directors/company is added thereafter, the tenderer(s) is/are required to paste &

sign Rs.1.0 (one) Revenue stamps on backside of the deposit receipt.

(3) The facility of lump-sump earnest money will not be accepted from the registered contractors of

any railway and they are required to deposit earnest money alongwith their offer.

Page 9: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 9 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

8. Tenders containing erasures, overwriting and/or alterations of the tender documents are liable to be

rejected. Any correction made by the Tenderer(s) in his/their entries must be attested.

9. If a tenderer(s) deliberately gives/give wrong information in his/their tender, or creates/create

circumstances for the acceptance of his/their tender, the railway reserves the right to reject such tender

at any stage.

10. If a tenderer expires after the submission of his tender or after the acceptance of his tender, the railway

shall deem such tender as cancelled. If a partner of a firm expires after the submission of their tender or

after the acceptance of their tender, the railway shall deem such tender as cancelled unless the firm

retains its character.

11. Security Deposit, Validity of Tender: 11.1 The tenderer must be accompanied with earnest money in any of the forms mentioned in the tender

failing which the tender will be summarily rejected. 11.2 If the tender is accepted, the amount of earnest money will be held as security deposit for the due and

faithful fulfillment of the contract. The earnest money of the unsuccessful tenderer(s) will, save as

herein before provided, be returned to the unsuccessful tenderer/s but the railway shall not be responsible for any loss or depreciation that may happen to the security for the due performance of the

stipulation to keep the offer open for the period specified in the tender documents or to the earnest

money while in railway's possession not be liable to pay interest thereon.

12. SECURITY DEPOSIT & PERFORMANCE GUARANTEE: Unless otherwise specified in the special conditions, if any, the Security Deposit/rate of recovery/mode

of recovery shall be as under:-

i. Security Deposit for each work should be 5% of the contract value.

ii. The rate of recovery should be at the rate of 10% of the bill amount till the full Security Deposit is

recovered.

iii. Security Deposit recovered only from the running bills of the contract and no other mode of

collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards

Security Deposit.

iv. The security deposit shall be forfeited whenever the contract is rescinded. The Security Deposit unless

forfeited in whole or in part according to the terms and conditions shall be released to the contractor only after the expiry of the maintenance period and after passing the final bill based on ‘no claim

certificate’. Thus before releasing the SD, an unconditional and unequivocal no claim certificate form

the contractor concerned should be obtained. The competent authority should issue the certificate regarding the expiry of the maintenance period and passing of the final bill based on ‘no claim

certificate’.

Note:- I. After the work is physically completed, security deposit recovered from the running bills of a contractor

can be returned to him if he so desires, in lieu of FDR for equivalent amount to be submitted by him.

II. In case of contracts of value Rs.50 Crore and above, irrevocable Bank Guarantee can also be accepted

as a mode of obtaining security deposit. III. No. interest will be payable.

13. Introduction of Performance Guarantee: (as per GCC para 16(4) with latest amendment).

The procedure for obtaining performance guarantee is outlined below:-

(a) The successful bidder should give a Performance Guarantee (PG) amounting to 5% of the contract value in any of the following forms:

(i) A deposit of cash (ii) Irrevocable Bank Guarantee (iii)Government Securities at 5 percent below the

market value (iv) Deposit receipts, Pay Orders, Demand Drafts and Guarantee bonds either of the State

Bank of India or of any of the nationalized Banks (v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks (vi) A Deposit in the Post Office Saving Bank (vii) A Deposit in the

National Savings Certificates (viii) Twelve years National Defence Certificate (ix) Ten years Defence

Page 10: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 10 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

Deposits (x) National Defence Bonds and (xi) Unit Trust Certificates at 5% below market value or at the face value whichever is less. Also, FDR in favour of Exe.Director Finance,RDSO at Lucknow (free

from any encumbrance) may be accepted.

(b) The procedure for obtaining Performance Guarantee is outlined below :

The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30

(thirty) days and upto 60 days from the date of issue of LOA may be given by the Authority who is

competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days] i.e. from 31

st day after the date of issue of LOA. In case the

contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the

contract shall be terminated duly forfeiting EMD and other dues, if any payable payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.

(c) The Performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance

(LOA) has been issued, but before sigining of the contract agreement. This PG shall be initially valid

upto the stipulated date of completion plus 60 days beyond that. In case, the time or completion of work gets extended, the contractor shall get the validity of Performance Guarantee extended to cover such

extended time for completion of work plus 60 days.

(d) The Performance Guarantee (PG) shall be released after the physical completion of the work based on the “Completion Certificate” issued by the competent authority stating that the contractor has

completed the work in all respects satisfactorily. The security deposit, however, shall be released only

after the expiry of the maintenance period and after passing the final bill based on “No claim

Certificate” form the contractor. (e) Whenever the contract is rescinded, the security deposit shall be forfeited and the Performance

Guarantee shall be encashed and the balance work shall be got done independently without risk and cost

of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work.

(f) The Engineer shall not make a claim under the Performance Guarantee except for amounts to which the

President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of:

(i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein

above, in which event the Engineer may claim the full amount of the Performance Guarantee.

(ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses/Conditions of the agreement, within 30 days of the service of

notice to this effect by Engineer.

(iii) The contract being determined or rescinded under provision of the GCC the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

(g) Partnership Deeds, Power of Attorney, etc. The tender shall clearly specify whether the tender is submitted on his own behalf or on behalf of

partnership concern. If the tender is submitted on behalf of partnership concern he should submit the

certified copy of partnership deed along with the tender and authorization to sign the tender documents

on behalf of partnership concern. If these documents are not enclosed along with tender documents, the

tender will be treated as having been submitted by individual signing the tender documents. The railway

will not be bound by any Power of Attorney granted by the tendered or by changes in the composition of the firm made subsequent to the execution of the contract. It may however recognize such power of

attorney and changes after obtaining proper legal advice.

(h) Rights of Railway to deal with Tenders: The authority for the acceptance of the tender will rest with the Railway which does not bind itself to

accept the lowest or any other tender nor does the Railway undertake to assign reason for declining to

consider or reject any particular tender or tenders.

(i) Execution of Contract Documents:

Page 11: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 11 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

The successful tenderer(s) shall be required to execute an agreement with the Railway for carr-ying out the work according to General Conditions of Contract, Special Conditions/ Specifications annexed to

this tender, and specification for work and materials as laid down in the "Indian Rly. Unified standard

specifications 2010 (Vol.I& II)" amended with correction slips as mentioned earlier.

(j) JV/Partnership firms: This applicable with GCC with latest amendment.

14 ACCEPTANCE OF TENDER: 14.1 “IF THE TENDERER/S DELIBERATELY GIVES A WRONG INFORMATION/WHOSE

CREDENTIALS/DOCUMENTS IN HIS/THEIR TENDERS AND THEREBY CREATE (S)

CIRCUMSTANCES FOR ACCEPTANCE OF HIS/THEIR TENDER, RAILWAY RESERVES THE

RIGHT TO REJECT SUCH TENDER AT ANY STAGE, BESIDES, SHALL SUSPEND THE BUSINESS FOR ONE YEAR”.

14.2 The authority for acceptance of tender rests with Exe.Director(Works)/Director(Civil)/ Town Engineer,

as the case may be who does not undertake to assign reasons for declining to consider any particular

tender or tenders. He also reserves the right to accept the tender in whole or in part or to divide the tender amongst more than one tender if deemed necessary.

14.3 The successful tenderer/s shall be required to execute an agreement with the President of India acting

through the Exe.Director (Works) /Director (Civil)/Town Engineer, for carrying out of the work as per agreed conditions.

14.4 The tenderer/s shall not increase his/their rate in case the Railway Administration negotiates for

reduction of rates. Such negotiations shall not amount to cancellation or withdrawals of the original offer and rates originally quoted will be binding on the tenderer/s.

14.5 The tenderer/s shall submit an analysis of rates called upon to do so.

14.6 The tenderer(s) whose tender is accepted will be required to appear at the office of the Town Engineer,

RDSO, Manak Nagar, Lucknow – 226011 in person or in case of firm or corporation a duly authorized representative shall appear to execute the contract documents within 7 days after notice that the contract

has been awarded to him and contract documents are ready for signature. Failure to do so shall

constitute a breach of the agreement effected by the acceptance of the tender in which case the full

value of the earnest money accompanying the tender shall stand forfeited without prejudice to

any other right or remedies.

15. Sales Tax/Commercial Tax

State Govt. /local bodies, Sales Tax/Commercial Tax at the rate prescribed by the Govt. of State for works contract/construction contracts will be recovered from the bills from time to time for works

carried out in the State Govt. /local bodies.

16. Employment Partnership, etc. of Retired Railway Employees 16.1 Should a tenderer be retired engineer of the Gazetted rank or any other Gazetted officer working before

his retirement, whether in the executive or administrative capacity, or whether holding a pensionable

post or not, in the Engineering Department of any of the Railways owned and administered by the President of India for the time being, or should a tenderer being partnership firm have as one of its

partners a retired engineer or retired Gazetted officer as aforesaid, or should a tenderer being as

incorporated company have any such retired engineer or retired Officer as one of its Directors, or should

a tenderer have in his employment any retired engineer or retired Gazetted officer as aforesaid, the full

information as to the date of retirement of such engineer or Gazetted officer from the said service and in case when such engineer or officer has not retired from government service at least 2 years prior to the

date of submission of the tender as to whether permission for taking such contract or if the contractor be

a partnership firm or an incorporated company to become a partner or Director as the case may be or to take employment under the contractor, has been obtained by the tenderer or the engineer or officer as

the case may be from the President of India or any officer, duly authorized by him in this behalf, shall

be clearly stated in writing at the time of submitting the tender. Tenders without the information above

Page 12: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 12 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

referred to or a statement to the effect that no such retired engineer or retired Gazetted officer is so associated with the tenderer, as the case may be, shall be rejected.

