RFPPEDESTRIANOVERBRIDGE

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 226

SMART CITY MISSION

UJJAIN SMART CITY LIMITED

Ujjain Smart City Limited


Request for Proposal
(National Competitive Bidding)

For
Design, Supply and Construction of Pedestrian Bridge
Over Rudra Sagar Lake, Ujjain City

Notice Inviting Tender

Issued: June, 2021


By
Issued By
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
e-mail: ujjainsmartcity@gmail.com
NIT No: USCL/102 Dated: 15/06/2021

Tender ID:- 2021_UAD_146845_1

Ujjain Smart City Limited (USCL) invites online bids from eligible bidders for Design, Supply
and Construction of Pedestrian Bridge Over RudraSagar Lake, Ujjain City” under the Smart
Cities Mission Program of Government of India as per details given below:
S.No. Particulars Amount/ Date & Time

1 Name of Work and Site Design, Supply and Construction of Pedestrian


Bridge Over RudraSagar Lake, Ujjain City

2 Cost of Tender Document / Bid Rs 30,000


submission Fee

3 Earnest Money Deposit (EMD) / Bid Rs 10,00,000


Security

4 Probable amount of contract Rs 16,49,35,061 Excluding GST

5 Purchase of Tender Date 15/06/2021

6 Pre-bid Meeting 24/06/2021 Time 15:00 hrs at MELA office, Kothi


Road, Ujjain

7 Purchase of Tender End Date 06/07/2021 upto 17:00 hrs

8 Financial and Technical Bid 06/07/2021 upto 17:00 hrs


Submission End Date (Online)

9 Technical Bid Submission End Date Not Applicable


(Physical Only)

10 Technical Bid opening 07/07/2021 upto 17:00 hrs


11 Financial Bid opening To be notified

12 Completion Period 15 Months (Including intervening rainy seasons)

13 Validity period of Bids 120 Days after Last date of Submission

14 Mode of selection of Contractor Open Tender by e-tendering mode. Lowest


Quoting Bidder (L1 bidder) to be selected.

Note: In case of any mismatch in key dates, key dates showing on e-portal shall be final. For more
details, please refer to e-procurement website: www.mptenders.gov.in. Corrigendum or
amendments, if any, shall be uploaded on this website only.

Page 2 of 226
E-Bidding Submission Guidelines
1. Bid documents including the Bill of Quantities (BoQ) can be downloaded free of cost
from the Websites https://mptenders.gov.in/nicgep/app ; All bid documents are to
be submitted online and in the designated cover(s)/ envelope(s) on the designated
website in the ITB. Tender/ bids shall be accepted only through online mode on the
designated website in the ITB and no manual submission of the same shall be
entertained.
2. Late Bids will not be accepted; online submission due time will be as pe local server
time. The bid submission fee shall be remitted online during the time of bid submission.
3. Price Bid also shall be submitted through online only.
4. Details regarding remittance of Bid Submission Fee and Bid Security, Bid preparation
and submission are mentioned in the bid document.
5. The bids shall be opened online at the office of the USCL in the presence of the
authorised representatives of the Bidders, who wish to attend at the above address. If
the tender opening date happens to be on a holiday or non-working day due to any
other valid reason, the tender opening process will be done on the next working day at
same time and place.
6. Tenders/ bids received online without the details mentioned in Instructions to the
Bidders will not be considered and shall be summarily rejected.
7. More details can be had from the office of the ‘Ujjain Smart City Limited’ during working
hours 10 am to 5 pm IST till pre-bid query date. All other existing conditions related to
bidding in force in the Madhya Pradesh Urban Administration and Development
Department and Public Works Department will be applicable in this tender also unless
expressly defined in the bidding document.
8. The USCL shall not be responsible for any failure, malfunction or breakdown of the
electronic system while downloading or uploading the documents by the Bidder during
the e-procurement process.
9. Details required for e-payment (Details of bank account having core banking facility and
email address of the contractor) shall be furnished along with the tender. Tenders not
accompanied by these details will be rejected. All subsequent government orders
(Government of Madhya Pradesh and Govt. of India) connected to tenders and any
revision in the rates of taxes would also be applicable to this tender.
10. The Ujjain Smart City Limited reserves the right to accept or reject any or all tenders
without assigning any reason thereof.
11. Amendment to NIT, if any, would be published on website only, and not in
Newspaper.
12. Other details may be seen in the Bidding Document.

Signature and seal of Authority

For and on behalf of


Executive Director,
Ujjain Smart City Limited

Page 3 of 226
Table of Contents
TABLE OF CONTENTS........................................................................................................................................ 4
NOTICE INVITING BID ....................................................................................................................................... 6
DISCLAIMER ..................................................................................................................................................... 8
GLOSSARY ........................................................................................................................................................ 9
1. INTRODUCTION ..................................................................................................................................... 10
2. INSTRUCTIONS TO BIDDERS................................................................................................................... 16
3. EVALUATION OF TECHNICAL BIDS AND OPENING & EVALUATION OF FINANCIAL BIDS .......................... 44
4. FRAUD AND CORRUPT PRACTICES ......................................................................................................... 52
5. PRE-BID CONFERENCE ........................................................................................................................... 54
6. MISCELLANEOUS ................................................................................................................................... 55
BID DATA SHEET ................................................................................................................................... 56
8. APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID ...................................................................... 58
9. APPENDIX – IB - LETTER COMPRISING THE FINANCIAL BID .................................................................... 62
10. ANNEX-I - DETAILS OF BIDDER ........................................................................................................... 64
11. ANNEX-II - TECHNICAL CAPACITY OF THE BIDDER .............................................................................. 67
12. ANNEX-III - FINANCIAL CAPACITY OF THE BIDDER ............................................................................. 68
13. ANNEX-IV - DETAILS OF ELIGIBLE PROJECTS....................................................................................... 70
14. ANNEX-V - STATEMENT OF LEGAL CAPACITY ..................................................................................... 73
15. ANNEX-VI - INFORMATION REQUIRED TO EVALUATE THE BID CAPACITY .......................................... 74
16. APPENDIX – II - BANK GUARANTEE FOR BID SECURITY ...................................................................... 78
17. APPENDIX - III - FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF BID ...................................... 81
18. APPENDIX-IV - FORMAT FOR POWER OF ATTORNEY FOR LEAD MEMBER OF JOINT VENTURE .......... 83
19. APPENDIX V - FORMAT FOR JOINT BIDDING AGREEMENT FOR JOINT VENTURE ................................ 85
20. FORM OF PERFORMANCE BANK GUARANTEE ................................................................................... 89
21. CONDITIONS OF CONTRACT .............................................................................................................. 96
22. CONTRACT DATA ............................................................................................................................. 112
23. LIST OF TECHNICAL PERSONNEL FOR THE KEY POSITIONS ............................................................... 115
24. LIST OF EQUIPMENTS / MACHINES FOR CONSTRUCTION WORK ..................................................... 118
25. DETAILS OF MILESTONES........................................................................................................ 120
26. FORM OF BANK GUARANTEE .......................................................................................................... 170
27. VOLUME III: SCOPE OF WORK ......................................................................................................... 175
1. SPECIFICATIONS .................................................................................................................................. 176
1.1. GENERAL FEATURES: ....................................................................................................................... 176
1.2. SCOPE OF WORK: ............................................................................................................................ 176
1.3. TIME FOR COMPLETION: ................................................................................................................. 177
1.3.1. KEY MILESTONES. ........................................................................................................................ 177
1.4. DETAILED SPECIFICATIONS: ............................................................................................................. 178
1.4.1. TOPOGRAPHICAL SURVEYS: ........................................................................................................ 178
1.4.2. GEOTECHNICAL INVESTIGATIONS ................................................................................................ 178
1.4.3. DESIGN AND PROOF CHECKING : SPECIAL CONDITIONS FOR SUBMISSION OF DETAILED DESIGNS
AND DRAWINGS INCLUDING PROOF CHECKING ........................................................................................... 178
1.4.4. DESIGN AND DRAWINGS: ............................................................................................................ 178
1.4.5. GENERAL SCOPE OF DESIGN: ....................................................................................................... 179
1.4.6. CODES AND SPECIFICATIONS: ...................................................................................................... 183
1.4.7. SUBSTRUCTURE:.......................................................................................................................... 188
1.4.8. SPECIFICATIONS FOR CONCRETING , STEEL REINFORCEMENT & STEEL ........................................ 189
1.4.9. SUPERSTRUCTURE ....................................................................................................................... 219
1.5. THIRD PARTY INSPECTION: .............................................................................................................. 221
1.6. LIST OF EQUIPMENT FOR TESTING LABORATORY TO BE ESTABLISHED BY THE CONTRACTOR AT THE
SITE OF WORK.............................................................................................................................................. 223
1.7. DRAWINGS ...................................................................................................................................... 224
1.8. QUALITY ASSURANCE PLAN ............................................................................................................. 224
1.9. HEALTH AND SAFETY COVID -19 PLAN ............................................................................................. 224
1.9.1. COVID-19 HEALTH AND SAFETY PROTOCOLS ............................................................................... 224

Page 5 of 226
Notice Inviting Bid
NIT No: USCL/91 Dated: 15/06/2021

Tender ID:- 2021_UAD_146845_1

RFP for Design, Supply and Construction of Pedestrian Bridge Over RudraSagar Lake, Ujjain
City
Dear Madam/Sir,
1. The Ujjain Smart City Limited (USCL) represented by its Executive Director (hereinafter
called “the Authority”) is involved in execution of planning and implementation of
various smart city projects in the city of Ujjain under the Smart City Mission of
Government of India. The programme involves enormous level of development work to
be carried out across Ujjain city.
2. As parts of its endeavour, it has been decided to undertake Design, Supply and
Construction of Pedestrian Bridge Over Rudra Sagar Lake, Ujjain City through a
percentage rate Contract including Defect Liability period for three (3) years.
3. The Executive Director, USCL now invites bids from eligible contractors for the following
project under national competitive bidding:
Table 1: Project Brief
City and Name of Work Estimated Cost Completion Defect Liability
State (India) Period Period

Ujjain, Design, Supply Rs. 16,49,35,061 15 Months 3 Years


Excluding GST (Including
Madhya and
intervening
Pradesh Construction of rainy seasons)
Pedestrian
Bridge Over
RudraSagar
Lake, Ujjain City
4. The complete BID document can be viewed / downloaded from e-procurement portal
of Madhya Pradesh e-procurement portal https://mptenders.gov.in as per NIT. Bid
must be submitted online only at https://mptenders.gov.in on or before Bid Due Date.
5. Bid through any other mode shall not be entertained. Please note that Ujjain Smart City
Limited reserves the right to accept or reject all or any of the BIDs without assigning any
reason whatsoever.
6. A Bidder will be selected under “Least Cost Method of Selection” and as per procedures
described in this RFP.
7. The RFP includes the following documents:

Page 6 of 226
• Notice Inviting Tender;
• Instructions to Bidders (ITB)
• Bid Data Sheet
• Draft Contract
• Scope of Work
• Bill of Quantities (BoQ)
Executive Director
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
e-mail: ujjainsmartcity@gmail.com

Page 7 of 226
DISCLAIMER
The information contained in this Request for Proposal document (the “RFP”) or subsequently
provided to Bidder(s), whether verbally or in documentary or any other form by or on behalf of the
Authority or any of its employees or advisors, is provided to Bidder(s) on the terms and conditions set
out in this RFP and such other terms and conditions subject to which such information is provided.
This RFP is not an Agreement and is neither an offer nor invitation by the Authority to the prospective
Bidders or any other person. The purpose of this RFP is to provide interested parties with information
that may be useful to them in making their financial offers (“Bid(s)”) pursuant to this RFP. This RFP
includes statements, which reflect various assumptions and assessments arrived at by the Authority
in relation to the Project. Such assumptions, assessments and statements do not purport to contain
all the information that each Bidder may require. This RFP may not be appropriate for all persons, and
it is not possible for the Authority, its employees or advisors to consider the investment objectives,
financial situation and particular needs of each party who reads or uses this RFP. The assumptions,
assessments, statements and information contained in the Bidding Documents, especially the
Feasibility Report, may not be complete, accurate, adequate or correct. Each Bidder should, therefore,
conduct its own investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and information contained
in this RFP and obtain independent advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which may
depend upon interpretation of law. The information given is not intended to be an exhaustive account
of statutory requirements and should not be regarded as a complete or authoritative statement of
law. The Authority accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on law expressed herein.
The Authority, its employees and advisors make no representation or warranty and shall have no
liability to any person, including any Applicant or Bidder under any law, statute, rules or regulations
or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or
expense which may arise from or be incurred or suffered on account of anything contained in this RFP
or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP and
any assessment, assumption, statement or information contained therein or deemed to form part of
this RFP or arising in any way for participation in this BID Stage.
The Authority also accepts no liability of any nature whether resulting from negligence or otherwise
howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP. The
Authority may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumptions contained in this RFP.
The issue of this RFP does not imply that the Authority is bound to select a Bidder or to appoint the
Selected Bidder JV or Contractor, as the case may be, for the Project and the Authority reserves the
right to reject all or any of the Bidders or Bids without assigning any reason whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and submission of its
Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with
any demonstrations or presentations which may be required by the Authority or any other costs
incurred in connection with or relating to its Bid. All such costs and expenses will remain with the
Bidder and the Authority shall not be liable in any manner whatsoever for the same or for any other
costs or other expenses incurred by a Bidder in preparation or submission of the Bid, regardless of the
conduct or outcome of the Bidding Process.