16.2 Should a tenderer or contractor on the list of approved contractors have a relative or relatives, or in the

case of firm or company of contractors one or more of his shareholders or a relative or relatives of the

shareholders, employed in Gazetted capacity in the Engineering Department of the RDSO, the authority inviting tenders shall be informed of the fact at the time of submission of tender, failing which the

tender may be disqualified or if such fact subsequently comes to light, the contract may be rescinded in

accordance with the provisions in clause 62 of the General Conditions of Contract. 16.3 The tenderer whether a sole proprietor, a limited company or a partnership firm if they want to act

through agent or individual partner/ partners should submit along with the tender or at a later stage, a

power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner/ partners of the firm or any other person specifically

authorizing him/them to submit the tender, sign the agreements, receive money, witness measurements,

sign measurement books, compromise, settle, relinquish any claim or claims preferred by the firm and

sign ‘No claim Certificate’ and refer all or any disputes to arbitration.

17. Tender documents are not transferable I/We have specially noted clause 16 of conditions of tender and declare that I/we have no relative

employed in the Gazetted or non-Gazetted capacity in the RDSO.

Page 13: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 13 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

Name of work:- Civil Work in connection with repair/renovation and improvement work of Traction

Installation Lab,ED Lab and, Traction Installation Directorate etc in Annexe-II and

adjacent area in RDSO Campus under Town Engineer/RDSO.

SPECIAL CONDITIONS/SPECIFICATIONS OF CONTRACT (PART-I)

NON-TECHNICAL

GENERAL 1. These special conditions and the work schedule shall govern the works to be executed under this contract

in addition to and/or in part suppression of the General Conditions of Contract and Standard Specifications as laid down in the Indian Rly. Unified standard specifications 2010 (Vol.I& II) as amended by correction slips on or before the opening of tender.

2 Where there is any conflict between these Special Conditions of Contract on one hand and Standard specifications and General Conditions of Contract on the other hand, the former shall prevail.

3 Any special condition stated by the tenderer(s) in the covering letter submitted along with the tender shall be deemed as part of contract to such extent only as have explicitly been accepted by the Railway.

4. The Railway shall not be responsible for any loss or damage to contractor’s men, material, equipment, tools and plants etc. due to any cause what so ever.

4.1 If any work (whether temporary or permanent) or materials, the value of which has been included in an on account bill is destroyed or damaged or has/have, for any other reasons, to be replaced or restored by

the contractor, the value of the work or other materials as destroyed may be recovered by the railway

administration from any payment due to the contractor or may be recovered at any time from the contractor as debit due to the contractor and no payment made by the Railway to the contractor after the

aforesaid amount becomes due and recoverable shall in any way prejudice Railway’s right for lawful

recovery.

4.2 The contractor shall arrange for effective technical supervision of the work and shall be represented by the authorized representative at the site of work during the currency of the contract. He will arrange to receive

all the correspondences at the site of work during execution of work.

GENERAL RESPONSIBILITY AND LIABILITY OF CONTRACTOR:

i. Latest edition of relevant Codes including upto date correction slips, on date of submission of

tender/negotiated rates shall govern. These Codes of Practice are available from the Manager,

Government of India publication Branch, Patiala House, New Delhi and Director, Indian Standards Institution, Manak Bhawan, Bahadur Shah Zafer Marg, New Delhi.

ii. Contractor must have one copy of each relevant code at site as applicable for ready reference of site

Engineer / other inspecting officials.

5. Cess Charges: For Contractor's labour employed/ residing at stations and in colonies where railway sanitary facilities exist, Contractor(s) will be required to pay Cess charges as per rules in force on the Railway from time to time.

6. Contractor's Responsibility to arrange Tools, Plants, Machinery etc. The Contractor should make his/their own arrangements for all plants and tools required for the successful completion of the work in time.

7. Materials supplied by Railway: The tenderer shall be responsible to see that the materials such as cement, steel etc., supplied by the Administration are utilised for the sole purpose for, which they have been issued to him, failing which, he is liable to be dealt according to law for any misuse of these commodities by himself, his agents or workmen etc.

7.1 If any extra quantity of Railway materials over and above that shown in the drawing or any extra quantity of cement or any other Railway materials over the standard scale have been issued to the contractors due to wastage. Workmanship or any other reason or if in the opinion of the Town Engineer, the Railway materials have not been accounted for by the contractor/s satisfactorily or have not been used on bonafide Railway works allotted to the contractor/s the cost of such Railway materials will be recovered from the contractor/s.

Page 14: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 14 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

7.2 The cement and/or steel Railway materials issued in excess of the requirement/s as above shall be returned at the place of issue, in perfectly good condition by the contractor/s to Railway immediately after completion or determination of the contract. If the contractor/s fails to return the said materials, the cost of cement and/or steel Railway materials issued in excess of the requirements as computed by the Railway according to the specifications and approved drawings, will be recovered from the contractor/s @ one and half the prevailing procurement cost at the time of the last issue or one and half the current price of the material after completion of the particular phase of the work, whichever is higher plus 7% freight, viz. 1.5 x (Purchase price or current price+7% freight, only). This will without prejudice to the right of the Railway to take action against the contractor/s under the conditions of the contract for not doing/completing the work according to the prescribed specifications and approved drawings.

8. Engagement of Qualified Engineers: The contractor shall employ the following minimum technical staff during the execution of the work:-

i) One graduate engineer when the cost of the work to be executed is Rs. 30 lacs and above. ii) One qualified Diploma holder (overseer) when the cost of the work to be executed is more than Rs. 10

lacs but less than 30 lacs. iii) Technical staff should be available at site whenever required by the Engineer In-charge of his authorized

representative to take instructions. In case, the contractor fails to employ the technical staff as aforesaid, he shall be liable to pay Rs. 15,000/- (Fifteen thousand) only for each month of the default or part thereof in case of graduate Engineer and Rs. 10,000/- (Ten thousand) only for each month of default or part of thereof in case of each diploma holder.

iv) The contractor shall be responsible to produce the relevant bio-data and Degree/Diploma cerficate of the staff employed by him for the scrutiny by the Railway and also furnish a photocopy of the record. Railway reserve the right to scrutinize the account bills of the contractor to ascertain as to whether the qualified staff has been actually employed by him and is paid for.

v) The decision of the Engineer-in-charge, whether the required technical staff was not employed by the contractors shall be final and binding upon the contractor.

9 Arbitration Clause In the event of any dispute or difference between the parties in connection with this work, arbitration clause No 63 & 64 of Northern Railway Engineering department general conditions of contract-1999,

regulations and instructions to tenderer/s and standard form of contract with replacement of work contract

by contractor Architects/Consultant shall be applicable.

10. SUPPLY OF ELECTRIC POWER:

10.1 The Contractor shall be responsible for the arrangements to obtain supply of electric power necessary for the work. He shall preferably arrange his own electric generating set, especially in view of erratic and

unreliable electric supply.

10.2 The Railway may make available electric power required for the work from the Railway’s existing power system, if spare, on terms and conditions to the determined by the Railway provided that the contractor

shall arrange at his own expenses to effect the connection, lay additional cables, provide switch gears and

do the wiring etc., at his own cost and the contractor shall not be entitle for any compensation for interruption or failure of the electricity. Consumption of electricity at site has to be borne by the

contractor at the rates specified by the railway.

10.3 The contractor shall abide by the Indian Electricity act and the Indian Electricity rules as amended from

time to time. 10.4 On request of contractor, Railway will forward the contractor’s application for getting electric supply to

local authorities.

11. LABOUR

11.1 The contractor/s will be held responsible for compliance with provision of various laws, acts and rules &

regulations related to contract labour even in respect of labour employed by his/their sub-contractor in the

execution of the works contracted byhim/them. 11.2 The contractor/s shall obtain labour license/registration certificate from the appropriate licensing

officer/labour enforcement authority of the area before commencement of the work and shall produce a

copy thereof along with the original to the Town Engineer, RDSO, Manak Nagar, Lucknow to start the work.

Page 15: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 15 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

11.3 In any case, in which by virtue of provisions of contract labour (regulation and abolition) Act. 1970, the

railway is obliged to provide amenities and/or pay wages to labour employed by the contractor directly or

through petty contractor/s or sub-contractor/s under this contract then the contractor shall indemnify the

railway fully and the railway shall be entitled to recover from the contractor the expenditure incurred on providing the said amenities and wages so paid by deducting it from the security deposit or from any sum

due to the contractor from the Railway provided that if any dispute arises as to the expenditure incurred

by the Railway on provisions of the said amenities, the decision of the Engineer-in-charge shall be final and binding on the contractor.

11.4 The railway will not take any responsibility or make arrangements for supply of food stuff to the

contractor’s staff or his/their labourers. 11.5 The contractor/s shall make his/their own arrangements at his/their own cost for supply of water to

his/their staff and labour and the Railways undertake no responsibilities for such supply of water to the

contractor’s staff or labourers.

11.6 The contractor/s shall take all precautionary measures in order to ensure protection of his own personnel moving about or working on the Railway premises & shall have to conform to the rules and regulations of

RDSO. If any unforeseen incident or injury happens to any of contractor’s personnel while working the

contractor shall be solely responsible for the same. 11.7 The Contractor/s shall maintain necessary records such as employment cards, service certificates etc to be

displayed on board in accordance with provisions of contractor labour act and contract labour rules.

12. FIRST AID

The contractor/s shall maintain in a readily accessible place First Aid appliances including adequate

supply of sterilized cotton wool. The appliances shall be placed under the charge of a responsible person

who shall be trained for the purpose and shall be readily available during working hours.

13. Water:

The contractor(s) shall make his/their own arrangements for potable and other water supply required for the execution of the work as well as for his labour. However, if water is supplied by the Railway, the contractor(s) will have to pay water charges as laid down in the General Conditions of Contract.

14. Variation in quantities during execution. (As per GCC para 42(4) with latest amendment) 14.1 Individual NS items in contract shall be operated with variation of plus or minus 25% and payment would

be made as per the agreement rate. For this, no finance concurrence would be required. 14.2 In case an increase in quantity of an individual item by more that 25% of the agreement quantity is

considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions:

14.3 Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S.A. Grade;

(i) Quantities operated is excess of 125% but upto 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender;

(ii) Quantities operated is excess of 140% but upto 150% of the agreement quantity of the concerned item, shall be paid at 96% of the rate awarded for that item in that particular tender;

(iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender.

14.4 The variation in quantities as per the above formula will apply only to the Individual items of the contract and not on the overall contract value.

14.5 Execution of quantities beyond 150% of the overall agreement value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of Executive Director/Finance/RDSO/Lucknow and approval of Director General.

Page 16: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 16 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

14.6 In case where decrease is involved during execution of contract: (a) The contract signing authority can decrease the items upto 25% of individual item without finance

concurrence. (b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of

an officer not less than rank of S.A. Grade may be taken, after obtaining ‘No Claim Certificate’ from the contractor and with finance concurrence, giving detailed reasons for each decrease in the quantities.

(c) It should be certified that the work proposed to be reduced will not be required in the same work. 14.7 The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other

items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value.

14.8 No such quantity variation limit shall apply for foundation items. 14.9 As far as SOR items are concerned, the limit of 25% would apply the value of SOR schedule as a whole

and not on individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).

14.10 The aspect of vitiation of tender with respect to variation quantities should be checked and avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained.

15. Variation limits are not applicable to foundation work. The actual quantities of work to be done against items of work pertaining to foundations may, however, be varied beyond the limit of 25% plus or minus laid down above for which variation also the contractor shall be entitled to no extra payment on account of any such excess or reduction in the quantities over those given in the contract schedule but will be paid at the accepted contract rate for the actual amount of work done in all the items of work done pertaining to foundations.

16. Errors, Omissions and Discrepancies The tenderer(s) shall not take any advantage of any misinterpretation of the conditions due to typing or any other error and if any in doubt shall bring it to the notice of the Engineer without delay. In case of any Contradiction, only the printed rules and books should be followed and no claim for the misinterpretation shall be entertained.

17. Deduction for Income Tax The Railway will deduct 2% of income tax on the gross amount and surcharge on income tax of each bill as prescribed by Government from time to time and such deduction of Income Tax shall be recovered

while making payment to the Contractor/s. The settlement of income tax should be made with the Income

Tax authorities.

18. Arrangements for Permits or License arrangements for permits and license for materials will not be made by the Railway or any assistance

given. The Contractor will have to make his own arrangements. No import license shall be arranged by the railway for this work.

19. Taxes and Royalties 19.1 All rates quoted in the tender shall be deemed to be inclusive of all taxes, royalties’ payable by the

Contractor(s) to the government or public body or local authority and no additional amount will be paid or

claim entertained on this account by the Railway.

19.2 All taxes such as Income tax, Sales tax and other taxes as prescribed by Central/State Govt. from time to

time shall be applicable. The Contractor shall be fully responsible for payments of all such taxes without any liability of Railway Administration deducting towards such taxes shall be made from the payments of

the contractor in accordance with rules in force from time to time.

20 Measurements in Metric Units Measurements and payment will be made in metric units. In the case of items regarding measurements,

the measurements will be rounded off to the second place of decimal for working out payment.

Page 17: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 17 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

21 Inspection Register and Records

The Contractor/s shall maintain accurate records, plans and charts showing the dates and progress of all

main operations and the Engineer and his authorized representative shall have access to this information at all reasonable times. Records of tests made shall be handed over to the Engineer’s representative after

carrying out the tests. The following registers will be maintains at site by the Contractor/s.

22. SITE ORDER REGISTER The Contractor/s shall maintain a site order register and promptly sign orders given therein by the

Engineer or his representative or his superior officers and comply with them. The Compliance shall be

reported by the Contractor/s to the Engineer in good time so that it can be checked. The contractor will also arrange to receive all the letters etc. issued to him at the site of works.

23. CEMENT REGISTER This register will be maintained to record daily consumption of the cement duly indicating the balance quantity. The quantum of the work done for the cement supplied/issued on a particular date will also be

maintained by contractor and signed daily by Engg. Supervisor & Contractor both.

24. LABOUR REGISTER. This register will be maintained by contractor to show daily strength of labour in different categories

employed by the Contractor/s & signed by Engg. Supervisor and contractor daily.

25. LOG BOOK OF EVENTS. All events are required to be chronologically logged in this book shift wise and date wise.

26. OPENING UP OF WORK OR MATERIALS FOR INSPECTION OR TEST:

Should the engineer or any representative consider it necessary for the purpose of enabling inspection of tests analysis to be made to verify or ascertain the quality of any part of the works or of any materials, the

contractor shall as and when required by the Engineer or his representatives open up the work or materials

for inspection or test or analysis, pull down or cut into any part of the work to make such openings, into under or through any part of the works as may be directed and shall/provide all things facilities which in

the opinion of the Engineer or his representative are necessary and essential for the purpose of inspection

or test or analysis of the works or of any part thereof or the materials, or of workmanship and the

contractor shall close up, cover, rebuild and made good the whole at his own cost, as and when directed by and to the satisfaction of Engineer provided always that of the work in the opinion of the Engineer is

found to his satisfaction and in accordance with the contract. The excess expenditure in such examination,

inspection or test shall, upon the certificate of the engineer, be borne by the Railways.

27. ROUTINE TESTS AND ADDITIONAL TESTS

Routine tests on various materials shall be carried out as per the “IR Unified Standards Specifications for

works & materials” or the relevant IS Codes. In addition to the tests required under clauses thereof, the Engineer or his representative may order tests to be carried out by an independent person appointed by

him at such place or in such laboratory as he may determine in accordance with the appropriate clauses of

relevant Standard Specifications and the cost of such tests shall be borne by the contractor.

28.0 INSPECTION OF MATERIALS 28.1 Whenever the Engineer or his representative gives notice to the contractor that materials are to be

inspected at the site, the contractor shall having regard to the inspection, test or examination required, give

to the Engineer or his representative sufficient notice of such materials being ready for inspection. 28.2 Delay to works arising from the late submission of such notice will not be acceptable as reason for delay

in the completion of the works.

29.0 REJECTION OF MATERIALS 29.1 Factory made material shall have to be tested before leaving the manufacturer’s premises. However,

appropriate materials may also be tested on the site and they may be rejected if found not suitable or not in accordance with the specifications, notwithstanding the result of tests at manufacturer’s works or elsewhere or test certificate.

Page 18: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 18 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

29.2 The Engineer or his representative shall have the right to order, at any time, that any construction

materials which do not meet with his approval shall not be used in the works. Such rejected materials shall

be removed from the site by the contractor at his own expenses, not withstanding any prior approval

which might have been given earlier. Once a particular material is rejected by Engineer, an entry to that effect should be made in material passing register.

29.3 The instructions to the contractor to remove the rejected material within reasonable time as given by the

Engineer should be complied by the contractor/s at his own cost. 29.4 In case of default on the part of the contractor in removing rejected materials within the time specified in

notice, the Engineer shall be at liberty to have them removed by other means at the cost of the contractor.

In addition, a penalty of upto 50,000/- per case for above default may also be levied on contractor. 30. MISCELLANEOUS

The railway shall not be responsible for any loss or damage to the contractor/s men, materials, equipment,

tools and plants etc. from any cause whatsoever. No claim for idle labour, idle machinery and plant etc.,

on any account will be entertained. Similarly, no claim shall be entertained for business loss or any such loss.

31. SAFETY PRECAUTIONS

31.1 The Contractor/s shall at all times adopt such safe methods of work as will ensure safety of structure, equipment and labour. If at any time the Railway finds the safety arrangements unsafe, the contractor/s

shall take immediate corrective action as directed by the Railway's in the matter shall in no way absolve

the contractor/s of his/their sole responsibility to adopt safe working method.

31.2 The Contractor(s) shall design and execute temporary works such as formwork and supports, so as to ensure absolute safety of contractor(s) personnel as well as Railway staff and personnel engaged on the

work. The Contractor(s) should indemnify the Railway against damages and injury to workmen. Railway

reserves the right to enforce safety regulations on the contractor(s) and recover any cost, which may be incurred for the purpose.