Page 8 of 226
Glossary
Agreement As defined in Clause 1.1.5
Authority As defined in Clause 1.1.1
Bank Guarantee As defined in Clause 2.20.1
BID(s) As defined in Clause 1.2.2
Bidders As defined in Clause 1.2.2
Bidding Documents As defined in Clause 1.1.7
BID Due Date As defined in Clause 1.1.7
Bidding Process As defined in Clause 1.2.1
BID Security As defined in Clause 1.2.4
BID Price or BID As defined in Clause 1.2.6
Contractor As defined in Clause 1.1.2
Conflict of Interest As defined in Clause 2.2.1
Contract As defined in Clause 1.1.2
Estimated Project Cost As defined in Clause 1.1.4
Feasibility Report As defined in Clause 1.2.3
GoMP Government of Madhya Pradesh
GoI Government of India
Government(s) GoMP/GoI/ any other State Govt.
of India as relevant to the Clause
Joint Venture As defined in Clause 2.2.1
Lowest Bidder As defined in Clause 1.2.6
LOA As defined in Clause 3.3.4
Project As defined in Clause 1.1.1
Re. or Rs. or INR or Rupees Indian Rupee
RFP or Request for Proposals As defined in the Disclaimer
The words and expressions beginning with capital letters and defined in this document shall,
unless repugnant to the context, have the meaning ascribed thereto herein.

Page 9 of 226
1. INTRODUCTION
1.1. Background
1.1.1. Ujjain Smart City Limited represented by its Executive Director (the “Authority”) is involved in
execution of planning and implementation of various smart city projects in the city of Ujjain under
the Smart City Mission of Government of India. The programme involves enormous level of
development work to be carried out across Ujjain city.
1.1.2. As part of this endeavour, the Authority has decided to undertake Design, Supply and
Construction of Pedestrian Bridge Over RudraSagar Lake, Ujjain City through a percentage rate
Contract including defect liability of three years (the “Project”), and has decided to carry out the
bidding process for selection of a bidder to whom the Project may be awarded. A brief description
of the project may be seen in the Scope of Work section of the RFP.
1.1.3. The Selected Bidder (the “Contractor”), shall be responsible for the scope of work as described in
the RFP document under and in accordance with the provisions of the contract (the “Contract”)
to be entered into between the Contractor and the Authority in the form provided by the
Authority as part of the Bidding Documents pursuant hereto.
1.1.4. The scope of work shall will broadly include Design, Supply and Construction of Pedestrian Bridge
Over RudraSagar Lake, Ujjain City as indicated in Volume III: Scope of Work , etc. and the operation
and maintenance thereof including maintenance of the Project during the Defect Liability Period,
which shall be 3 (three) years.
1.1.5. The estimated cost of the Project (the “Estimated Project Cost”) has been specified in the NIT
The assessment of actual costs, however, will have to be made by the Bidders.
1.1.6. The Agreement sets forth the detailed terms and conditions for award of the project to the
Contractor, including the scope of the Contractor’s services and obligations.
1.1.7. The statements and explanations contained in this RFP are intended to provide a better
understanding to the Bidders about the subject matter of this RFP and should not be construed
or interpreted as limiting in any way or manner the scope of services and obligations of the
Contractor set forth in the Agreement or the Authority’s rights to amend, alter, change,
supplement or clarify the scope of work, the work to be awarded pursuant to this RFP or the terms
thereof or herein contained. Consequently, any omissions, conflicts or contradictions in the
Bidding Documents including this RFP are to be noted, interpreted and applied appropriately to
give effect to this intent, and no claims on that account shall be entertained by the Authority.
1.1.8. The Authority shall receive Bids pursuant to this RFP in accordance with the terms set forth in this
RFP and other documents to be provided by the Authority pursuant to this RFP (collectively the
"Bidding Documents"), and all Bids shall be prepared and submitted in accordance with such
terms on or before the Bid due date specified in Clause 1.3 for submission of Bids (the “Bid Due
Date”).
1.2. Brief description of Bidding Process

Page 10 of 226
1.2.1. The Authority has adopted a single stage two envelope/parts system (referred to as the "Bidding
Process") for selection of the Bidder for award of the Project. Under this process, the bid shall be
invited under two parts. Eligibility and qualification of the Bidder will be first examined based on
the details submitted under first part (“Technical Bid”) with respect to eligibility and qualifications
criteria prescribed in this RFP. The "Bidder", which expression shall, unless repugnant to the
context, include the members of the Joint Venture. The Financial Bid under the second part shall
be opened of only those Bidders whose Technical Bids are responsive to eligibility and
qualifications requirements as per this RFP.
Bidders must satisfy themselves that they are qualified to bid, and should give an undertaking to
this effect in the form at BID DATA SHEET

S Particulars Data
.
N
.

1 Office inviting Tender Executive Director


UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
2 For clarification purposes only, the Attention: Chief Executive Officer
Procuring Entity’s address is : Complete Address
Chief Executive Officer
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
e-mail: ujjainsmartcity@gmail.com
3 Website link http://www.mpetenders.gov.in
4 Prebid Meeting A Pre-Bid conference will/ will not take place at MELA
office, Kothi Road, Ujjain at time and date as indicated in
NIT.
Pursuant to the pre-bid meeting if the Employer deems it
necessary to amend the Bid Document, it shall be done by
issuing amendment to the online NIT.

Section 1– NIT
Clause
Particulars Data
Reference
1 Portal fees Shall be reflected on the portal

2 Cost of bid document As per brief NIT.


Bidders shall be directed to the payment gateway
Cost of bid document payable at
through the portal

Cost of bid document in favour of Executive Director


UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010

3 Pre-qualifications required Yes


If Yes, details As per Clause 2.2.2 of Instruction to Bidders

4 Special Eligibility NO

Page 11 of 226
If Yes, details

5 Key Dates Annexure A

Section 2–ITB
Clause
Particulars Data
Referenc
e
1 Specifications & Scope of Work Volume III
2 Whether Joint-venture is allowed Yes
3 Envelope-A should reach in To be submitted Online
physical form to
4 Material to be issued by the Nil
department
9 Period of Validity of Bid 180 Days
10 Earnest Money Deposit / Security As per NIT.
Deposit
Forms of Earnest Money Deposit Bank Guarantee
EMD valid for a period of 180 days
12 Amount of Performance Security Performance Security at the rate of 3 percent of
the contract value shall be required. In case the
quote of the successful bidder is more than 15%
below the PAC amount, then additional
performance security shall be required to be
submitted by the successful bidder. The amount of
additional performance security shall be equal to
difference between the quote submitted by the
successful bidder and 85% of the PAC.
In case of any discrepancy in provisions on
performance security or additional performance
security, the latest guidelines issued by Finance
Department/PWD/UADD of Govt. MP shall be
applicable.
14 Performance security in favour of Executive Director, USCL, Ujjain
15 Performance security valid up to As per clause 35.1, Additional Performance
security Till issue of Physical Completion
Certificate
a) Appendix ia Letter Comprising The Technical Bid
b) Appendix – ib Letter Comprising the Financial BID
c) Annex-i Details of Bidder
d) Annex-ii Technical Capacity of the Bidder
e) Annex-iii - Financial Capacity of the Bidder
f) Annex-iv Details of Eligible Projects
g) Annex-v Statement of Legal Capacity
h) Annex-vi Information required to evaluate the BID Capacity
i) Appendix – ii Bank Guarantee for BID Security
j) Appendix – iii Format for Power of Attorney for Signing of BID
k) Appendix-iv Format for Power of Attorney for Lead Member of
Joint Venture
l) Appendix v Format for Joint Bidding Agreement for Joint
Venture
Contract Data

Page 12 of 226
Annexure – I (Format: I - 2) List of technical personnel for the key positions
Annexure – I (Format: I - 3) List of equipment’s / machines for construction
work
ANNEXURE—O (See clause 15 of Details of Milestones
Section 3 –GCC
ANNEXURE—P (See clause 15 of Compensation for Delay
Section 3-GCC)
Annexure – Q (See clause 17 of Indicative List of Equipment for Quality Control
Section 3 GCC) Lab
Annexure – W (See clause 39 of Salient Features of Some Major Labour Laws
Section 3 GCC) Applicable
(See clause 39 of Section 3 -GCC
ANNEXURE - X Undertaking for not Debarred

Page 13 of 226
APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID

1.2.2. Interested bidders are being called upon to submit their Bid in accordance with the terms
specified in this Bidding Document. The Bid shall be valid for a period of 120 days from the date
specified in the NIT (the "Bid Due Date").
1.2.3. The complete Bidding Documents including the draft Agreement for the Project is enclosed for
the Bidders. The General Arrangement drawings and indicative BOQ prepared by the Authority is
also enclosed. Subject to the provisions of the Clause 2.1.2, the aforesaid documents and any
addenda issued subsequent to this RFP Document, will be deemed to form part of the Bidding
Documents.
1.2.4. Generally, the Lowest Bidder shall be the Selected Bidder. In case such Lowest Bidder withdraws
or is not selected for whatsoever reason, the Authority shall annul the Bidding Process and invite
fresh Bids.
1.2.5. Other details of the process to be followed under this bidding process and the terms thereof are
spelt out in this RFP.
1.2.6. Any queries or request for additional information concerning this RFP shall be submitted by e-
mail to the officer designated in Clause 2.11.4 below with identification/ title: "Queries / Request
for Additional Information: RFP for Selection of Contractor for Design, Supply and Construction of
Pedestrian Bridge Over RudraSagar Lake, Ujjain City
1.3. Schedule of Bidding Process
The Authority shall endeavour to adhere to the schedule advertised in NIT.

Page 14 of 226
1.3.1. A Bidder is required to submit, along with its Bid, a Bid Security as specified in NIT (the "Bid
Security"), refundable not later than 180 (One hundred & Eighty) days from the Bid Due Date,
except in the case of the Selected Bidder whose Bid Security shall be retained till it has provided
a Performance Security under the Agreement. The Bidders will have an option to provide Bid
Security in the form of bank guarantee acceptable to the Authority and in such event, the validity
period of the bank guarantee, shall not be less than 180 (one hundred and eighty) days from the
Bid Due Date, inclusive of a claim period of 60 (sixty) days, and may be extended as may be
mutually agreed between the Authority and the Bidder from time to time. The Bid shall be
summarily rejected if it is not accompanied by the Bid Security. However, in case of MSME, the
submission of Bid Security can be exempted on submission of relevant and valid documents as
part of Technical Bid as per Government of Madhya Pradesh Policy. The documents submitted by
MSME should clearly reflect their position as such in the document submitted.
1.3.2. Bidders are advised to examine the Project in greater detail, and to carry out, at their cost, such
studies as may be required for submitting their respective Bids for award of the contract including
implementation of the Project.
1.3.3. Bids will be evaluated for the Project on the basis of the lowest cost required and quoted by a
Bidder for implementing the Project (the "Bid Price"). The total time allowed for completion of
construction under the Agreement (the "Construction Period") and the period during which the
Contractor shall be liable for maintenance and rectification of any defect or deficiency in the
Project after completion of the Construction Period (the "Defect Liability Period") shall be pre-
determined, and are specified in the draft Agreement forming part of the Bidding Documents.
In this RFP, the term “Lowest Bidder” shall mean the bidder who is quoting the lowest Bid price.

Page 15 of 226
2. INSTRUCTIONS TO BIDDERS
2.1. General Terms of Bidding
2.1.1. No Bidder shall submit more than one Bid for the Project. A Bidder bidding individually or as a
member of a Joint Venture shall not be entitled to submit another Bid either individually or as a
member of any Joint Venture, as the case may be.
2.1.2. The feasibility report / detailed project report, tender drawings, indicative BoQ of the Project is
being provided only as a preliminary reference document by way of assistance to the Bidders who
are expected to carry out their own surveys, investigations and other detailed examination of the
Project before submitting their Bids. Nothing contained in these documents shall be binding on
the Authority nor confer any right on the Bidders, and the Authority shall have no liability
whatsoever in relation to or arising out of any or all contents of these documents.
2.1.3. Notwithstanding anything to the contrary contained in this RFP, the detailed terms specified in
the draft contract shall have overriding effect; provided, however, that any conditions or
obligations imposed on the Bidder hereunder shall continue to have effect in addition to its
obligations under the contract.
2.1.4. The Bid shall be furnished in the format exactly as per Appendix-I i.e. Technical Bid as per
APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID and Financial Bid as per APPENDIX –
IB - Letter Comprising the Financial BID. Bid amount shall be indicated clearly in both figures and
words, in Indian Rupees in prescribed format of Financial Bid and it will be signed by the Bidder’s
authorised signatory. In the event of any difference between figures and words, the amount
which is lower shall be considered.
2.1.5. The Bidder shall deposit a Bid Security of as indicated in NIT in accordance with the provisions of
this RFP. The Bidder has option to provide the Bid Security in the form and manner of a Bank
Guarantee acceptable to the Authority, as per format at APPENDIX – II - Bank Guarantee for BID
Security. The bidders shall also deposit sum as indicated in tender website towards payment of
cost of Bid document in favour of “Ujjain Smart City Limited" payable at Ujjain.
2.1.6. The validity period of the Bank Guarantee, shall not be less than 180 (one hundred and eighty)
days from the Bid Due Date, inclusive of a claim period of 60 (Sixty) days, and may be extended
as may be mutually agreed between the Authority and the Bidder. The Bid shall be summarily
rejected if it is not accompanied by the Bid Security. The Bid Security shall be refundable not
earlier than 180 (one hundred and eighty) days from the Bid Due Date except in the case of the
Selected Bidder whose Bid Security shall be retained till it has provided a Performance Security
under the Contract.
2.1.7. The Bidder should submit a Power of Attorney as per the format at APPENDIX - III - Format for
Power of Attorney for Signing of BID, authorising the signatory of the Bid to commit the Bidder.
2.1.8. In case the Bidder is a Joint Venture, the Members thereof should furnish a Power of Attorney in
favour of the Lead Member in the format at APPENDIX-IV - Format for Power of Attorney for Lead
Member of Joint Venture. In case the Bidder is a Joint Venture, Joint Bidding Agreement in the
format at APPENDIX V - Format for Joint Bidding Agreement for Joint Ventureshall be submitted
by the bidder.

Page 16 of 226
2.1.9. Any condition or qualification or any other stipulation contained in the Bid shall render the Bid
liable to rejection as a non-responsive Bid.
2.1.10. The Bid and all communications in relation to or concerning the Bidding Documents and the Bid
shall be in English language.
2.1.11. The documents including this RFP and all attached documents, provided by the Authority are
and shall remain or become the property of the Authority and are transmitted to the Bidders
solely for the purpose of preparation and the submission of a BID in accordance herewith. Bidders
are to treat all information as strictly confidential and shall not use it for any purpose other than
for preparation and submission of their BID. The provisions of this Clause 2.1.11 shall also apply
mutatis mutandis to Bids and all other documents submitted by the Bidders, and the Authority
will not return to the Bidders any Bid, document or any information provided along therewith.
2.1.12. This RFP is not transferable.
2.1.13. Any award of Project pursuant to this RFP shall be subject to the terms of Bidding Documents
and also fulfilling the criterion as mentioned in Clause 2.2.
2.1.14. In case the Bidder is a Joint Venture, it shall comply with the following additional requirements:
(a) Number of members in a Joint Venture shall not exceed 3 (Three);
(b) subject to the provisions of clause (a) above, the Bid should contain the information
required for each Member of the Joint Venture;
(c) Members of the Joint Venture shall nominate one member as the lead member (the "Lead
Member"). Lead Member shall met at least 60% requirement of Bid Capacity, Technical and
Financial Capacity, required as per Clause 2.2.2 (a), 2.2.2 (b) (i) and 2.2.2 (c). The
nomination(s) shall be supported by a Power of Attorney, as per the format at APPENDIX-IV
- Format for Power of Attorney for Lead Member of Joint Venturesigned by all the other Members
of the Joint Venture. Other Member(s) shall meet at least 20% requirement of Bid Capacity,
Financial Capacity required as per Clause 2.2.2 (a), 2.2.2 (b) (i) and 2.2.2 (c) and the JV as a
whole shall cumulatively/collectively fulfil the 100% requirement; The Lead member shall
fulfil the requirement of Technical Capacity.
(d) the Bid should include a brief description of the roles and responsibilities of individual
members, particularly with reference to financial, technical and defect liability obligations;
(e) an individual Bidder cannot at the same time be member of a Joint Venture applying for this
Bid. Further, a member of a particular Bidder Joint Venture cannot be member of any other
Bidder Joint Venture applying for this bid;
(f) members of the Joint Venture shall have entered into a binding Joint Bidding Agreement,
substantially in the form specified at APPENDIX V - Format for Joint Bidding Agreement for Joint
Venture (the "Jt. Bidding Agreement"), for the purpose of making the Application and
submitting a Bid in the event of being pre-qualified. The Jt. Bidding Agreement, to be
submitted along with the Application, shall, inter alia:

Page 17 of 226
(i) convey the commitment(s) of the Lead Member in accordance with this RFP, in case
the contract to undertake the Project is awarded to the Joint Venture; and clearly
outline the proposed roles & responsibilities, if any, of each member;
(ii) commit the approximate share of work to be undertaken by each member;
(iii) include a statement to the effect that all members of the Joint Venture shall be liable
jointly and severally for all obligations of the Contractor in relation to the Project until
the completion of the Project (the "Defects Liability Period") is achieved in accordance
with the Contract; and
(g) except as provided under this RFP, there shall not be any amendment to the Jt. Bidding
Agreement.
2.1.15. While bidding is open to persons from any country, the following provisions shall apply:
(a) Where, on the date of the Application, not less than 50% (fifty percent) of the aggregate
issued, subscribed and paid up equity share capital in a Bidder or its Member is held by
persons resident outside India or where a Bidder or its Member is controlled by persons
resident outside India; or
(b) if at any subsequent stage after the Bid due date, there is an acquisition of not less than
50% (fifty percent) of the aggregate issued, subscribed and paid up equity share capital or
control, by persons resident outside India, in or of the Bidder or its Member;
then the Eligibility of such Bidder shall be subject to approval of the Authority from national
security and public interest perspective. The decision of the Authority in this behalf shall be final
and conclusive and binding on the Bidder.
The holding or acquisition of equity or control, as above, shall include direct or indirect holding/
acquisition, including by transfer, of the direct or indirect legal or beneficial ownership or control,
by persons acting for themselves or in concert and in determining such holding or acquisition, the
Authority shall be guided by the principles, precedents and definitions contained in the Securities
and Exchange Board of India (Substantial Acquisition of Shares and Takeovers) Regulations, 1997,
or any substitute thereof, as in force on the date of such acquisition.
The Bidder shall promptly inform the Authority of any change in the shareholding, as above, and
failure to do so shall render the Bidder liable for disqualification from the Bidding Process.
2.1.16. Deleted
2.1.17. Any entity which has been barred by the Ministry of Urban Administration and Development
Department of Government of Madhya Pradesh or any other department of Govt. of Madhya
Pradesh or its agencies/departments/companies/autonomous bodies/authorities or Government
of India or its agencies/departments/authorities/companies/autonomous bodies for similar
works or other works which bars it from further participating in any government works, and the
bar subsists as on the date of Application, would not be eligible to submit the Bid, either
individually or as member of a Joint Venture.

Page 18 of 226
2.1.18. The Bidder including individual or any of its Joint Venture Member should, in the last 2 (two)
years, have neither failed to perform for similar works, as evidenced by imposition of a penalty by
an arbitral or judicial authority or a judicial pronouncement or arbitration award against the
Bidder including individual or any of its Joint Venture Member, as the case may be, nor has been
expelled or terminated by Ministry of Urban Administration and Development Department of
Government of Madhya Pradesh or any other department of Govt. of Madhya Pradesh or its
agencies/departments/companies/autonomous bodies/authorities or Government of India or its
agencies/departments/authorities/companies/autonomous bodies for breach by such Bidder
including individual or any of its Joint Venture Member.
(a) The Bidder including individual or any of its Joint Venture Member may provide details of all
their on-going projects along with updated stage of litigation, if so, against the Authority /
Governments.
(b) The Bidder including individual or any of its Joint Venture Member may also provide details of
updated on-going process of blacklisting if so, under any contract with Authority / Government.
(c) The Authority reserves the right to reject an otherwise eligible / Selected Bidder on the basis of
the information provided under this Clause 2.1.18. The decision of the Authority in this regard
shall be final.
2.2. Eligibility and Qualification Requirements of Bidder
2.2.1. For determining the eligibility of Bidder the following shall apply:
(a) The Bidder may be a single entity or a group of entities (the "Joint Venture"), coming
together to implement the Project. However, no Bidder applying individually or as a
member of a Joint Venture, as the case may be, can be member of another Bidder. The term
Bidder used herein would apply to both a single entity and a Joint Venture.
(b) Bidder may be a proprietorship firm, partnership firm including Limited Liability
Partnerships, Private Limited Company or Public Limited Company, or any combination of
them with a formal intent to enter into a Joint Venture agreement or under an existing
agreement to form a Joint Venture. A Joint Venture shall be eligible for consideration
subject to the conditions set out in Clause 2.1.14 above.
(c) A Bidder shall not have a conflict of interest (the "Conflict of Interest") that affects the
Bidding Process. Any Bidder found to have a Conflict of Interest shall be disqualified and
liable for forfeiture of the Bid Security or Performance Security as the case may be. A Bidder
shall be deemed to have a Conflict of Interest affecting the Bidding Process, if:
(i) the Bidder, its Joint Venture Member (or any constituent thereof) and any other
Bidder, its Member or any Member of its Joint Venture thereof (or any constituent
thereof) have common controlling shareholders or other ownership interest; provided
that this disqualification shall not apply in cases where the direct or indirect
shareholding of a Bidder, or its Joint Venture Member thereof (or any shareholder
thereof having a shareholding of more than 5% (five percent) of the paid up and
subscribed share capital of such Bidder, or its Joint Venture Member, as the case may
be), in the other Bidder, its Joint Venture Member is less than 5% (five percent) of the

Page 19 of 226
subscribed and paid up equity share capital thereof; provided further that this
disqualification shall not apply to any ownership by a bank, insurance company,
pension fund or a public financial institution referred to in section 4A of the
Companies Act, 1956 or in concordance with relevant section of the Companies Act,
2013. For the purposes of this Clause 2.2.1 (c), indirect shareholding held through one
or more intermediate persons shall be computed as follows: (aa) where any
intermediary is controlled by a person through management control or otherwise, the
entire shareholding held by such controlled intermediary in any other person (the
"Subject Person") shall be taken into account for computing the shareholding of such
controlling person in the Subject Person; and (bb) subject always to sub-clause (aa)
above, where a person does not exercise control over an intermediary, which has
shareholding in the Subject Person, the computation of indirect shareholding of such
person in the Subject Person shall be undertaken on a proportionate basis; provided,
however, that no such shareholding shall be reckoned under this sub-clause (bb) if the
shareholding of such person in the intermediary is less than 26% of the subscribed
and paid up equity shareholding of such intermediary; or
(ii) a constituent of such Bidder is also a constituent of another; or
(iii) such Bidder, or any of its Joint Venture Member thereof receives or has received any
direct or indirect subsidy, grant, concessional loan or subordinated debt from any
other Bidder, or any of its Joint Venture Member thereof or has provided any such
subsidy, grant, concessional loan or subordinated debt to any other Bidder, its
Member or any of its Joint Venture Member thereof; or
(iv) such Bidder has the same legal representative for purposes of this Application as any
other Bidder; or
(v) such Bidder, or any of its Joint Venture Member thereof has a relationship with
another Bidder, or any of its Joint Venture Member thereof, directly or through
common third party/ parties, that puts either or both of them in a position to have
access to each other’s' information about, or to influence the Application of either or
each other; or
(vi) such Bidder, or any of its Joint Venture Member thereof has participated as a
consultant to the Authority in the preparation of any documents, design or technical
specifications of the Project.

(d) A Bidder shall be liable for disqualification and forfeiture of Bid Security, if any legal,
financial or technical adviser of the Authority in relation to the Project is engaged by the
Bidder, its Member or any Associate thereof, as the case may be, in any manner for matters
related to or incidental to such Project during the Bidding Process or subsequent to the (i)
issue of the LOA or (ii) execution of the Agreement. In the event any such adviser is engaged
by the selected Bidder or Contractor, as the case may be, after issue of the LOA or execution
of the Agreement for matters related or incidental to the project, then notwithstanding
anything to the contrary contained herein or in the LOA or the Agreement and without
Prejudice to any other right or remedy or the Authority, including the forfeiture and

Page 20 of 226
appropriation of the Bid Security or Performance Security, as the case may be, which the
Authority may have there under or otherwise, the LOA or the Agreement, as the case may
be, shall be liable to be terminated without the Authority being liable in any manner
whatsoever to the Selected Bidder or Contractor for the same. For the avoidance or doubt,
this disqualification shall not apply where such adviser was engaged by the Bidder, its
Member or Associate in the past but its assignment expired or was terminated 6 (six)
months prior to the date of issue of this RFP. Nor will this disqualification apply where such
adviser is engaged after a period of 3 (three) years from the date of commercial operation
of the Project.
2.2.2. Qualification requirements of Bidders:
(a) Bid Capacity
Bidders who inter alia meet the minimum qualification criteria will be qualified only if their
available Bid capacity is more than the total Bid value (value as per Clause 1.1.2). The
available Bid capacity will be calculated as per following, based on information mentioned
ANNEX-VI - Information required to evaluate the BID Capacity:

Assessed Available Bid capacity = (A*N*1.5 – B), Where


N= Number of years prescribed for completion of work for which Bid is invited and in case
the duration of Project is less than 1 year the Value of N shall be taken as 1.
A = Maximum value of civil engineering works in respect of executed in any one year during
the last five years (updated to the price level of the year indicated in table below under
note) taking into account the completed as well as works in progress. The project includes
turnkey contract/ Item rate contract/ percentage rate contract / Construction works.
B = Value (updated to the price level of the year indicated in table below under note) of
existing commitments, works for which LOA issued and on-going works to be completed
during the period of completion of the works for which Bid is invited.
Note: The Statement showing the value of all existing commitments, works for which LOA issued and
ongoing works as well as the stipulated period of completion remaining for each of the works listed
should be countersigned by the Client or its Engineer-in-charge not below the rank of Executive
Engineer or equivalent in respect of projects or concessionaire / Authorised Signatory of SPV in respect
of BOT Projects and verified by Statutory Auditor. The factor for the year for updation to the price level
is indicated as under:
Table 2: Bid Capacity Updation Factor

FY 2020-21 2019-20 2018-19 2017-18 2016-17


MF 1.00 1.00 1.10 1.21 1.33

FY 2015-16 2014-15 2013-14 2012-13 2011-12


MF 1.46 1.61 1.77 1.95 2.14

Page 21 of 226
(b) Technical Capacity
(i) For demonstrating technical capacity and experience (the “Technical Capacity”), the
Bidder should have successfully executed either of the below:
1. Three similar works each costing not less than the amount equal to 20% of the
probable amount of contract during the last 10 financial years; OR
2. Two similar works each costing not less than the amount equal to 30% of the
probable amount of contract during the last 10 financial years; OR
3. One similar work of aggregate cost not less than the amount equal to 50% of the
probable amount of contract in any one financial year during the last 10 financial
years.
Similar Works means, _ “Construction of bridge of at least 100 m single span with steel
and/or composite structures “

(c) Financial Capacity


(i) The Bidder shall have a positive Net Worth at the close of the preceding financial year.
(ii) Average Annual Construction turnover on the construction works not less than 50%
of the probable amount of contract during the last 5 financial years.
(d) In case of a Joint Venture:
(i) The Bid Capacity, Technical Capacity and Financial Capacity of all the Members of Joint
Venture would be taken into account for satisfying the above conditions of eligibility.
Further, Lead Member shall meet at least 60% requirement of Bid Capacity, Technical
and Financial Capacity as per Clause 2.2.2 (a), 2.2.2 (b) (i) and 2.2.2 (c) and each of
other JV members shall meet at least 20% requirement of Bid Capacity, Technical and
Financial Capacity individually as per Clause 2.2.2 (a), 2.2.2 (b) (i) and 2.2.2 (c). For
avoidance of doubt it is further clarified that the Joint Venture must collectively and
individually satisfy the above qualification criteria i.e. JV shall
cumulatively/collectively fulfill the 100% requirement.
(e) Submission in Support of Technical Capacity
(i) The Bidder should furnish the details of Eligible Experience for the last 10 (Ten) financial
years immediately preceding the Bid Due Date.
(ii) The Bidder must provide the necessary information relating to Technical Capacity as per
format at ANNEX-II - Technical Capacity of the Bidder of BID DATA SHEET

(iii) S Particulars Data


.
N
.