31.3 The contractor(s) should take all precautions for safety of his/ their labour, vehicles working at site while

crossing the State Highway/Railway track and ensure no interference with smooth movement or road/rail traffic.

32. COMPLETION PERIOD 32.1 The Contractor(s) shall have to complete the work in all respects within a period of 9 (nine) months

(including monsoon) from the date issue of acceptance of the tender. 32.2 The Contractor(s) will have to employ labour in full strength commensurate with working areas available.

He will also arrange for materials and equipments to complete the job most expeditiously within the

stipulated completion period. The Engineer's decision as to what is full strength will be final. He should also submit bar-chart for completing the work in time.

32.3 The contractor/s will be required to maintain speedy and required progress to the satisfactions of the

Engineer to ensure that the work will be completed in all respects within the stipulated period failing which action may be taken by the Railway Administration in terms of Clause 17 and/or clause 62 of the

General Conditions of Contract, 1999.

33. MAINTENANCE PERIOD The tenderer(s) shall be required to maintain the work effectively for a period of twelve months from the date of completion as per Clause No.47 of the General Conditions of Contract 1999 and no part refund of

Security Deposit shall be permitted during the maintenance period mentioned above.

34. CLEARANCE OF SITE The contractor after completion of the work shall clear the site of work and tidy up the area and remove

left over materials, debris etc. In case the contractor fails to do so, the same will be removed at the cost of

the contractor by the Engineer's representative. Rates shall be inclusive of the work of clearing site tidying etc. after completion of the work.

35. In case the overall value of the tender by public sector undertaking of the state of Central Government

is higher than the value of lowest tender up to 10% the Railway reserves the rights to give preference to such public sector undertaking ignoring the lower tenderer(s).

Page 19: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 19 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

Name of work: - Civil Work in connection with repair/renovation and improvement work of Traction

Installation Lab,ED Lab and, Traction Installation Directorate etc in Annexe-II and

adjacent area in RDSO Campus under Town Engineer/RDSO.

SPECIAL CONDITIONS /SPECIFICATIONS OF CONTRACT (PART-II) (TECHNICAL)

Scope of Work: - The work mainly includes ie renonation of chambers,Library & committee room etc by

providing false ceiling,Aluminium glazed window/partition and vitrified floor Tiles and other ancillary work

including repair to roof by STP in different Labs in RDSO.

1. List of IS codes/B.S/SP/MOST IRC/DIN/ASTMEASME/ASTM standard to be followed during execution of work.

A General IS: 456-1984 Second Revision

I.S.Code of Practice for plain and Reinforced concreted for General Building Construction

IS: 650 Specification for standard sand for testing cement

IS: 8112 Specification of 43 grade ordinary Portland cement. IS: 1489(Pt. I &II) Specification of Puzzolana Portland cement

IS: 460 (Part I to III) Specification for Test Sieves. IS: 516 Methods of test for strength of concrete

IS:1199 Methods of sampling & analysis of concrete.

IS:1200 Method of measurement of building and civil engineering IS:1607 Method of Test Sieving

IS:2386 Parts I – Viii. Methods of tests for aggregates for concrete. IS:2430 Method of sampling of Aggregates of concrete

IS:2571 Code of practice for laying in situ cement concrete flooring

IS: 3035 Methods of sampling and test (Physical and chemical) for water & waste water. IS:4990 Specifications for plywood for concrete shuttering work

IS: 4082 Recommendation of stacking and Storage of construction materials. IS:5513 Specification for vicat's apparatus.

IS:5514 Specification for apparatus used in Le-Chaterlier test.

IS:5515 Specification for compaction factor apparatus. IS: 7320 Specification for concrete slump test apparatus.

IS:7325 Specification for apparatus to determine constituents of fresh concrete. BS:4873 Specification for Aluminum ally Windows

IS:109 Ready mixed paints, brushing, priming, plaster, to Indian standard Colour No. 361 and 631 white and off white.

IS:2502 Code of Practice for bending and fixing of bars for concrete reinforcement.

IS:383 Coarse and fine aggregates from natural sources for concrete. IS:2750 Specification for steel scaffoldings

IS:3696(Paret1) Safety Code of scaffolds and ladders: Scaffolds

IS:3696 (Part2) Safety code of Scaffolds and ladders: Ladders IS:4014(Part2) Code of practice for steel tubular scaffolding: Safety regulations for scaffolding.

IS:1130 Specification for marble (blocks, slabs and tiles.) IS:14223(Part1) Polished building stones: Granite

IS-875-1954 I.S.Code of Practice for structural safety of Building Loading Standard. Revised

I.S.1905-1969 Code of practice for Structural Safety of Building Masonry walls I.S.1904-6 Code of practice for Structural safety of Building foundations.

IS-2527-1918 Code of practice for fixing main gutters and down pipe for roof drainage IS-1258-196 Code of Building By-laws.

IS-1742-1972 Code of practice for building drawings.

IS-1742-1972 Code of practice for General Design and preparatory work for damp proofing water proofing of buildings.

IS-2548-1966 Code of Practice for Glazing in buildings.

All works are to be executed as per approved drawings and IS codes for the work with the revision from time to time.

1.1 Work to be carried out as per Indian Rly. Unified standard specifications 2010 (Vol.I& II) and Indian Railway Works manual (IRWM) code with latest correction slip. (Up to date of opening of tender).

Page 20: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 20 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

1.2 Any additional information required by the tenderers may be obtained from the office of the Town Engineer, RDSO, Lucknow during office hours on any working day by appointment.

2. Plain/ Reinforced Cement Concrete work: 2.1 The ISI Code of practice for the structural use of reinforced concrete in building shall form part of these

additional specifications and this code and the standard practice in reinforced concrete construction that has evolved by the adoption of this code will be followed.

2.2 Fine and Coarse aggregate: Fine and Coarse aggregate for all types of concrete shall conform to Indian Rly. Unified standard specifications 2010 (Vol.I& II).

3.3 The mention of source by the RDSO administration does not however absolve the contractors of his/their liability to ensure that the coarse sand, stone chips and ballast as may be required for the work are strictly in accordance with standard Specification from these materials the contractor may arrange the material from any other source by obtaining prior permission of the Engineer provided the material are according to the Standard Specifications.

3. Form Work and shuttering: 3.1 From work, centering and shuttering shall conform to Indian Rly. Unified standard specifications 2010

(Vol.I& II). For exposed concrete surface shuttering shall preferably be of steel plate/plywood. It should be sufficiently strong and rigid to resist force by vibration and incidental loads associate with it.

3.2 For easing and removal of centering shall be supported by double edges in order to facilitate removal of the shuttering without jarring. Centering shuttering shall be carefully eased in order to prevent the load being instantly transferred to concrete the period that shall elapse after the last pour of concrete, shall be as per Indian Rly. Unified standard specifications 2010 (Vol.I& II) or as fixed by the Engineer-in-charge.

3.3 If at any stage of the work during or after pouring the concrete in the structure the work is found defective such concrete shall be removed and work done with fresh concrete and adequate rigid forms at the cost of the contractor. The contractor shall also be able to pay for the cement used in cement concrete thus dismantled.

3.4 Provision shall be made in the shuttering for inserting fan hook, clamps, provision of conduit etc. for concealed wiring and providing architectural, functional grooves, if any, at the junction of slabs, with beams of walls or columns wherever required for architectural consideration, concealed sanitary and water supply pipes and fittings etc. as are required to be built in connection with the provision of various services in the building for service or architectural reasons. It may also be necessary to make holes in the shuttering of RCC Columns for projecting bars. The tendered rates shall include the cost of providing above mentioned services, grooves etc. and to extra payment shall be made to the contractor for making these provisions. No any deduction shall be made on account of any saving in RCC work due to these.

3.5 The form work for the RCC chajjas will be so made that the drip course (including the patti and the drip) in cast with the chajjas, No extra payment shall be made for this drip course.

4. Reinforcement: 4.1 Reinforcement may be either MS round Tor steel (Cold twisted deformed bars) or TMT bars as decided

by the Engineer as per approved drawings no extra payment shall be made in case of Tor steel is used in lieu of mild steel or vice versa and payment shall be made under item 1216 or USSOR-2010.

4.2 It shall be the responsibility of the contractor to clean the reinforcement bars with gunny bags, if they are coated with light rust or impurities and nothing extra shall be paid for the same.

4.3 The rate of reinforced cement concrete includes straightening and uncoiling of rolls of reinforcement. No extra payment for straightening and/or uncoiling of reinforcement of rolls shall be payable by the RDSO Administration.

5. Concreting: 5.1 The concrete shall be mixed properly in approved Mechanical Mixers as per Indian Rly. Unified standard

specifications 2010 (Vol.I & II) Proper consistency shall be determined by the Engineer-in-charge by “Slump Test” which shall be carried out by the contractor/s cost of moulds, labours, tools and plants etc. shall be borne by the contractor/s. The concreting shall commence only after the Engineer-in-charge has inspected the shuttering and placement of reinforcement and has passed the same.

5.2 The concrete shall be compacted immediately after placing by means of Mechanical Vibrators of suitable

designed for continuous operation. The concrete should be cured by keeping it moist for at least 14 days.

Page 21: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 21 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

5.3 The exposed surface of RCC work where ordered by the Engineer-in-charge, shall be brought to and even

finish with 6mm thick cement plaster 1:3 (1Cement: 3 ordinary sand) to leave the surface free and smooth. No extra payment will be made on this account.