1 Office inviting Tender Executive Director


UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
2 For clarification purposes only, the Attention: Chief Executive Officer
Procuring Entity’s address is : Complete Address
Chief Executive Officer
Page 22 of 226
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
e-mail: ujjainsmartcity@gmail.com
3 Website link http://www.mpetenders.gov.in
4 Prebid Meeting A Pre-Bid conference will/ will not take place at MELA
office, Kothi Road, Ujjain at time and date as indicated in
NIT.
Pursuant to the pre-bid meeting if the Employer deems it
necessary to amend the Bid Document, it shall be done by
issuing amendment to the online NIT.

Section 1– NIT
Clause
Particulars Data
Reference
1 Portal fees Shall be reflected on the portal

2 Cost of bid document As per brief NIT.


Bidders shall be directed to the payment gateway
Cost of bid document payable at
through the portal

Cost of bid document in favour of Executive Director


UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010

3 Pre-qualifications required Yes

If Yes, details As per Clause 2.2.2 of Instruction to Bidders

4 Special Eligibility NO

If Yes, details

5 Key Dates Annexure A

Section 2–ITB
Clause
Particulars Data
Referenc
e
1 Specifications & Scope of Work Volume III
2 Whether Joint-venture is allowed Yes
3 Envelope-A should reach in To be submitted Online
physical form to
4 Material to be issued by the Nil
department
9 Period of Validity of Bid 180 Days
10 Earnest Money Deposit / Security As per NIT.
Deposit
Forms of Earnest Money Deposit Bank Guarantee
EMD valid for a period of 180 days
12 Amount of Performance Security Performance Security at the rate of 3 percent of
the contract value shall be required. In case the
quote of the successful bidder is more than 15%
below the PAC amount, then additional
Page 23 of 226
performance security shall be required to be
submitted by the successful bidder. The amount of
additional performance security shall be equal to
difference between the quote submitted by the
successful bidder and 85% of the PAC.
In case of any discrepancy in provisions on
performance security or additional performance
security, the latest guidelines issued by Finance
Department/PWD/UADD of Govt. MP shall be
applicable.
14 Performance security in favour of Executive Director, USCL, Ujjain
15 Performance security valid up to As per clause 35.1, Additional Performance
security Till issue of Physical Completion
Certificate
m) Appendix ia Letter Comprising The Technical Bid
n) Appendix – ib Letter Comprising the Financial BID
o) Annex-i Details of Bidder
p) Annex-ii Technical Capacity of the Bidder
q) Annex-iii - Financial Capacity of the Bidder
r) Annex-iv Details of Eligible Projects
s) Annex-v Statement of Legal Capacity
t) Annex-vi Information required to evaluate the BID Capacity
u) Appendix – ii Bank Guarantee for BID Security
v) Appendix – iii Format for Power of Attorney for Signing of BID
w) Appendix-iv Format for Power of Attorney for Lead Member of
Joint Venture
x) Appendix v Format for Joint Bidding Agreement for Joint
Venture
Contract Data
Annexure – I (Format: I - 2) List of technical personnel for the key positions
Annexure – I (Format: I - 3) List of equipment’s / machines for construction
work
ANNEXURE—O (See clause 15 of Details of Milestones
Section 3 –GCC
ANNEXURE—P (See clause 15 of Compensation for Delay
Section 3-GCC)
Annexure – Q (See clause 17 of Indicative List of Equipment for Quality Control
Section 3 GCC) Lab
Annexure – W (See clause 39 of Salient Features of Some Major Labour Laws
Section 3 GCC) Applicable
(See clause 39 of Section 3 -GCC
ANNEXURE - X Undertaking for not Debarred

Page 24 of 226
(iv) APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID. The Bidder should furnish the required
Project-specific information and evidence in support of its claim of Technical Capacity, as
per format at ANNEX-IV - Details of Eligible Projectsof BID DATA SHEET

(v) S Particulars Data


.
N
.
1 Office inviting Tender Executive Director
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
2 For clarification purposes only, the Attention: Chief Executive Officer
Procuring Entity’s address is : Complete Address
Chief Executive Officer
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
e-mail: ujjainsmartcity@gmail.com
3 Website link http://www.mpetenders.gov.in
4 Prebid Meeting A Pre-Bid conference will/ will not take place at MELA
office, Kothi Road, Ujjain at time and date as indicated in
NIT.
Pursuant to the pre-bid meeting if the Employer deems it
necessary to amend the Bid Document, it shall be done by
issuing amendment to the online NIT.

Section 1– NIT
Clause
Particulars Data
Reference
1 Portal fees Shall be reflected on the portal

2 Cost of bid document As per brief NIT.


Bidders shall be directed to the payment gateway
Cost of bid document payable at
through the portal

Cost of bid document in favour of Executive Director


UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010

3 Pre-qualifications required Yes


If Yes, details As per Clause 2.2.2 of Instruction to Bidders

4 Special Eligibility NO

If Yes, details

5 Key Dates Annexure A

Section 2–ITB
Clause
Particulars Data
Referenc
e
1 Specifications & Scope of Work Volume III

Page 25 of 226
2 Whether Joint-venture is allowed Yes
3 Envelope-A should reach in To be submitted Online
physical form to
4 Material to be issued by the Nil
department
9 Period of Validity of Bid 180 Days
10 Earnest Money Deposit / Security As per NIT.
Deposit
Forms of Earnest Money Deposit Bank Guarantee
EMD valid for a period of 180 days
12 Amount of Performance Security Performance Security at the rate of 3 percent of
the contract value shall be required. In case the
quote of the successful bidder is more than 15%
below the PAC amount, then additional
performance security shall be required to be
submitted by the successful bidder. The amount of
additional performance security shall be equal to
difference between the quote submitted by the
successful bidder and 85% of the PAC.
In case of any discrepancy in provisions on
performance security or additional performance
security, the latest guidelines issued by Finance
Department/PWD/UADD of Govt. MP shall be
applicable.
14 Performance security in favour of Executive Director, USCL, Ujjain
15 Performance security valid up to As per clause 35.1, Additional Performance
security Till issue of Physical Completion
Certificate
y) Appendix ia Letter Comprising The Technical Bid
z) Appendix – ib Letter Comprising the Financial BID
aa) Annex-i Details of Bidder
bb) Annex-ii Technical Capacity of the Bidder
cc) Annex-iii - Financial Capacity of the Bidder
dd) Annex-iv Details of Eligible Projects
ee) Annex-v Statement of Legal Capacity
ff) Annex-vi Information required to evaluate the BID Capacity
gg) Appendix – ii Bank Guarantee for BID Security
hh) Appendix – iii Format for Power of Attorney for Signing of BID
ii) Appendix-iv Format for Power of Attorney for Lead Member of
Joint Venture
jj) Appendix v Format for Joint Bidding Agreement for Joint
Venture
Contract Data
Annexure – I (Format: I - 2) List of technical personnel for the key positions
Annexure – I (Format: I - 3) List of equipment’s / machines for construction
work
ANNEXURE—O (See clause 15 of Details of Milestones
Section 3 –GCC
ANNEXURE—P (See clause 15 of Compensation for Delay
Section 3-GCC)
Annexure – Q (See clause 17 of Indicative List of Equipment for Quality Control
Section 3 GCC) Lab

Page 26 of 226
Annexure – W (See clause 39 of Salient Features of Some Major Labour Laws
Section 3 GCC) Applicable
(See clause 39 of Section 3 -GCC
ANNEXURE - X Undertaking for not Debarred

Page 27 of 226
(vi) APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID.

(f) Submission in Support of Financial capacity


(i) The Technical Bid must be accompanied by the Audited Annual Reports of the Bidder (of
each Member in case of a Joint Venture) for the last 5 (five) financial years, preceding the
year in which the bid is submitted.
(ii) In case the annual accounts for the latest financial year are not audited and therefore the
Bidder cannot make it available, the Bidder shall give an undertaking to this effect and the
statutory auditor shall certify the same. In such a case, the Bidder shall provide the Audited
Annual Reports for 5 (five) years preceding the year for which the Audited Annual Report is
not being provided.
(iii) The Bidder must establish the minimum Net Worth specified in Clause 2.2.2 (c), and provide
details as per format at ANNEX-III - Financial Capacity of the Bidder of BID DATA SHEET

(iv) S Particulars Data


.
N
.

1 Office inviting Tender Executive Director


UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
2 For clarification purposes only, the Attention: Chief Executive Officer
Procuring Entity’s address is : Complete Address
Chief Executive Officer
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
e-mail: ujjainsmartcity@gmail.com
3 Website link http://www.mpetenders.gov.in
4 Prebid Meeting A Pre-Bid conference will/ will not take place at MELA
office, Kothi Road, Ujjain at time and date as indicated in
NIT.
Pursuant to the pre-bid meeting if the Employer deems it
necessary to amend the Bid Document, it shall be done by
issuing amendment to the online NIT.

Section 1– NIT
Clause
Particulars Data
Reference
1 Portal fees Shall be reflected on the portal

2 Cost of bid document As per brief NIT.


Bidders shall be directed to the payment gateway
Cost of bid document payable at
through the portal

Cost of bid document in favour of Executive Director


UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010

3 Pre-qualifications required Yes

Page 28 of 226
If Yes, details As per Clause 2.2.2 of Instruction to Bidders

4 Special Eligibility NO

If Yes, details

5 Key Dates Annexure A

Section 2–ITB
Clause
Particulars Data
Referenc
e
1 Specifications & Scope of Work Volume III
2 Whether Joint-venture is allowed Yes
3 Envelope-A should reach in To be submitted Online
physical form to
4 Material to be issued by the Nil
department
9 Period of Validity of Bid 180 Days
10 Earnest Money Deposit / Security As per NIT.
Deposit
Forms of Earnest Money Deposit Bank Guarantee
EMD valid for a period of 180 days
12 Amount of Performance Security Performance Security at the rate of 3 percent of
the contract value shall be required. In case the
quote of the successful bidder is more than 15%
below the PAC amount, then additional
performance security shall be required to be
submitted by the successful bidder. The amount of
additional performance security shall be equal to
difference between the quote submitted by the
successful bidder and 85% of the PAC.
In case of any discrepancy in provisions on
performance security or additional performance
security, the latest guidelines issued by Finance
Department/PWD/UADD of Govt. MP shall be
applicable.
14 Performance security in favour of Executive Director, USCL, Ujjain
15 Performance security valid up to As per clause 35.1, Additional Performance
security Till issue of Physical Completion
Certificate
kk) Appendix ia Letter Comprising The Technical Bid
ll) Appendix – ib Letter Comprising the Financial BID
mm) Annex-i Details of Bidder
nn) Annex-ii Technical Capacity of the Bidder
oo) Annex-iii - Financial Capacity of the Bidder
pp) Annex-iv Details of Eligible Projects
qq) Annex-v Statement of Legal Capacity
rr) Annex-vi Information required to evaluate the BID Capacity
ss) Appendix – ii Bank Guarantee for BID Security
tt) Appendix – iii Format for Power of Attorney for Signing of BID
uu) Appendix-iv Format for Power of Attorney for Lead Member of
Joint Venture
Page 29 of 226
vv) Appendix v Format for Joint Bidding Agreement for Joint
Venture
Contract Data
Annexure – I (Format: I - 2) List of technical personnel for the key positions
Annexure – I (Format: I - 3) List of equipment’s / machines for construction
work
ANNEXURE—O (See clause 15 of Details of Milestones
Section 3 –GCC
ANNEXURE—P (See clause 15 of Compensation for Delay
Section 3-GCC)
Annexure – Q (See clause 17 of Indicative List of Equipment for Quality Control
Section 3 GCC) Lab
Annexure – W (See clause 39 of Salient Features of Some Major Labour Laws
Section 3 GCC) Applicable
(See clause 39 of Section 3 -GCC
ANNEXURE - X Undertaking for not Debarred

Page 30 of 226
APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID

(g) The Bidder shall enclose with its Technical Bid, to be submitted as per the format at APPENDIX IA,
complete with its Annexes, the following:
A. Certificate(s) from its statutory auditors1 or the concerned client(s) stating the payments
received or in case of a PPP project, the construction carried out by itself, during the past 5
years, in respect of the Eligible Projects. In case a particular job/ contract has been jointly
executed by the Bidder (as part of a Joint Venture), it should further support its claim for
the payments received or construction carried out by itself in PPP Projects as applicable the
share in work done for that particular job/ contract by producing a certificate from its
statutory auditor or the client; and
B. Certificate(s) from its statutory auditors specifying the net worth of the Bidder, as at the
close of the preceding financial year, and also specifying that the methodology adopted for
calculating such net worth conforms to the provisions of this Clause 2.2.2 (g) (ii). For the
purposes of this RFP, net worth (the "Net Worth") shall mean the aggregate value of the
paid-up share capital and all reserves created out of the profits and securities premium
account, after deducting the aggregate value of the accumulated losses, deferred
expenditure and miscellaneous expenditure not written off, as per the audited balance
sheet, but does not include reserves created out of revaluation of assets, write-back of
depreciation and amalgamation.
2.3. Proprietary data
All documents and other information supplied by the Authority or submitted by a Bidder to the
Authority shall remain or become the property of the Authority. Bidders are to treat all
information as strictly confidential and shall not use it for any purpose other than for preparation
and submission of their Bid. The Authority will not return any Bid or any information provided
along therewith.
2.4. Cost of Bidding
The Bidders shall be responsible for all of the costs associated with the preparation of their BIDs
and their participation in the Bidding Process. The Authority will not be responsible or in any way
liable for such costs, regardless of the conduct or outcome of the Bidding Process.