5.4 The surface, which is to receive plaster or where it is to be joined with brick masonry wall, shall be

properly roughened immediately after the shuttering is removed.

6. Measurements:

6.1 All works will be paid for at the tendered rates on the basis of actual measurement taken at site. No

account will be taken for heights and thickness over those shown in plans. 6.2 Measurements shall be made according to the Indian Rly.Unified standard specifications 2010 (Vol.I & II).

7. RATES FOR PAYMENT

7.1 The rates given in the attached schedule of rates tendered by the contractor and as accepted by the

Railways will form the basis of payment for such items under this contract. 7.2 No material price variation or wages escalation on any account whatsoever the compensation for Force

majure etc. shall be payable under the contract except payable as per price escalation clause if any,

provided separately in the tender documents. 7.3 The rates for any item work not included in the (Schedule of items, Rates and quantities) and which the

contractor my be called upon to do by Railway Administration shall be fixed by the supplementary

written agreement between the contractor and the Railway before the particular item or items of work is/are executed in the event of such agreement not being entered into and executed the Railway may

execute these works by making alternative arrangements. Railways will not be responsible for any loss or

damages on this account.

7.4 The contractor shall work in close co-operation with the contractor/ departmental staff working in the adjacent sections of Railway local authorities.

7.5 It should be specifically noted by the tenderer/s that no separate loading, unloading and leading charges

for materials (which are supplied by the Railway) shall be paid for by the Railways and the rates quoted by the tenderer/s shall be inclusive of all these charges.

7.6 The items Nos. description, units and rates given in schedule of rates are as per Northern Railway

USSOR-2010 and any discrepancy during the execution of the work in the working rates quantity and units etc. should be rectified by reference to the printed schedule of rates which shall be treated as

authority and will be binding on the contractor.

7.7 Should there arise any items which may be necessary for the completion of work but which does not

appear in the Schedule of items, rates and Quantities attached with tenders, items rate will be fixed by analysis of actual in puts of all types including labour and material or derived from the labour and

material rates given in the Northern Railway USSOR-2010. The rates for such non-scheduled items

occurring during the course of construction shall be payable subject to the approval of the competent authority. No items of work requiring non-schedule rates will be carried out unless ordered to do so by

the Engineer. The rates derived from the Northern Railway USSOR-2010 will be subject to percentage

above or below tendered by the contractor.

7.8 Payment for the work done will be made to the contractor only when the formal agreement has been executed between the parties.

8. Brick work:

8.1 All brickwork shall be done in well-burnt bricks as per Indian Rly. Unified standard specifications 2010 (Vol.I & II) and in cement mortar proportions as may be specified in the drawings or as instructed by the

Engineer.

8.2 All pipes, clamps or other fittings as may be required shall be fixed in position as the work proceeds

(Conduits, Clamps and other fitting whatever is not covered by the scope of Schedule of Rates and

quantities of this tender shall be supplied by the RDSO administration free of cost.) chases will have to be put into the brick walls before housing the fittings and contractor rates for brick work shall be inclusive

Page 22: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 22 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

of the cost of cutting chases. Any chase specially made after the masonry work has been completed will be at the cost of the RDSO administration.

9. Wood work:

9.1 All joinery work shall be taken in hand by the contractor as per detailed drawings or as directed by

Engineer-in-charge immediately after the award of the work. The contractor shall get all the choukhats and shutters approved in writing at the site of work by the authorised representative of Engineer-in-

charge before fixing the same. The choukhats or shutters shall not be painted oiled or waxed or treated in

any other way before these are approved in writing. 9.2 All fittings shall be got approved from the Engineer-in-charge before fixing.

10. Glazing for steel windows:

10.1 Glazing where required shall be done with first class glazing panes (free from specs or bubbles) and shall conform to Indian Rly. Unified standard specifications 2010 (Vol.I& II). Glazing for windowpanes for

bathrooms, lavatories and at other places specified shall be with frosted glass/pin head glass of approved

design and quality and nothing extra shall be paid on this account. Payment for this work shall be made

under item 20005 or 20007 of Northern Railway USSOR-2010 depending upon the thickness of the shutters.

11. Steel Work Welded in built up Section:

11.1 The IRS Code of practice for Electric Arc welding mild steel structures shall be followed wherever welding is required to be carried out.

11.2 Welding shall generally be done by electric process. All necessary equipment, appliances and materials

shall be arranged by the contractor/s. 11.3 As far as possible efforts should be made to limit the welding when the structure is erected to rectify the

defects only so as to avoid improper welding and damage to the structure.

12. Water supply and sanitary installations: 12.1 For execution of sanitary installations and water supply work, the contractor shall arrange a licensed

plumber and especially skilled artisan shall be employed by the contractor for sanitary installation work.

The work shall be executed as per Indian Rly. Unified standard specifications 2010 (Vol.I & II).

12.2 The work of providing G.I or/and SCI pipes required shall proceed alongwith the construction of the

building of avoid demolisation or braking up of masonry at later stage.

12.3 Sample of sanitary installations and fittings such as W.C.Pans, Wash hand basins, sinks etc. shall be ISI

certification marked & submitted to the Engineer-in-charge for approval before supplying and fixing the

same and the contractor shall ensure that all fittings are strictly in accordance with approved samples.

12.4 C.I. Pipes and fittings shall conform to ISI specification and samples and samples shall be got approved

from the Engineer-in-charge before using the materials in work.

12.5 R.C.C pipes specifications as contained in IS-488 of 1971. There should be tested and certified by

approved testing agency/laboratory and certificates to this effect should be produced by the contractor if asked for approval of material by the Engineer. Nothing extra will be paid for testing and certification by

testing agency/laboratory.

13. Payment against S.O.R. Item for steel door and windows etc. as per Chapter 8 of the USSOR-2010 would be made as

(a) 80% (Eighty percent) payment of the rate for steel doors and windows would be made in supplying

and fixing the same in position.

(b) 20% (Twenty percent) remaining payment of the rates for steel doors and windows shall be

arranged after fixing of all necessary fitting and glass as required.

14. The contractor shall not dig pits within RDSO land for excavation of shingle or earth for mortar which must be arranged from outside by the contractor himself/themselves at his/their own cost. Earth required

for mortar shall be brought by the contractor from outside of RDSO‟s land and for which not lead, lift or

royalty or any other charge will be paid by the RDSO Administration.

15. In case of any dispute regarding interpretation of any of the above quoted clauses, the decision of

Director/Civil, RDSO, Lucknow will be final and binding on the contractor.

Page 23: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 23 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

16. The word “Northern Railway” and General Manager” appearing in the General Conditions of Contract 1999 of the Northern Railway will mean “Research Designs and Standards Organisation and Director

General & ex-officio General Manager/RDSO/Lko. respectively.

17. It may please be noted that sales tax as per rates applicable shall be deducted at source while making payment.

18. The empty cement bags for supply of cement by the RDSO shall be the property of the contractor and the

cost of the same shall be recovered at the rates of Rs. 3.00 per empty cement bags from the bills of the contractor. The Railway, however, reserve the right to take empty cement bags as are in good condition

& in that case no recovery will be affected from the contractor‟s bill.

19. The materials which are required to be issued by the Railways (RDSO) in terms of Northern Railway USSOR-2010 will normally be issued to the contractor at IOW‟s godown and all lead and lift from there

to the site of the work would be at the expense of the contractor.

20. The tendered rates shall also include cleaning of jungles, dressing and leveling of surface, etc. that may

be necessary for laying staking the material, tools and plants, etc. at the site of work whether brought by the contractor or issued by the RDSO administration prior to their being used on the works.

21. The contract will deemed to have entered into at Lucknow and therefore would be under the jurisdiction

of all court in Lucknow.

22. If there is variation between the rate(s) quoted in figures and words, the rate(s) quoted in words shall be

taken as correct and considered for evaluation of tender. If more than one or improper rate(s) is/are

quoted/tendered for the same item(s), the tender is liable to be rejected.

23. Applicable for tender documents downloaded from internet.

23.1 Tenderer/s are free to down load Tender documents at their own risk and cost for the purpose of perusal

as well as for using the same as tender documents for submitting their offer. Master copy of the tender

documents will be available in the office of the Town Engineer, RDSO, Manak Nagar, Lucknow.

After award of work, an agreement will be drawn up. The agreement shall be prepared based on the master copy available in the office of Town Engineer, RDSO, Manak Nagar, Lucknow and not based

on the tender documents submitted by the tenderer.

23.2 In case of any discrepancy between the tender documents downloaded from internet and the master copy, later shall prevail and will be binding on the tenderers. No claim on this account will be entertained.

Page 24: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 24 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

SPECIFICATION FOR N.S. ITEM

24.1 Aluminimum grill with mosquito proof galvanized M.S.wire net (i) Aluminium grill shall be 75mmx75mm hexagonal and 5mm thick fixed with special type of

section clip of 1mm thick. (ii) Mosquito proof galvanized MS wire net shall be provided by 24 gauge wire and have 6 meshes in

one centimeter.

(iii) The rates are inclusive of all taxes, labour, material, fixing with all lead, lift etc. required to

complete the job. 24.2 Vertical blind

(i) Vertical blind strip shall be 100mm wide , Vista or equilent make , colour as approved by Engineer

in charge.

(ii) Top channel of vertical blind shall be Aluminium section 40mm x 26mm x 1.2mm with complete

fitting.