1
In case duly certified audited annual financial statements containing explicitly the requisite details are provided, a separate
certification by statutory auditors would not be necessary in respect of Clause 2.2.2 (i) (i). In jurisdictions that do not have
statutory auditors, the firm of auditors which audits the annual accounts of the Applicant may provide the certificates
required under this RFP.
Page 31 of 226
2.5. Site visit and verification of information
2.5.1. Bidders are encouraged to submit their respective Bids after visiting the Project site and
ascertaining for themselves the site conditions, traffic, location, surroundings, climate, availability
of power, water & other utilities for construction, access to site, handling and storage of materials,
weather data, applicable laws and regulations, and any other matter considered relevant by them.
Bidders are advised to visit the site and familiarise themselves with the Project with in the
stipulated time of submission of the Bid. No extension of time is likely to be considered for
submission of Bids.
2.5.2. It shall be deemed that by submitting a BID, the Bidder has:
(a) made a complete and careful examination of the Bidding Documents, Schedules annexed to
agreement document.
(b) received all relevant information requested from the Authority;
(c) accepted the risk of inadequacy, error or mistake in the information provided in the Bidding
Documents or furnished by or on behalf of the Authority relating to any of the matters
referred to in Clause 2.5.1 above. No claim shall be admissible at any stage on this account.
(d) satisfied itself about all matters, things and information including matters referred to in
Clause 2.5.1 hereinabove necessary and required for submitting an informed Bid, execution
of the Project in accordance with the Bidding Documents and performance of all of
its obligations thereunder;
(e) acknowledged and agreed that inadequacy, lack of completeness or incorrectness of
information provided in the Bidding Documents or ignorance of any of the matters referred
to in Clause 2.5.1 hereinabove shall not be a basis for any claim for compensation, damages,
extension of time for performance of its obligations, loss of profits etc. from the Authority,
or a ground for termination of the Agreement by the Contractor;
(f) acknowledged that it does not have a Conflict of Interest; and
(g) agreed to be bound by the undertakings provided by it under and in terms hereof.
2.5.3. The Authority shall not be liable for any omission, mistake or error in respect of any of the above
or on account of any matter or thing arising out of or concerning or relating to RFP, including any
error or mistake therein or in any information or data given by the Authority.
2.6. Verification and Disqualification
2.6.1. The Authority reserves the right to verify all statements, information and documents submitted
by the Bidder in response to the RFP and the Bidder shall, when so required by the Authority,
make available all such information, evidence and documents as may be necessary for such
verification. Any such verification, or lack of such verification, by the Authority shall not relieve
the Bidder of its obligations or liabilities hereunder nor will it affect any rights of the Authority
thereunder.
2.6.2. The Authority reserves the right to reject any Bid and appropriate the Bid Security if:
(a) at any time, a material misrepresentation is made or uncovered, or

Page 32 of 226
(b) the Bidder does not provide, within the time specified by the Authority, the supplemental
information/ document(s)/confirmation(s) sought by the Authority for evaluation of the Bid.
Such misrepresentation/ improper response shall lead to the disqualification of the Bidder. If the
Bidder is a Joint Venture, then the entire Joint Venture and each Member of the Joint Venture
may be disqualified/ rejected. If such disqualification/rejection occurs after the BIDs have been
opened and the lowest Bidder gets disqualified / rejected, then the Authority reserves the right
to annul the Bidding Process and invites fresh BIDs.
2.6.3. In case it is found during the evaluation or at any time before signing of the Agreement or after
its execution and during the period of defect liability, subsistence thereof, that one or more of
the eligibility and /or qualification requirements have not been met by the Bidder, or the Bidder
has made material misrepresentation or has given any materially incorrect or false information,
the Bidder shall be disqualified forthwith if not yet appointed as the contractor either by issue of
the LOA or entering into of the Agreement, and if the Selected Bidder has already been issued the
LOA or has entered into the Agreement, as the case may be, the same shall, notwithstanding
anything to the contrary contained therein or in this RFP, be liable to be terminated, by a
communication in writing by the Authority to the Selected Bidder or the Contractor, as the case
may be, without the Authority being liable in any manner whatsoever to the Selected Bidder or
the Contractor. In such an event, the Authority shall be entitled to forfeit and appropriate the Bid
Security or Performance Security, as the case may be, as Damages, without prejudice to any other
right or remedy that may be available to the Authority under the Bidding Documents and / or the
Agreement, or otherwise.
2.7. Contents of the RFP
2.7.1. This RFP comprises the Disclaimer set forth hereinabove, the contents as listed below, and will
additionally include any Addenda issued in accordance with Clause 2.9.
Part –I
Invitation for BIDs
Section 1. Introduction
Section 2. Instructions to Bidders Section
Section 3. Evaluation of BIDs
Section 4. Fraud and Corrupt Practices
Section 5. Pre-BID Conference
Section 6. Miscellaneous
Appendices
IA. Letter comprising the Technical BID including Annexure I to VI
IB. Letter comprising the Financial BID
II. Bank Guarantee for BID Security
III. Power of Attorney for signing of BID
IV. Power of Attorney for Lead Member of Joint Venture
V. Joint Bidding Agreement for Joint Venture

Page 33 of 226
Part –II
Agreement Document with schedules
Part –III
Scope of Work, Specifications, Indicative BoQ, Drawings etc.
2.7.2. The draft Agreement and Scope of Work etc. provided by the Authority as part of the Bid
Documents shall be deemed to be part of this RFP.
2.8. Clarifications
2.8.1. Bidders requiring any clarification on the RFP may notify the Authority in writing by e-mail in
accordance with Clause 1.2.6. They should send in their queries on or before the date mentioned
in the Schedule of Bidding Process specified in NIT. The Authority shall endeavour to respond to
the queries within the period specified therein. The responses if any, may be published by the
Authority on e-tender portal.
2.8.2. The Authority shall endeavour to respond to the questions raised or clarifications sought by the
Bidders. However, the Authority reserves the right not to respond to any question or provide any
clarification, in its sole discretion, and nothing in this Clause shall be taken or read as compelling
or requiring the Authority to respond to any question or to provide any clarification.
2.8.3. The Authority may also on its own motion, if deemed necessary, issue interpretations &
clarifications to all Bidders. All clarifications and interpretations issued by the Authority shall be
deemed to be part of the Bidding Documents. Verbal clarifications and information given by
Authority or its employees or representatives shall not in any way or manner be binding on the
Authority.
2.9. Amendment of RFP
2.9.1. At any time prior to the Bid Due Date, the Authority may, for any reason, whether at its own
initiative or in response to clarifications requested by a Bidder, modify the RFP by the issuance of
Addenda.
2.9.2. Any Addendum issued hereunder will be hosted on the USCL's website USCL's e-Tendering Portal
https://mptenders.gov.in/nicgep/app .
2.9.3. In order to afford the Bidders a reasonable time for taking an Addendum into account, or for any
other reason, the Authority may, in its sole discretion, extend the Bid Due Date2.
PREPARATION AND SUBMISSION OF BIDS

2 While extending the BID Due Date on account of an addendum, the Authority shall have due regard for the time required
by Bidders to address the amendments specified therein. In the case of significant amendments, at least 15 (fifteen) days
shall be provided between the date of amendment and the Bid Due Date, and in the case of minor amendments, at least 7
(seven) days shall be provided.

Page 34 of 226
2.10. Format and Signing of BID
2.10.1. The Bidder shall provide all the information sought under this RFP. The Authority will evaluate
only those Bids that are received online in the required formats and complete in all respects.
2.10.2. The Bid shall be typed and signed in indelible blue ink by the authorised signatory of the Bidder.
All the alterations, omissions, additions or any other amendments made to the Bid shall be
initialled by the person(s) signing the Bid.
2.11. Documents comprising Technical and Financial BID
2.11.1. The Bidder shall submit the Technical Bid & Financial Bid online through e-procurement portal
https://mptenders.gov.in/nicgep/app comprising following documents along with supporting
documents as appropriate:
Technical Bid
(a) BID DATA SHEET

(b) S Particulars Data


.
N
.
1 Office inviting Tender Executive Director
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
2 For clarification purposes only, the Attention: Chief Executive Officer
Procuring Entity’s address is : Complete Address
Chief Executive Officer
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
e-mail: ujjainsmartcity@gmail.com
3 Website link http://www.mpetenders.gov.in
4 Prebid Meeting A Pre-Bid conference will/ will not take place at MELA
office, Kothi Road, Ujjain at time and date as indicated in
NIT.
Pursuant to the pre-bid meeting if the Employer deems it
necessary to amend the Bid Document, it shall be done by
issuing amendment to the online NIT.

Section 1– NIT
Clause
Particulars Data
Reference
1 Portal fees Shall be reflected on the portal

2 Cost of bid document As per brief NIT.


Bidders shall be directed to the payment gateway
Cost of bid document payable at
through the portal

Cost of bid document in favour of Executive Director


UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010

3 Pre-qualifications required Yes

Page 35 of 226
If Yes, details As per Clause 2.2.2 of Instruction to Bidders

4 Special Eligibility NO

If Yes, details

5 Key Dates Annexure A

Section 2–ITB
Clause
Particulars Data
Referenc
e
1 Specifications & Scope of Work Volume III
2 Whether Joint-venture is allowed Yes
3 Envelope-A should reach in To be submitted Online
physical form to
4 Material to be issued by the Nil
department
9 Period of Validity of Bid 180 Days
10 Earnest Money Deposit / Security As per NIT.
Deposit
Forms of Earnest Money Deposit Bank Guarantee
EMD valid for a period of 180 days
12 Amount of Performance Security Performance Security at the rate of 3 percent of
the contract value shall be required. In case the
quote of the successful bidder is more than 15%
below the PAC amount, then additional
performance security shall be required to be
submitted by the successful bidder. The amount of
additional performance security shall be equal to
difference between the quote submitted by the
successful bidder and 85% of the PAC.
In case of any discrepancy in provisions on
performance security or additional performance
security, the latest guidelines issued by Finance
Department/PWD/UADD of Govt. MP shall be
applicable.
14 Performance security in favour of Executive Director, USCL, Ujjain
15 Performance security valid up to As per clause 35.1, Additional Performance
security Till issue of Physical Completion
Certificate
ww) Appendix ia Letter Comprising The Technical Bid
xx) Appendix – ib Letter Comprising the Financial BID
yy) Annex-i Details of Bidder
zz) Annex-ii Technical Capacity of the Bidder
aaa) Annex-iii - Financial Capacity of the Bidder
bbb) Annex-iv Details of Eligible Projects
ccc) Annex-v Statement of Legal Capacity
ddd) Annex-vi Information required to evaluate the BID Capacity
eee) Appendix – ii Bank Guarantee for BID Security
fff) Appendix – iii Format for Power of Attorney for Signing of BID
ggg) Appendix-iv Format for Power of Attorney for Lead Member of
Joint Venture
Page 36 of 226
hhh) Appendix v Format for Joint Bidding Agreement for Joint
Venture
Contract Data
Annexure – I (Format: I - 2) List of technical personnel for the key positions
Annexure – I (Format: I - 3) List of equipment’s / machines for construction
work
ANNEXURE—O (See clause 15 of Details of Milestones
Section 3 –GCC
ANNEXURE—P (See clause 15 of Compensation for Delay
Section 3-GCC)
Annexure – Q (See clause 17 of Indicative List of Equipment for Quality Control
Section 3 GCC) Lab
Annexure – W (See clause 39 of Salient Features of Some Major Labour Laws
Section 3 GCC) Applicable
(See clause 39 of Section 3 -GCC
ANNEXURE - X Undertaking for not Debarred

Page 37 of 226
(c) APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID (including ANNEX-I - Details of Bidder to
ANNEX-VI - Information required to evaluate the BID Capacity and supporting certificates /
documents;
(d) Power of Attorney for signing the Bid as per the format at APPENDIX - III - Format for Power of
Attorney for Signing of BID;

(e) if applicable, Power of Attorney for Lead Member of Joint Venture as per the format at
APPENDIX-IV - Format for Power of Attorney for Lead Member of Joint Venture;

(f) if applicable, Joint Bidding Agreement for Joint Venture as per the format at APPENDIX V -
Format for Joint Bidding Agreement for Joint Venture;

(g) if applicable, License certificate issued by Govt. of MP; Those bidders who are not registered
with Govt. of MP as contractors may apply before bidding and attach the application copy
as proof of registration.
(h) Bid Security of as indicated in NIT in the form of Bank Guarantee in the format at APPENDIX
– II - Bank Guarantee for BID Security from a Scheduled Bank or copy of acknowledgment of
payment of bid security online;
(i) Copy of acknowledgment towards payment of cost of Bid document of to Ujjain Smart City
Limited" payable at Ujjain towards cost of Bid document;
(j) An undertaking from the person having PoA referred to in Sub. Clause-(b) above that they
agree and abide by the Bid documents uploaded by USCL and amendments uploaded, if any;
and
Financial Bid
(k) APPENDIX – IB - Letter Comprising the Financial BID.