(ii) The rates are inclusive of all taxes, labour, material, fixing with all lead, lift etc. required to

complete the job.

24.3 18 TO 20 MM THICK FLOORING/DADO GRANITE STONE

(i) The Granite stone shall be of colour approved by engineer in-charge and 18 to 20mm thick or 10 to 12

mm thick as specified, hard, sound, dense, homogeneous in texture, free from cracks, flaws, decay, and

weathering.

(ii)Every stone to be cut to required size and shape, fine chisel dressed on all side to the full depth so that

straight edge laid along the side of the stone shall be fully in contact with it. All angles and edges of the

Granite slabs shall be true, square and free from chippings and the surface shall be true and plane.

(iii) The thickness of the slabs shall be 18 mm to 20 mm.

(iv) Base concrete or the RCC slab on which the slabs are to be laid shall be cleaned, wetted and

mopped. The bedding for the slabs shall be with cement mortar 1 : 3 (1 cement : 3 coarse sand). (v) The average thickness of the bedding mortar under the slab shall be 13 mm.

(vi) Mortar of the specified mix shall be spread under the area of each slab, roughly to the average thickness. The slab shall be washed clean before laying. It shall be laid on top, pressed, tapped with

wooden mallet and brought to level with the adjoining slabs. It shall be lifted and laid aside. The top

surface of the mortar shall then be corrected by adding fresh mortar at hollows. The mortar is allowed to harden a bit and cement slurry of honey like consistency shall be spread over the same at the rate of

4.4 kg. of cement per sqm of area. The edges of the slab already paved shall be buttered with grey or

white cement with or without admixture of pigment to match the shade of the marble slabs.

(vii) The joints of the slab grouted with gray or white cement with or without admixture with

pigment to match the shade of slab.

(viii) After each slab has been laid, surplus cement on the surface of the slabs shall be cleaned off.

The flooring shall be cured for a minimum period of seven days. The surface of the flooring as laid shall be true to levels and slopes as instructed by the Engineer.

(ix) The rates are including all material such as labour, Granite slab, cement, Pigment, sand etc.

24.4 Steel Name Board Providing & fixing single side steel name board complete with black latter writing with computerized latter as approved by engineer, complete with fittings.

24.5 Reflective sign board Supply and fixing of Reflective sign board made up with 2mm thick aluminium sheet face fully

covered with Micro Prismatic Grade Retro- Reflective sheeting confirming to Type VIII of ASTM –D 4956 (Avery Dennison or 3M or equilent) having approved message fully processed on by Pressure Sensitive Equipment as specified by approved brand . Back of aluminium with frame 35x 35x4 mm angle iron all round and cross with proper clamping arrangement to be fixed in structure. The back of aluminium sheet shall be enamel coated

Page 25: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 25 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

24.6 Roof repair with APP modified waterproofing membrane

(i) Providing and laying a coat of cold bituminous primer 0.40 Ltrs/ sqm on the entire surface, laying

3 mm thick approved super thermolay APP modified water proofing membrane with non woven

polyster reinforcement of STP LTD or similar to it , sealing of all the joints of thermolay APP modified membrane by Torch technology. Then providing and laying 85/25 grade hot blown

bituminousof DTP Ltd or similar to it @ 1.0 to 1.2 kg /Sqm all over the surface and under the

specification and technical guidance of expert Engineer from manufacturer. The work includes all loading, unloading, all taxes charges etc as a complete job.

(ii) Before laying of membrane, the surface shall be cleaned thoroughly to make the surface free from

loose material, dirt, dust, algae, vegetation etc. (iii) Contractor shall submit certificate from the manufacturer for the procurement of genuine material

before execution of this item.

(iv) Contractor shall submit assurance certificate from manufacturer for execution of job under their

supervision before execution of this item.

24.7 Multipurpose Anti Corrosive Silver bituminious coating.

(i) Providing one coat of Multi -Purpose Anti -corrosive Silver Bituminous coating of Super Silver Shield STP Ltd or similar to it.

(ii) Before laying of coating the surface shall be cleaned thoroughly to make the surface free from lose

material,dirt,dust,alage,vegetation etc.

Page 26: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 26 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

CERTIFICATE TO BE GIVEN BY THE BIDDER

(Applicable in case of use of downloaded tender documents)

I/We …………………………………………………………………………………. certify that

I/We have checked this downloaded bid documents alongwith application form with the bid documents available online at www.rdso.gov.in and there is no discrepancy/variation/printing mistake and it is

further certified that no alteration/modification has been made in the bid documents and the application

for. I/We accept that the entire responsibility of ensuring that this application form along with other documents is as per original available on website is mine/ours. I/We also agree that if anything contrary

is found the decision of RDSO/Administration will be final and binding on me/us.

Signature of tenderer

(With name & address)

Page 27: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 27 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

SCHEDULE OF ITEMS, QUANTITY & RATES

Name of work: Civil Work in connection with repair/renovation and improvement work of Traction

Installation Lab,ED Lab and, Traction Installation Directorate etc in Annexe-II and adjacent area in

RDSO Campus under Town Engineer/RDSO. Cost of Tender Paper:

App. Cost. : Rs. 10151860.00 Date of opening: 10-12-2012

Earnest Money : Rs. 200760.00 Date of completion: 9(ninee) months S.

N. Description of Schedule of items Based

on USSOR-2010 N.Rly. At par cost

Unit

Rate to be quoted by the tenderer on %age basis

above/below/ at par, figure & words

1. All items of work Ch. 3 (Plain

Concrete) 202775.00 % age above/below of USSOR-2010

2. All items of work Ch. 4 (RCC) 103456.00 % age above/below of USSOR-2010

3. All items of work Ch. 5 (Brick

Work) 176590.00 % age above/below of USSOR-2010

4. All items of work Ch. 7 (Wood

Work) 110714.00 % age above/below of USSOR-2010

5. All items of work Ch. 8 (Steel &

Aluminium Work) 2498642.00 % age above/below of USSOR-2010

6. All items of work Ch. 9

(Flooring,Paving & Dado) 3097551.00 % age above/below of USSOR-2010

7. All items of work Ch. 10 ( Roofs &

Ceiling) 265401.00 % age above/below of USSOR-2010

8. All items of work Ch. 11 (Finishing

Masonary) 659399.00 % age above/below of USSOR-2010

9. All items of work Ch. 13 (Water

Supply) 115929.00 % age above/below of USSOR-2010

10. All items of work Ch. 23 (Roads &

Platform work) 286887.00 % age above/below of USSOR-2010

11. All items of work Ch. 25 (Supply of

Material) 722522.00 % age above/below of USSOR-2010

12. All other works other than 1 to 11. 214409.00 % age above/below of USSOR-2010

N.S. Items

S.N. Description of works of NS item Qty. Unit Rate Amount

1 Providing and fixing hexagonal Aluminium Grill on Window as approved by site engineer with mosquito proof galvanized M.S.wire net

370 Sqm 1161.29 429677.30

2 Providing and fixing vertical blinds Vista or equivalent make as per specification. 310 Sqm 632.37 196034.70

3 Supplying and laying at all elevation flooring /dado of the following description in floors,

windows, counter tops in proper line and level including chipping of floor where ever required, cutting , grinding and polishing etc complete as per instruction of site engineer . The rate includes supply of all material and labour charges including cost of white cement , tools and

plants , lead , lift , as per requirement to complete the work in all respect .

178 Sqm 1977.29 351957.62

Providing and fixing Granite slab 18-20 mm thick including all material cost as per

specification.

4 Providing & fixing single side steel name board complete with black latter writing with computerized latter as approved by engineer, complete with fittings.

5.00 Sqm 17688.00 88440.00

5 Supply and fixing of Reflective sign board made up with 2mm thick aluminium sheet face fully covered with Micro Prismatic Grade Retro- Reflective sheeting confirming to Type VIII of ASTM –D 4956 (Avery Dennison or 3M or equilent) having approved message fully processed on by Pressure Sensitive Equipment as specified by approved brand . Back of aluminium with frame 35x 35x4 mm angle iron all round and cross with proper clamping arrangement to be fixed in structure. The back of aluminium sheet shall be enamel coated

10.00 Sqm 13410.00 134100.00

6 Providing & laying a coat of cold bituminous primer 0.40 Ltrs/Sqm. On the entire surface. Then providing and laying 3 mm thick approved super thermolay APP modified water proofing membrane with non woven polyester reinforcement of STP Ltd or similar to it.

Sealing of all the joints of thermology APP modified membrane by Torch technology then providing and laying 85/25 grade hot blown bituminous @ 1.0 to 1.2 Kg/sqm all over the surface and under the specification and technical guidance of expert Engineer from

1650.00 Sqm 273.00 450450.00

Page 28: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 28 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

manufacturer the work include all loading unloading. All taxes charges etc as a complete job. The Work shall be carried out as per guide lines and procedure contained in clause of IRWM

2000.

7 Providing one coat of Multi-Purpose Anti –Corrosive Silver Bituminous coating of super silver shield.

1650.00 Sqm 28.44 46926.00

Total Rs. 1697585.62

Say Rs. 1697586.00

Total for NS Item (S.N. 1 to 7) Rs. 1697586.00 In words

In Fig.% age above/below/at par

Note:

1. The tenderer is required to quote rate against every item both in words & figures failing which his tender is

liable to be rejected.

2. For USSOR 2010 item No. 1 to 12 contractors will quote on %age basis above/ below/at par

individually of Northern Railway USSOR-2010. 3. Tender consists of 12 (Twelve) Schedule items and 7 (seven) Non-schedule items.

4. All the works should conform to Indian Rly. Unified standard specifications 2010 (Vol.I& II) for Material

and works for Engg. Deptt. and special conditions of contract. 5. Income Tax & Sale tax as per rates applicable shall be deducted at source.

6. All taxes legally livable shall be borne by the contractor. Nothing extra will be paid.

7. The quantities mentioned above are only approx. and subject to change as per requirement. 8. Contractor should submit their PAN and Bank Account No. separately.

9. Eligibility criteria: Tenderer should fulfill the following eligibility criteria:

10.1 Turnover:

Tenderer(s) should have received total contractual amount against satisfactory execution/works in

progress of all type of works for a minimum of 150% of advertised tender value of work during

the last three financial year (i.e. 2009-10, 2010-11, 2011-12) and current financial year (i.e. 2012-

13) up to the date of opening of Tender, as per payment certificate from the tenderer duly issued

by the officer of concerned Govt. Department or as per Audited balance sheet duly certified by

Chartered Accountant. 10.2 Experience in similar nature of work:-

The tenderer (s) should have successfully completed at least one similar single work for a minimum value

of 35% of advertised tender value of the work in the last three financial years and in current financial year.

Following works will be treated as of similar nature:-

“Any Civil Engineering works involving construction/modification/ repair and maintenance of building/structure involving general construction activities viz concreting, masonry etc.”

The tenderer(s) shall submit the documentary proof in support of eligibility criteria mentioned above

alongwith the tender form. Certificate from private individuals for whom such works are executed/being executed shall not be accepted.

Page 29: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 29 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

Detail of USSOR Items

S.No. SOR Item

Description Qty Unit Rate Amount

Chapter 3 Plain concrete 1 031010 Providing and laying in position cement concrete of specified

proportion excluding cost of cement, centering and shuttering - All works upto plinth level :

031013 1:4:8 (1 cement : 4 sand : 8 graded stone aggregate 40mm nominal size)

111.00 Cum 1751.75 194444.25

2 031050 Providing and laying in position cement concrete of M 20 grade, excluding the cost of cement and of centring and shuttering, as per direction of the Engineer in charge :

031051 All works upto Plinth level 4.00 Cum 2082.64 8330.56

Total 202774.81

Chapter 4 Reinforced cement concrete 3 041010 Providing and laying in position M 20 Grade concrete for

reinforced concrete structural elements but excluding cost of centring, shuttering, reinforcement and Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer in charge

041012 All work in buildings above plinth level upto floor two level. 14.00 Cum 2645.23 37033.22

4 042010 Centring and shuttering including strutting, propping etc. and removal of form for :

042013 Suspended floors, roofs, landings, balconies, FOB slabs, walkway slabs and access platform

140.00 Sqm 185.57 25979.80

5 045010 Supplying Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete.

045014 High yield strength deformed bars 850.00 Kg 47.58 40443.00

Total 103456.02

Ch 5 Brick work

6 O51010 Brick work with non-modular (FPS) bricks of class designation 7.5 in foundation and plinth in :

O51018 Cement mortar 1:6 (1 cement : 6 coarse sand) 77.00 Cum 2218.87 170852.99

7 O51040 Extra over item 051010 & 051020 for brick work in superstructure beyond plinth level upto floor two level :

43.00 Cum 133.42 5737.06

Total 176590.05

Ch 7 Wood work

8 O71010 Providing wood work in frames of doors, windows, clerestory windows and other frames and trusses, wrought, framed and fixed in position :

O71012 Sal wood 585.00 Cudm 45.28 26488.80

9 O72140 Providing and fixing to IS: 2202 Part-1 marked flush door shutter decorative type, core of block board construction with frame of 1st class hard wood and well matched teak 3ply veneering with vertical grains or cross bands and face veneers on both faces of shutters

O72142 30mm thick including ISI marked stainless steel butt hinges with necessary screws

25.00 Sqm 1498.81 37470.25

Page 30: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 30 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

10 074130 Providing and fixing wooden moulded beading to door and window frames with iron screws, plugs

and priming coat on unexposed surface etc. complete

074132 2nd class teak wood, 50x20mm 160.00 m 96.46 15433.80

11 O74300 Providing and fixing float glass

O74302 Frosted glass panes 4mm thich ( 10kg/sqm ) 60.00 Sqm 454.96 27297.60

12 O78020 Providing and fixing aluminium sliding door bolts ISI marked anodised (anodic coating not less than grade AC 10 as per IS: 1868) transparent or dyed to required colour or shade with nuts and screws etc. complete

O78022 250x16mm 12.00 Nos 143.99 1727.88

13 O78030 Providing and fixing aluminium tower bolts ISI marked anodised (anodic coating not less than grade AC 10 as per IS: 1868) transparent or dyed to required colour or shade with necessary screws etc. complete

O78032 250x10mm 25.00 Nos 57.87 1446.75

14 O78060 Providing and fixing aluminium handles ISI marked anodised (anodic coating not less than grade AC 10 as per IS: 1868) transparent or dyed to required colour or shade with necessary screws etc. complete

O78062 100mm 25.00 Nos 33.96 849.00

Total 110714.08

Ch 8 Steel and Aluminium work

15 081010 Structural steel work in single section including cutting, bending, straightening, drilling, rivetting, bolting, hoisting, fixing in position, including applying a priming coat of approved steel primer, complete - upto 6m height above GL

081011 In RSJ, tees, angles and channels 1400.00 Kg 75.92 106288.00

16 081030 Structural steel work welded in built up sections, trusses and framed work, girders, stagings, racks, etc including cutting, bending, straightening, hoisting, fixing in position, including applying a priming coat of approved steel primer, complete - upto 6m height above GL

081031 In RSJ, tees, angles and channels 200.00 Kg 75.92 15184.00

081032 In flats, plates , round or square bars 200.00 Kg 73.26 14652.00

17 O82010 Providing and fixing anodised aluminium work for doors, windows,ventilators and partitions with extruded built up standard tubular and other sections of approved make conforming to IS:733 and IS:1285, anodised trasparent or dyed to required shade accordin

... Contd. -- fixed with rawl plugs and screws or with fixing clips, or with expansion hold fastners including necessary filling up of gaps at junctions, at top, bottom and sides with required PVC/neoprene felt etc. Aluminium sections shall be smooth, ru

O82011 For fixed portion 800.00 Kg 305.87 244696.00

O82012 For openable/sliding portions and fixing hinges / pivots, PVC/ neoprene gasket required and making provision for fixing of fittings. (Fittings shall be paid for separately)

2250.00 Kg 317.67 714757.50

Page 31: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 31 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

18 O82020 Providing and fixing 12mm thick prelaminated three layer medium density (exterior grade) particle board Grade I, Type II conforming to IS: 12823 bonded with phenol formaldehyde synthetic resin, of approved brand and manufacture in panelling fixed in aluminium doors, windows shutters and partition frames with C.P. brass/ stainless steel screws etc. complete as per architectural drawings and directions of engineer-in-charge

O82022 Prelaminated particle board with decorative lamination on both sides

18.00 Sqm 843.28 15179.04

19 O82030 Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with PVC/ neoprene gasket etc. complete as per the architectural drawings and the directions of engineer-in-charge. (Cost of aluminium snap beading shall be pa

O82032 With float/frosted glass panes of 5.5mm thickness (weight not less than 13.75 kg/sqm)

670.00 Sqm 804.86 539256.20

20 O82040 Providing and fixing double action hydraulic floor spring of approved brand and manufacture IS:6315 including cost of cutting floors as required, embedding in floors and cover plates with brass pivot and single piece M.S. Sheet outer box with slide plate etc. complete as per the direction of Engineer-incharge

O82041 With Stainless Steel cover plate 17.00 Nos 2106.73 35814.41

21 O82050 Providing and fixing anodised aluminium work (with minimum 15 micron uniform anodic coating) consisting of tee/angle sections, of approved make conforming to IS:733 in frames of false ceiling including aluminium angle cleats with necessary C.P. brass/stai

1270.00 Kg 547.47 695286.90

22 O82060 Providing and fixing level adjusting hangers of 6mm dia. M.S. rods (upto 1200mm length) fixed to roof slabs by means of M.S. angle ceiling cleats 40x40x5mm size, 40mm long and expansion hold fasteners 12.5 mm dia. 40mm long including applying priming coa

1200.00 Nos 97.94 117528.00

Total 2498642.05

Ch. 9 Flooring , Paving and dado 23 091010 Brick on edge flooring with bricks of class designation 7.5

including cement slurry etc. complete in cement mortar

091012 1:6 (1cement: 6coarse sand).(With FPS Bricks) 1000.00 Sqm 282.6 282600.00

24 095010 Providing and fixing Ist quality ceramic tiles conforming to Group B-III (Ceramic Wall Tiles) of IS:15622 of manufacturers approved by railway in all colours, shades, and design as approved by the Engineer-in-Charge in skirting, risers of steps and dado over 12mm thick bed of cement mortar 1:3 (1cement: 3coarse sand) including pointing in white cement mixed with pigment of matching shade complete