2.11.2. The Successful Bidder shall submit the following documents physically:
(a) Original Power of Attorney for signing the Bid as per format at APPENDIX - III - Format for
Power of Attorney for Signing of BID;

(b) if applicable, Original Power of Attorney for Lead Member of Joint Venture as per the format
at APPENDIX-IV - Format for Power of Attorney for Lead Member of Joint Venture;
(c) if applicable, Original Joint Bidding Agreement for Joint Venture as per the format at
APPENDIX V - Format for Joint Bidding Agreement for Joint Venture;

(d) Bid Security as indicated in NIT in the form of Original Bank Guarantee in the format at
APPENDIX – II - Bank Guarantee for BID Security from a Scheduled Bank;

(e) An undertaking from the person having PoA referred to in Sub. Clause-(a) above that they
agree and abide by the Bid documents uploaded by USCL and amendments uploaded, if any.

Page 38 of 226
2.11.3. The documents listed at clause 2.11.2 shall be placed in an envelope, which shall be sealed. The
envelope shall clearly bear the identification "Bid for the ________________________ on
Percentage Rate Mode " and shall clearly indicate the name and address of the Bidder. In addition,
the Bid Due Date should be indicated on the right hand top corner of the envelope.
2.11.4. The envelope shall be addressed to the following official and shall be submitted at the respective
address:
(a) ATTN. OF: Mr. ___________
DESIGNATION __________________-
ADDRESS: Ujjain Smart City Limited
Room No 16, Mela Office, Kothi Road,
Ujjain, Madhya Pradesh – 456010
PHONE NO: +91-734-xxxx xxxx
Fax: +91-734-xxxx xxxx
E-mail: ujjainsmartcity@gmail.com
2.11.5. If the envelope is not sealed and marked as instructed above, the Authority assumes no
responsibility for the misplacement or premature opening of the contents of the BID submitted
and consequent losses, if any, suffered by the Bidder.
2.11.6. BIDs submitted by fax, telex, telegram or e-mail shall not be entertained and shall be summarily
rejected.
2.12. BID Due Date
Technical and Financial Bid comprising of the documents listed at Clause 2.11.1 of the RFP shall
be submitted online through e-procurement portal as listed in NIT on or before Bid Due Date.
Documents listed at Clause 2.11.2 of the RFP shall be physically submitted on or before due date
given in NIT at the address provided in Clause 2.11.4 in the manner and form as detailed in this
RFP.
2.13. Late BIDs
E-procurement portal shall not allow submission of any Bid after the prescribed date and time at
Clause 2.12. Physical receipt of documents listed at Clause 2.11.2 of the RFP after the prescribed
date and time at Clause 2.12 shall not be considered and the Bid shall be summarily rejected.
2.14. Procedure for e-tendering
2.14.1. Accessing/ Purchasing of BID documents
(a) It is mandatory for all the Bidders to have class-III Digital Signature Certificate (DSC)(in the
name of Authorized Signatory / Firm or Organisation / Owner of the Firm or organisation)
from any of the licensed Certifying Agency (Bidders can see the list of licensed CAs from the
link www.cca.gov.in) to participate in e-tendering of USCL.
The Authorized Signatory holding Power of Attorney (POA) or the person
executing/delegating such POA shall only be the Digital Signatory. In other cases, the Bid
shall be considered non–responsive.

Page 39 of 226
It should be in corporate capacity (that is in Bidder capacity / in case of JV in the Lead
Member capacity, as applicable). The Bidder shall submit document in support of the class
III DSC.
(b) To participate in the bidding, it is mandatory for the Bidders to get registered their firm /
Joint Venture with e-procurement portal to have user ID & password which has to be
obtained free of cost. Following may kindly be noted:
(i) Registration with e-procurement portal of USCL should be valid at least up to the date
of submission of Bid.
(ii) Bids can be submitted only during the validity of registration.
(c) If the firm / Joint Venture is already registered with e-tendering service provider of USCL,
and validity of registration is not expired, the firm / Joint Venture is not required to do a
fresh registration.
2.14.2. Preparation & Submission of Bids
(a) The Bidder may submit his Bid online following the instruction appearing on the screen. A
buyer manual containing the detailed guidelines for e-procurement is also available on e-
procurement portal of USCL.
(b) The documents listed at Clause 2.11.1 shall be prepared and scanned in different files (in
PDF or RAR format such that file size is not more than permitted size on the e-tender portal)
and uploaded during the on-line submission of Bid.
(c) Bid must be submitted online only through e-procurement portal using the digital signature
of authorised representative of the Bidder on or before due date.
2.14.3. Modifications/ Substitution/ withdrawal of BIDs
(a) The Bidder may modify, substitute or withdraw its e- Bid after submission prior to the Bid
Due Date. No Bid can be modified, substituted or withdrawn by the Bidder on or after the
Bid Due Date & Time.
(b) For modification of e-BID, Bidder has to detach its old Bid from e-procurement portal and
upload / resubmit digitally signed modified Bid. For withdrawal of Bid, bidder has to click on
withdrawal icon at e-procurement portal and can withdraw its e-Bid. Before withdrawal of
a Bid, it may specifically be noted that after withdrawal of a Bid for any reason, Bidder
cannot re-submit e-Bid again.

Page 40 of 226
2.15. Online Opening of Bids
2.15.1. Opening of BIDs will be done through online process.
2.15.2. The USCL shall on-line open Technical Bids on due date as per NIT, in the presence of the
authorized representatives of the Bidders, who choose to attend. Technical Bid of only those
bidders shall be online opened whose documents listed at Clause 2.11.2 of the RFP have been
physically received. The USCL will subsequently examine and evaluate the Bids in accordance with
the provisions of Section 3 of RFP.
2.16. Rejection of Bids
2.16.1. Notwithstanding anything contained in this RFP, the Authority reserves the right to reject any
BID and to annul the Bidding Process and reject all Bids at any time without any liability or any
obligation for such acceptance, rejection or annulment, and without assigning any reasons
thereof. In the event that the Authority rejects or annuls all the BIDs, it may, in its discretion,
invite all eligible Bidders to submit fresh BIDs hereunder.
2.16.2. The Authority reserves the right not to proceed with the Bidding Process at any time, without
notice or liability, and to reject any Bid without assigning any reasons.
2.17. Validity of BIDs
The Bids shall be valid for a period of not less than 120 (one hundred and twenty) days from the
Bid Due Date. The validity of Bids may be extended by mutual consent of the respective Bidders
and the Authority.
2.18. Confidentiality
Information relating to the examination, clarification, evaluation and recommendation for the
Bidders shall not be disclosed to any person who is not officially concerned with the process or is
not a retained professional advisor advising the Authority in relation to, or matters arising out of,
or concerning the Bidding Process. The Authority will treat all information, submitted as part of
the BID, in confidence and will require all those who have access to such material to treat the
same in confidence. The Authority may not divulge any such information unless it is directed to
do so by any statutory entity that has the power under law to require its disclosure or is to enforce
or assert any right or privilege of the statutory entity and/ or the Authority or as may be required
by law or in connection with any legal process.
2.19. Correspondence with the Bidder
Save and except as provided in this RFP, the Authority shall not entertain any correspondence
with any Bidder in relation to acceptance or rejection of any Bid. However, the Authority at its
discretion would display the result of technical evaluation on the web portal for 7 (seven) days
including reasons for non- responsiveness, if any, and the financial bid will be opened thereafter.

Page 41 of 226
2.20. BID Security and Performance Security
2.20.1. The Bidder shall furnish as part of its Bid, a Bid Security referred to in Clauses 2.1.5 and 2.1.6
hereinabove in the form of a bank guarantee issued by nationalised bank, or a Scheduled Bank in
India, in favour of the Authority in the format at APPENDIX – II - Bank Guarantee for BID Security
(the "Bank Guarantee") and having a validity period of not less than 180 (one hundred eighty)
days from the BID Due Date, inclusive of a claim period of 60 (sixty) days, and may be extended
as may be mutually agreed between the Authority and the Bidder from time to time. For the
avoidance of doubt, Scheduled Bank shall mean a bank as defined under Section 2(e) of the
Reserve Bank of India Act, 1934.
2.20.2. Any BID not accompanied by the BID Security shall be summarily rejected by the Authority as
non-responsive unless otherwise indicated in this RFP.
2.20.3. The Selected Bidder's Bid Security will be returned, without any interest, upon the bidder signing
the Contract Agreement and furnishing the Performance Security in accordance with the
provisions thereof.
2.20.4. The Authority shall be entitled to forfeit and appropriate the Bid Security as Damages inter alia
in any of the events specified in Clause 2.20.5 herein below. The Bidder, by submitting its Bid
pursuant to this RFP, shall be deemed to have acknowledged and confirmed that the Authority
will suffer loss and damage on account of withdrawal of its Bid or for any other default by the
Bidder during the period of BID validity as specified in this RFP. No relaxation of any kind on Bid
Security shall be given to any Bidder.
2.20.5. The Bid Security shall be forfeited and appropriated by the Authority as damages payable to the
Authority for, inter-alia, time cost and effort of the Authority without prejudice to any other right
or remedy that may be available to the Authority under the bidding documents and / or under
the Agreement, or otherwise, under the following conditions:
(a) If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice as specified in Section 4 of this RFP;
(b) If a Bidder withdraws its BID during the period of Bid Validity as specified in this RFP and as
extended by mutual consent of the respective Bidder(s) and the Authority;
(c) In the case of Selected Bidder, if it fails within the specified/extended time limit by Authority;
i. to sign and return the duplicate copy of LOA or If the Successful Bidder fails to accept the
LoA within the stipulated time period;
ii. to sign the Agreement; or
iii. to furnish the Performance Security /Additional Performance Security within the period
prescribed thereof in the Agreement; or
iv. If any information or document furnished by the Successful Bidder turns out to be
misleading or untrue in any material respect; or
(d) In case the Selected Bidder, having signed the Agreement, commits any breach thereof prior
to furnishing the Performance Security.

Page 42 of 226
2.20.6. Performance Security
Within 15 (fifteen) days of signing of Contract Agreement, the Successful Bidder shall furnish to
the Authority a Performance Security equal in value to as specified in Bid Data sheet of the
Contract Value in accordance with the provisions of the Agreement and in the format given in
this RFP.
In case the quote of the successful bidder is more than 15% below the PAC amount, then
additional performance security shall be required to be submitted by the successful bidder. The
amount of additional performance security shall be equal to difference between the quote
submitted by the successful bidder and 85% of the PAC. in form of irrevocable and unconditional
guarantee from a Bank for a sum equivalent as mentioned in NIT in the form set forth in
Schedule-G (the “Additional Performance Security”) of the Agreement, or as indicated in BDS
The Additional Performance Security may not be treated as part of PerformanceSecurity and
shall be released on physical completion of project..

Page 43 of 226
3. EVALUATION OF TECHNICAL BIDS AND OPENING & EVALUATION OF FINANCIAL
BIDS
3.1. Evaluation of Technical Bids
3.1.1. The Authority shall open the Bids received physically & online at as per NIT; and in the presence
of the Bidders who choose to attend. Technical Bid of only those bidders shall be online opened
whose documents listed at Clause 2.11.2 of the RFP have been received physically. The Authority
shall prepare minutes of the Bid opening, including information disclosed to those present at the
time of Bid opening.
3.1.2. Technical Bids of those Bidders who have not submitted their Bid online, shall not be considered
for opening and evaluation.
3.1.3. If any information furnished by the Bidder is found to be incomplete, or contained in formats
other than those specified herein, the Authority may, in its sole discretion, exclude the relevant
information for consideration of eligibility and qualification of the Bidder.
3.1.4. To facilitate evaluation of Technical Bids, the Authority may, at its sole discretion, seek
clarifications in writing from any Bidder regarding its Technical Bid. Such clarification(s)/
documents related to such clarifications shall be provided within the time specified by the
Authority for this purpose. Any request for clarification(s) and all clarification(s) in response
thereto shall be in writing.
3.1.5. If a Bidder does not provide clarifications sought under Clause 3.1.4 above within the prescribed
time, its Bid may be liable to be rejected. In case the Bid is not rejected, the Authority may proceed
to evaluate the Bid by construing the particulars requiring clarification to the best of its
understanding, and the Bidder shall be barred from subsequently questioning such interpretation
of the Authority.
3.1.6. Tests of responsiveness
(a) As a first step towards evaluation of Technical Bids, the Authority shall determine whether
each Technical Bid is responsive to the requirements of this RFP. A Technical Bid shall be
considered responsive only if:
i. Technical BID is received online as per the format at BID DATA SHEET

ii. S Particulars Data


.
N
.