095012 200x300 mm 1080.00 Sqm 498.16 538012.80

25 O95020 Providing and fixing ceramic tiles conforming to IS:15622 of manufacturers approved by railway in all colours, shades, design and abrasion resistance class as approved by the Engineer-in-Charge in floors and landings over 20mm thick bed of cement mortar 1

095022 Of Group B-II Clause 5.1 (for abrasion resistance) of IS:15622 (Ceramic Floor Tiles) of size 400x400mm and above

70.00 Sqm 498.32 34882.40

095026 Of Group B-I-a of IS : 15622 (Vitrified tiles) of size above 400x400mm upto 600x600 mm

650.00 Sqm 932.87 606365.50

Page 32: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 32 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

26 096070 Kota stone slab flooring of size up to 60x60cm over 20mm (average) thick base of 1:4 cement mortar (1cement: 4coarse sand) and jointed with grey cement slurry mixed with pigment to match the shade of the slab including rubbing and polishing complete

o96073 30mm thick 1260.00 Sqm 954.61 1202808.60

27 O98020 Supplying and laying interlocking pre-cast CC block pavers of approved design factory manufactured of specified grade cement concrete on passenger platform, foot paths, circulating area, etc, including setting in position over 25mm thick bedding layer of fine sand, filling the joints with fine sand, leveling including compaction as per IS 15658

O98021 60 mm thick blocks of M30 grade for light traffic 900.00 Sqm 480.98 432882.00

Total 3097551.30

Ch. 10 Roofs and Ceiling 28 106050 Providing and fixing false ceiling with 12mm thick plain/semi

perforated or with design ceiling tiles of BWP type phenol formaldehyde synthetic resin bonded pressed particle board conforming to IS:3087 finished with a coat of aluminium primer on both side

1200.00 Sqm 209.42 251304.00

29 101080 Supply & installation of precoated galvanized iron profile sheets (size, shape and pitch of corrugation as approved by Engineer-in-charge) 0.50mm +/- 5% total coated thickness (TCT) thick Zinc coating 120gsm as per IS:277 in 240mpa steel grade, 5-7microns

30.00 Sqm 469.89 14096.70

Total 265400.70

Ch. 11 Finishing Masonary

30 CEMENT PLASTER (IN FINE SAND) :

111040 12 mm cement plaster of mix -

111042 1:6 (1cement: 6coarse sand) 3600.00 Sqm 57.38 206568.00

31 112040 Providing and applying plaster of Paris putty of 2mm average thickness over plastered surface to prepare the surface even and smooth complete

2000.00 Sqm 62.28 124560.00

32 114020 Pointing on brick/tile flooring with cement mortar 1:3 (1cement: 3fine sand)

114021 Flush pointing 1000.00 Sqm 34.61 34610.00

33 115040 Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade

115042 New work (two or more coats of distemper) over and including priming coat with distemper primer

3600.00 Sqm 51.27 184572.00

34 117080 Oil bound distemper after removing old white/ colour wash by scrapping and sand papering etc., preparing the surface smooth including necessary repairs to scratches with putty etc complete

117081 Two or more coat, to give an even shade 2300.00 Sqm 47.43 109089.00

Total 659399.00

Ch. 12 Painting, polishing and varnishing

35 121010 Applying Priming Coat :

121011 With ready mixed pink or grey primer of approved brand and manufacture on woodwork (hard and soft wood)

50.00 Sqm 19.08 954.00

36 121050 Painting with synthetic enamel paint of approved brand and manufacture to give an even shade

121051 Two or more coats on new work 50.00 Sqm 40.81 2040.50

Page 33: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 33 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

121052 One or more coats on old work 350.00 Sqm 26.28 9198.00

Total 12192.50

Ch. 13 Water supply

37 131140 Providing and fixing medium grade G.I. pipes complete with G.I. fittings and clamps, including cutting and making good the wall etc. Concealed pipe including painting with anti corrosive bitumastic paint, cutting chase and making good the wall

131141 15 mm dia. nominal bore 150.00 meter 170.10 25515.00

38 131150 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. External Work

131152 20mm dia nominal bore 50.00 meter 157.14 7857.00

131153 25mm dia nominal bore 220.00 meter 214.91 47280.20

39 132020 Providing and fixing brass stop cock of approved quality

132022 20mm dia nominal bore 8.00 nos 241.93 1935.44

132023 25mm dia nominal bore 10.00 nos 361.81 3618.10

40 132180 Providing and fixing C.P. brass bib cock, 15mm nominal bore, of approved quality conforming to IS:8931

14.00 nos 353.73 4952.22

41 132200 Providing and fixing C.P. brass long body bib cock, 15 mm nominal bore, of approved quality conforming to IS standards and weighing not less than 690 gms

6.00 nos 421.62 2529.72

42 132210 Providing and fixing C.P. brass stop cock, 15 mm nominal bore, (concealed) of standard design and of approved make conforming to IS:8931

30.00 nos 419.96 12598.80

43 132220 Providing and fixing C.P. brass angle valve for basin mixer and geyser points of approved quality conforming to IS:8931

18.00 nos 535.68 9642.24

Total 115928.72

Ch. 15 Sanitation Installation

44 151120 Providing and fixing white, vitreous china water closet squatting pan (Indian type)

151122 Orissa pattern W.C. pan of size 580x440mm 4.00 nos 1534.79 6139.16

45 151140 Providing and fixing white, vitreous china pedestal European type water closet pan

4.00 nos 1138.53 4554.12

46 151180 Providing and fixing PVC low level flushing cistern with manually controlled device ( handle lever ) conforming to IS : 7231 with all fitting complete

151181 10 liter capacity - white 8.00 nos 975.66 7805.28

47 151260 Providing and fixing white, vitreous china flat back or wall corner type lipped front urinal basin of 430x260x350mm and 340x410x265mm sizes respectively

8.00 nos 838.14 6705.12

48 151280 Providing and fixing white, vitreous china wash basin, including making all connections but excluding the cost of fittings

151282 Flat back wash basin of size 550x400mm 8.00 nos 585.19 4681.52

49 152010 Providing and fixing white, glazed fire clay kitchen sink of size 600x450x250mm kitchen sink with C.I. brackets, C.P. brass chain with rubber plug, 40mm C.P. brass waste compete, including painting the fittings and brackets, cutting and making good the walls wherever required

2.00 nos 2387.27 4774.54

Page 34: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 34 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

50 152080 Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste fitting complete

152081 Semi rigid pipe 32mm dia 8.00 nos 78.98 631.84

51 152110 Providing and fixing 600mm x 450mm bevelled edge mirror, 5.5mm thick

10.00 nos 706.70 7067.00

52 153340 providing and fixing PTMT 15mm urinal spreader size 95x69x100mm with 1/2 inch BSP thread and shapes as per BIS specification, weight not less than 60 gm

8.00 nos 178.64 1429.12

53 153470 Providing and fixing C.P. brass grating with openable lid

153471 Grating 100 mm nominal dia. And 12 mm high domed shape having weight not less than 25 gm.

26.00 nos 81.70 2124.20

Total 45911.90

Ch. 17 Miscellaneous Building work

54 171700 Post-construction anti-termite treatment to structures with application by trenching, drilling holes, injecting of Imidacloprid 30.5% SC @ 0.075% concentration mixed with water in ratio 1:475 alongwith spraying of woodwork with termiseal (oil based approved termiticide), as detailed in Indian Railways Standard Specifications, so as to create a chemical barrier below and around the structure by an approved professional agency. (Built-up area shall be considered for payment)

1510.00 Sqm 60.21 90917.10

Total 90917.10

Ch. 18 Dismentling and Semolishing

55 182010 Demolishing brick work including stacking of serviceable material and disposal of unserviceable material within 50m lead

182013 In cement mortar 5.00 Cum 348.90 1744.50

56 182070 Dismantling old plaster or skirting raking out joints and cleaning the surface for plaster/pointing including disposal of rubbish within 50m lead

5450.00 Sqm 9.22 50249.00

57 183010 Dismantling cement concrete / terrazzo flooring and/or underlayer excluding base concrete

85.00 Sqm 14.43 1226.55

58 183020 Dismantling tile work in floors/dado/skirting laid in cement mortar/ chemical mortar/synthetic adhesive including stacking material within 50m lead

225.00 Sqm 18.56 4176.00

59 185010 Dismantling doors, windows and clerestory windows (steel or wood) shutter including chowkhats, architrave, holdfasts in CC or masonry etc. complete and stacking within 50m lead

95.00 Nos 84.12 7991.40

Total 65387.45

Ch. 23 Roads and Platform works

60 231030 Providing and laying each layer of flat brick soling hand packed and joints filled with ordinary sand

231032 With Jhama bricks 975.00 Sqm 106.93 104256.75

61 236020 Providing and laying design mix cement concrete in roads, having a cube strength of M-30 using cement, coarse sand and graded stone aggregate of 40mm nominal size as per approved design. mechanically vibrated, steel form work, curing, providing and filling construction & dummy joints with approved joint filler (conforming to grade B of IS: 1834) rounding of the edges, making & filling the grooves as per drawing

75.00 Cum 2435.07 182630.25

Total 286887.00

Page 35: Name of work:- Construction of multi storey building and

T.No. WKS/1167/TEN

Signature of tenderer/s Page 35 of 35 Town Engineer

R.D.S.O./Lucknow for & on behalf of President of Union of India

Ch 25 Supply of material

62 252060 Pozzolana Portland Cement 139.00 MT 5198.00 722522.00

Total 722522.00