1 Office inviting Tender Executive Director


UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
2 For clarification purposes only, the Attention: Chief Executive Officer
Procuring Entity’s address is : Complete Address
Chief Executive Officer
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
e-mail: ujjainsmartcity@gmail.com
Page 44 of 226
3 Website link http://www.mpetenders.gov.in
4 Prebid Meeting A Pre-Bid conference will/ will not take place at MELA
office, Kothi Road, Ujjain at time and date as indicated in
NIT.
Pursuant to the pre-bid meeting if the Employer deems it
necessary to amend the Bid Document, it shall be done by
issuing amendment to the online NIT.

Section 1– NIT
Clause
Particulars Data
Reference
1 Portal fees Shall be reflected on the portal

2 Cost of bid document As per brief NIT.


Bidders shall be directed to the payment gateway
Cost of bid document payable at
through the portal

Cost of bid document in favour of Executive Director


UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010

3 Pre-qualifications required Yes

If Yes, details As per Clause 2.2.2 of Instruction to Bidders

4 Special Eligibility NO

If Yes, details

5 Key Dates Annexure A

Section 2–ITB
Clause
Particulars Data
Referenc
e
1 Specifications & Scope of Work Volume III
2 Whether Joint-venture is allowed Yes
3 Envelope-A should reach in To be submitted Online
physical form to
4 Material to be issued by the Nil
department
9 Period of Validity of Bid 180 Days
10 Earnest Money Deposit / Security As per NIT.
Deposit
Forms of Earnest Money Deposit Bank Guarantee
EMD valid for a period of 180 days
12 Amount of Performance Security Performance Security at the rate of 3 percent of
the contract value shall be required. In case the
quote of the successful bidder is more than 15%
below the PAC amount, then additional
performance security shall be required to be
submitted by the successful bidder. The amount of
additional performance security shall be equal to
difference between the quote submitted by the
Page 45 of 226
successful bidder and 85% of the PAC.
In case of any discrepancy in provisions on
performance security or additional performance
security, the latest guidelines issued by Finance
Department/PWD/UADD of Govt. MP shall be
applicable.
14 Performance security in favour of Executive Director, USCL, Ujjain
15 Performance security valid up to As per clause 35.1, Additional Performance
security Till issue of Physical Completion
Certificate
iii) Appendix ia Letter Comprising The Technical Bid
jjj) Appendix – ib Letter Comprising the Financial BID
kkk) Annex-i Details of Bidder
lll) Annex-ii Technical Capacity of the Bidder
mmm) Annex-iii - Financial Capacity of the Bidder
nnn) Annex-iv Details of Eligible Projects
ooo) Annex-v Statement of Legal Capacity
ppp) Annex-vi Information required to evaluate the BID Capacity
qqq) Appendix – ii Bank Guarantee for BID Security
rrr) Appendix – iii Format for Power of Attorney for Signing of BID
sss) Appendix-iv Format for Power of Attorney for Lead Member of
Joint Venture
ttt) Appendix v Format for Joint Bidding Agreement for Joint
Venture
Contract Data
Annexure – I (Format: I - 2) List of technical personnel for the key positions
Annexure – I (Format: I - 3) List of equipment’s / machines for construction
work
ANNEXURE—O (See clause 15 of Details of Milestones
Section 3 –GCC
ANNEXURE—P (See clause 15 of Compensation for Delay
Section 3-GCC)
Annexure – Q (See clause 17 of Indicative List of Equipment for Quality Control
Section 3 GCC) Lab
Annexure – W (See clause 39 of Salient Features of Some Major Labour Laws
Section 3 GCC) Applicable
(See clause 39 of Section 3 -GCC
ANNEXURE - X Undertaking for not Debarred

Page 46 of 226
iii. APPENDIX IA - LETTER COMPRISING THE TECHNICAL BIDincluding ANNEX-I - Details of Bidder
to ANNEX-VI - Information required to evaluate the BID Capacity;
iv. Documents listed at Clause 2.11.2 are received physically;
v. Technical Bid is accompanied by the Bid Security as specified in Clause 2.1.5 and 2.1.6;
vi. Technical Bid is accompanied by the Power of Attorney as specified in Clauses 2.1.7;
vii. Technical Bid is accompanied by Power of Attorney for Lead Member of Joint Venture
and the Joint Bidding Agreement as specified in Clause 2.1.8, if so required;
viii. Technical Bid contains all the information (complete in all respects);
ix. Technical Bid does not contain any condition or qualification; and
x. Copy of acknowledgement towards payment of cost of Bid document of as indicated
in NIT in favour of “Ujjain Smart City Limited India” payable at Ujjain is received;
(b) The Authority reserves the right to reject any Technical Bid which is non-responsive and no
request for alteration, modification, substitution or withdrawal shall be entertained by the
Authority in respect of such Bid.
3.1.7. In the event that a Bidder claims credit for an Eligible Project, and such claim is determined by the
Authority as incorrect or erroneous, the Authority may reject / correct such claim for the purpose
of qualification requirements.
3.1.8. The Authority will get the Bid security verified from the issuing authority and after due
verification, the Authority will evaluate the Technical Bids for their compliance to the eligibility
and qualification requirements pursuant to Clause 2.2.1 and 2.2.2 of this RFP.
3.1.9. After evaluation of Technical Bids, the Authority will publish a list of Technically responsive
Bidders whose financial bids shall be opened. The Authority will not entertain any query or
clarification from Bidders who fail to qualify.
3.2. Opening and Evaluation of Financial Bids
The Authority may inform the venue and time of online opening of the Financial Bids to the technically
responsive Bidders through e-procurement portal and/or e-mail. The technically responsive bidders
including joint venture partner(s), if any, shall inform the authority through email in the prescribed
format enclosed at ANNEX-VI - Information required to evaluate the BID Capacityof BID DATA SHEET

S.N. Particulars Data

1 Office inviting Tender Executive Director


UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
2 For clarification purposes only, the Attention: Chief Executive Officer
Procuring Entity’s address is : Complete Address
Chief Executive Officer
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
e-mail: ujjainsmartcity@gmail.com

Page 47 of 226
3 Website link http://www.mpetenders.gov.in
4 Prebid Meeting A Pre-Bid conference will/ will not take place at MELA
office, Kothi Road, Ujjain at time and date as indicated in
NIT.
Pursuant to the pre-bid meeting if the Employer deems it
necessary to amend the Bid Document, it shall be done by
issuing amendment to the online NIT.

Section 1– NIT
Clause
Particulars Data
Reference
1 Portal fees Shall be reflected on the portal

2 Cost of bid document As per brief NIT.


Bidders shall be directed to the payment gateway
Cost of bid document payable at
through the portal

Cost of bid document in favour of Executive Director


UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010

3 Pre-qualifications required Yes

If Yes, details As per Clause 2.2.2 of Instruction to Bidders

4 Special Eligibility NO

If Yes, details

5 Key Dates Annexure A

Section 2–ITB
Clause
Particulars Data
Referenc
e
1 Specifications & Scope of Work Volume III
2 Whether Joint-venture is allowed Yes
3 Envelope-A should reach in To be submitted Online
physical form to
4 Material to be issued by the Nil
department
9 Period of Validity of Bid 180 Days
10 Earnest Money Deposit / Security As per NIT.
Deposit
Forms of Earnest Money Deposit Bank Guarantee
EMD valid for a period of 180 days
12 Amount of Performance Security Performance Security at the rate of 3 percent of
the contract value shall be required. In case the
quote of the successful bidder is more than 15%
below the PAC amount, then additional
performance security shall be required to be
submitted by the successful bidder. The amount of
additional performance security shall be equal to
difference between the quote submitted by the
Page 48 of 226
successful bidder and 85% of the PAC.
In case of any discrepancy in provisions on
performance security or additional performance
security, the latest guidelines issued by Finance
Department/PWD/UADD of Govt. MP shall be
applicable.
14 Performance security in favour of Executive Director, USCL, Ujjain
15 Performance security valid up to As per clause 35.1, Additional Performance
security Till issue of Physical Completion
Certificate
uuu) Appendix ia Letter Comprising The Technical Bid
vvv) Appendix – ib Letter Comprising the Financial BID
www) Annex-i Details of Bidder
xxx) Annex-ii Technical Capacity of the Bidder
yyy) Annex-iii - Financial Capacity of the Bidder
zzz) Annex-iv Details of Eligible Projects
aaaa) Annex-v Statement of Legal Capacity
bbbb) Annex-vi Information required to evaluate the BID Capacity
cccc) Appendix – ii Bank Guarantee for BID Security
dddd) Appendix – iii Format for Power of Attorney for Signing of BID
eeee) Appendix-iv Format for Power of Attorney for Lead Member of
Joint Venture
ffff) Appendix v Format for Joint Bidding Agreement for Joint
Venture
Contract Data
Annexure – I (Format: I - 2) List of technical personnel for the key positions
Annexure – I (Format: I - 3) List of equipment’s / machines for construction
work
ANNEXURE—O (See clause 15 of Details of Milestones
Section 3 –GCC
ANNEXURE—P (See clause 15 of Compensation for Delay
Section 3-GCC)
Annexure – Q (See clause 17 of Indicative List of Equipment for Quality Control
Section 3 GCC) Lab
Annexure – W (See clause 39 of Salient Features of Some Major Labour Laws
Section 3 GCC) Applicable
(See clause 39 of Section 3 -GCC
ANNEXURE - X Undertaking for not Debarred

Page 49 of 226
APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID, for any change in their bid capacity, due to award/
declared to be the lowest bidder in any other project as on bid submission date. In case of no change,
’NIL’ information shall be furnished. If any of the qualified bidders fails to furnish the above information
due to whatsoever reasons on bid submission date, or fails to qualify in Bid Capacity in this changed
scenario, his financial bid shall not be opened. The Authority shall open the online Financial Bids of the
remaining bidders only on schedule date and time in the presence of the authorised representatives of
the Bidders who may choose to attend. The Authority shall publicly announce the Bid Prices quoted by
the technically responsive Bidder. Thereafter the Authority shall prepare a record of opening of
Financial Bids.
3.3. Selection of Bidder
3.3.1. Subject to the provisions of Clause 2.16.1, the Bidder whose BID is adjudged as responsive in terms
of Clause 3.1.6 and who quotes lowest price shall be declared as the selected Bidder (the
"Selected Bidder").
3.3.2. In the event that the Lowest Bidder is not selected for any reason, the Authority shall annul the
Bidding Process and invite fresh Bids. In the event that the Authority rejects or annuls all the Bids,
it may, in its discretion, invite all eligible Bidders to submit fresh Bids hereunder.
3.3.3. After selection, a Letter of Award (the "LOA") shall be issued, in duplicate, by the Authority to the
Selected Bidder and the Selected Bidder shall, within 7 (seven) days of the receipt of the LOA, sign
and return the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate
copy of the LOA duly signed by the Selected Bidder is not received by the stipulated date, the
Authority may, unless it consents to extension of time for submission thereof, appropriate the
BID Security of such Bidder as Damages on account of failure of the Selected Bidder to
acknowledge the LOA.

3.3.4. After acknowledgement of the LOA as aforesaid by the Selected Bidder, it shall cause the Bidder
to execute the Agreement within the period prescribed in LOA or as communicated by the
Authority whichever is earlier. The Selected Bidder shall not be entitled to seek any deviation,
modification or amendment in the Agreement.
3.3.5. Authority shall return Bid Security of all bidders except L-1 within a week from conclusion of
bidding process.
3.4. Contacts during Bid Evaluation
BIDs shall be deemed to be under consideration immediately after they are opened and until such time
the Authority makes official intimation of award/ rejection to the Bidders. While the BIDs are under
consideration, Bidders and/ or their representatives or other interested parties are advised to refrain,
save and except as required under the Bidding Documents, from contacting by any means, the Authority
and/ or their employees/ representatives on matters related to the Bids under consideration.
3.5. Correspondence with Bidder
Save and except as provided in this RFP, the Authority shall not entertain any correspondence with any
Bidder in relation to the acceptance or rejection of any Bid.

Page 50 of 226
3.6. Any information contained in the Bid shall not in any way be construed as binding on the
Authority, its agents, successors or assigns, but shall be binding against the Bidder if the Project
is subsequently awarded to it on the basis of such information.

3.7. The Authority reserves the right not to proceed with the Bidding Process at any time without
notice or liability and to reject any or all Bid(s) without assigning any reasons.

Page 51 of 226
4. FRAUD AND CORRUPT PRACTICES
4.1. The Bidders and their respective officers, employees, agents and advisers shall observe the
highest standard of ethics during the Bidding Process and subsequent to the issue of the LOA and
during the subsistence of the Agreement. Notwithstanding anything to the contrary contained
herein, or in the LOA or the Agreement, the Authority may reject a BID, withdraw the LOA, or
terminate the Agreement, as the case may be, without being liable in any manner whatsoever to
the Bidder, if it determines that the Bidder, directly or indirectly or through an agent, engaged in
corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice
in the Bidding Process. In such an event, the Authority shall be entitled to forfeit and appropriate
the BID Security or Performance Security, as the case may be, as Damages, without prejudice to
any other right or remedy that may be available to the Authority under the Bidding Documents
and/ or the Agreement, or otherwise.
4.2. Without prejudice to the rights of the Authority under Clause 4.1 hereinabove and the rights and
remedies which the Authority may have under the LOA or the Agreement, or otherwise if a Bidder
or Contractor, as the case may be, is found by the Authority to have directly or indirectly or
through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice during the Bidding Process, or after the issue
of the LOA or the execution of the Agreement, such Bidder shall not be eligible to participate in
any tender or RFP issued by the Authority during a period of 2 (two) years from the date such
Bidder, or Contractor, as the case may be, is found by the Authority to have directly or indirectly
or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practices, as the case may be.
4.3. For the purposes of this Section 4, the following terms shall have the meaning hereinafter
respectively assigned to them:
(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly,
of anything of value to influence the actions of any person connected with the Bidding Process
(for avoidance of doubt, offering of employment to or employing or engaging in any manner
whatsoever, directly or indirectly, any official of the Authority who is or has been associated
in any manner, directly or indirectly, with the Bidding Process or the LOA or has dealt with
matters concerning the Agreement or arising therefrom, before or after the \ execution
thereof, at any time prior to the expiry of one year from the date such official resigns or retires
from or otherwise ceases to be in the service of the Authority, shall be deemed to constitute
influencing the actions of a person connected with the Bidding Process); or (ii) save and except
as permitted under the Clause 2.2.1(d) of this RFP, engaging in any manner whatsoever,
whether during the Bidding Process or after the issue of the LOA or after the execution of the
Agreement, as the case may be, any person in respect of any matter relating to the Project or
the LOA or the Contract Agreement, who at any time has been or is a legal, financial or
technical adviser of the Authority in relation to any matter concerning the Project;
(b) "fraudulent practice" means a misrepresentation or omission of facts or suppression of facts or
disclosure of incomplete facts, in order to influence the Bidding Process;

Page 52 of 226
(c) "coercive practice" means impairing or harming, or threatening to impair or harm, directly or
indirectly, any person or property to influence any person's participation or action in the Bidding
Process;
(d) "undesirable practice" means (i) establishing contact with any person connected with or
employed or engaged by the Authority with the objective of canvassing, lobbying or in any manner
influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of Interest; and
(e) "restrictive practice" means forming a cartel or arriving at any understanding or arrangement
among Bidders with the objective of restricting or manipulating a full and fair competition in the
Bidding Process.

Page 53 of 226
5. PRE-BID CONFERENCE
5.1. Pre-BID conference of the Bidders shall be convened at the designated date, time and place as
indicated in the NIT. A maximum of two representatives of prospective Bidders shall be allowed
to participate on production of authority letter from the Bidder.
5.2. During the course of Pre-Bid conference(s), the Bidders will be free to seek clarifications and make
suggestions for consideration of the Authority. The Authority shall endeavour to provide
clarifications and such further information as it may, in its sole discretion, consider appropriate
for facilitating a fair, transparent and competitive Bidding Process.

Page 54 of 226
6. MISCELLANEOUS
6.1. The Bidding Process shall be governed by, and construed in accordance with, the laws of India and
the High Court of Madhya Pradesh shall have exclusive jurisdiction over all disputes arising under,
pursuant to and/ or in connection with the Bidding Process.
6.2. The Authority, in its sole discretion and without incurring any obligation or liability, reserves the
right, at any time, to;
(a) suspend and/ or cancel the Bidding Process and/ or amend and/ or supplement the Bidding
Process or modify the dates or other terms and conditions relating thereto;
(b) consult with any Bidder in order to receive clarification or further information;
(c) retain any information and/ or evidence submitted to the Authority by, on behalf of, and/
or in relation to any Bidder; and/ or
(d) independently verify, disqualify, reject and/ or accept any and all submissions or other
information and/ or evidence submitted by or on behalf of any Bidder.
6.3. It shall be deemed that by submitting the Bid, the Bidder agrees and releases the Authority, its
employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all
liability for claims, losses, damages, costs, expenses or liabilities in any way related to or arising
from the exercise of any rights and/ or performance of any obligations hereunder, pursuant
hereto and/ or in connection with the Bidding Process and waives, to the fullest extent permitted
by applicable laws, any and all rights and/ or claims it may have in this respect, whether actual or
contingent, whether present or in future.

Page 55 of 226
BID DATA SHEET

S. Particulars Data
N.
1 Office inviting Tender Executive Director
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
2 For clarification purposes only, the Attention: Chief Executive Officer
Procuring Entity’s address is : Complete Address
Chief Executive Officer
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
e-mail: ujjainsmartcity@gmail.com
3 Website link http://www.mpetenders.gov.in
4 Prebid Meeting A Pre-Bid conference will/ will not take place at MELA
office, Kothi Road, Ujjain at time and date as indicated in
NIT.
Pursuant to the pre-bid meeting if the Employer deems it
necessary to amend the Bid Document, it shall be done by
issuing amendment to the online NIT.

Section 1– NIT
Clause
Particulars Data
Reference
1 Portal fees Shall be reflected on the portal

2 Cost of bid document As per brief NIT.


Bidders shall be directed to the payment gateway
Cost of bid document payable at
through the portal

Cost of bid document in favour of Executive Director


UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010

3 Pre-qualifications required Yes


If Yes, details As per Clause 2.2.2 of Instruction to Bidders

4 Special Eligibility NO

If Yes, details

5 Key Dates Annexure A

Section 2–ITB
Clause
Particulars Data
Referenc
e
1 Specifications & Scope of Work Volume III
2 Whether Joint-venture is allowed Yes
3 Envelope-A should reach in To be submitted Online
physical form to
4 Material to be issued by the Nil
department
Page 56 of 226
9 Period of Validity of Bid 180 Days
10 Earnest Money Deposit / Security As per NIT.
Deposit
Forms of Earnest Money Deposit Bank Guarantee
EMD valid for a period of 180 days
12 Amount of Performance Security Performance Security at the rate of 3 percent of
the contract value shall be required. In case the
quote of the successful bidder is more than 15%
below the PAC amount, then additional
performance security shall be required to be
submitted by the successful bidder. The amount of
additional performance security shall be equal to
difference between the quote submitted by the
successful bidder and 85% of the PAC.
In case of any discrepancy in provisions on
performance security or additional performance
security, the latest guidelines issued by Finance
Department/PWD/UADD of Govt. MP shall be
applicable.
14 Performance security in favour of Executive Director, USCL, Ujjain
15 Performance security valid up to As per clause 35.1, Additional Performance
security Till issue of Physical Completion
Certificate
gggg) Appendix ia Letter Comprising The Technical Bid
hhhh) Appendix – ib Letter Comprising the Financial BID
iiii) Annex-i Details of Bidder
jjjj) Annex-ii Technical Capacity of the Bidder
kkkk) Annex-iii - Financial Capacity of the Bidder
llll) Annex-iv Details of Eligible Projects
mmmm) Annex-v Statement of Legal Capacity
nnnn) Annex-vi Information required to evaluate the BID Capacity
oooo) Appendix – ii Bank Guarantee for BID Security
pppp) Appendix – iii Format for Power of Attorney for Signing of BID
qqqq) Appendix-iv Format for Power of Attorney for Lead Member of
Joint Venture
rrrr) Appendix v Format for Joint Bidding Agreement for Joint
Venture
Contract Data
Annexure – I (Format: I - 2) List of technical personnel for the key positions
Annexure – I (Format: I - 3) List of equipment’s / machines for construction
work
ANNEXURE—O (See clause 15 of Details of Milestones
Section 3 –GCC
ANNEXURE—P (See clause 15 of Compensation for Delay
Section 3-GCC)
Annexure – Q (See clause 17 of Indicative List of Equipment for Quality Control
Section 3 GCC) Lab
Annexure – W (See clause 39 of Salient Features of Some Major Labour Laws
Section 3 GCC) Applicable
(See clause 39 of Section 3 -GCC
ANNEXURE - X Undertaking for not Debarred

Page 57 of 226
8. APPENDIX IA - LETTER COMPRISING THE TECHNICAL BID

UJJAIN SMART CITY LTD.


Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
e-mail: ujjainsmartcity@gmail.com

Sub: Bid for [Project Name] in Ujjain in the State of Madhya Pradesh .

Dear Sir,
With reference to your RFP document dated *** **$, I/we, having examined the Bidding
Documents and understood their contents, hereby submit my/our Bid for the aforesaid
Project. The BID is unconditional and unqualified.
2. I/ We acknowledge that the Authority will be relying on the information provided in the
Bid and the documents accompanying the Bid for selection of the Contractor for the
aforesaid Project, and we certify that all information provided in the Bid and its the
Annexure I to VI along with the supporting documents are true and correct; nothing has
been omitted which renders such information misleading; and all documents
accompanying the Bid are true copies of their respective originals.
3. This statement is made for the express purpose of our selection as Contractor for the
development, construction, rehabilitation and augmentation of the aforesaid Project
and maintenance of the Project during the Defect Liability Period.
4. I/ We shall make available to the Authority any additional information it may find
necessary or require to supplement or authenticate the Bid.
5. I/ We acknowledge the right of the Authority to reject our Bid without assigning any
reason or otherwise and hereby waive, to the fullest extent permitted by applicable law,
our right to challenge the same on any account whatsoever.
6. I/ We certify that in the last two years, we/ any of the JV partners have neither failed to
perform for the similar or other works, as evidenced by imposition of a penalty by an
arbitral or judicial authority or a judicial pronouncement or arbitration award against
us, nor been expelled or terminated by any ministry of Government of Madhya Pradesh
or Government of India or its implementing agencies for breach on our part.
7. I/ We declare that:
(a) I/ We have examined and have no reservations to the Bidding Documents,
including any Addendum issued by the Authority; and
(b) I/We do not have any conflict of interest in accordance with Clauses 2.2.1(c) and
2.2.1 (d) of the RFP document; and
(c) I/We have not directly or indirectly or through an agent engaged or indulged in
any corrupt practice, fraudulent practice, coercive practice, undesirable practice
or restrictive practice, as defined in Clause 4.3 of the RFP document, in respect of
any tender or request for proposal issued by or any Agreement entered into with
the Authority or any other public sector enterprise or any government, Central or
State; and
(d) I/ We hereby certify that we have taken steps to ensure that in conformity with
the provisions of Section 4 of the RFP, no person acting for us or on our behalf has
engaged or will engage in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice; and
(e) the undertakings given by us along with the Application in response to the RFP for
the Project and information mentioned for the evaluation of the Bid Capacity in
ANNEX-VI - Information required to evaluate the BID Capacitywere true and correct as
on the date of making the Application and are also true and correct as on the Bid
Due Date and I/we shall continue to abide by them.
8. I/ We understand that you may cancel the Bidding Process at any time and that you are
neither bound to accept any Bid that you may receive nor to invite the Bidders to Bid
for the Project, without incurring any liability to the Bidders, in accordance with Clause
2.16.2 of the RFP document.
9. I/We believe that we/our Joint Venture satisfy(s) the Threshold Technical Capacity, Net
Worth criteria and meet(s) the requirements as specified in the RFP document.
10. I/ We declare that we/ any Member of the Joint Venture or our/Joint Venture member,
are not a Member of any other Joint Venture submitting a Bid for the Project.
11. I/ We certify that in regard to matters other than security and integrity of the country,
we/ any Member of the Joint Venture or any of our/their Joint venture member have
not been convicted by a Court of Law or indicted or adverse orders passed by a
regulatory authority which could cast a doubt on our ability to undertake the Project or
which relates to a grave offence that outrages the moral sense of the community.
12. I/ We further certify that in regard to matters relating to security and integrity of the
country, we/ any Member of the Joint Venture or any of our/their Joint venture member
have not been charge-sheeted by any agency of the Government or convicted by a Court
of Law.
13. I/ We further certify that no investigation by a regulatory authority is pending either
against us/any member of Joint Venture or against our CEO or any of our directors/
managers/ employees.

Page 59 of 226
14. I/ We undertake that in case due to any change in facts or circumstances during the
Bidding Process, we are attracted by the provisions of disqualification in terms of the
guidelines referred to above, we shall intimate the Authority of the same immediately.
15. I/We further acknowledge and agree that in the event such change in control occurs
after signing of the Agreement upto its validity. It would, notwithstanding anything to
the contrary contained in the Agreement, be deemed a breach thereof, and the
Agreement shall be liable to be terminated without the Authority being liable to us in
any manner whatsoever.
16. I/ We hereby irrevocably waive any right or remedy which we may have at any stage at
law or howsoever otherwise arising to challenge or question any decision taken by the
Authority in connection with the selection of the Bidder, or in connection with the
Bidding Process itself, in respect of the above mentioned Project and the terms and
implementation thereof.
17. In the event of my/ our being declared as the Selected Bidder, I/we agree to enter into
a Agreement in accordance with the draft that has been provided to me/us prior to the
Bid Due Date. We agree not to seek any changes in the aforesaid draft and agree to
abide by the same.
18. I/ We have studied all the Bidding Documents carefully and also surveyed the project
area and the components. We understand that except to the extent as expressly set
forth in the Agreement, we shall have no claim, right or title arising out of any
documents or information provided to us by the Authority or in respect of any matter
arising out of or relating to the Bidding Process including the award of Agreement.
19. I/ We offer a Bid Security of Rs._____ Crore (Rupees _____ crore and ______lakh only)
to the Authority in accordance with the RFP Document.
20. The Bid Security in the form of a Bank Guarantee/ Copy of acknowledgment of payment
towards Bid Security (strike out whichever is not applicable) is attached.
21. The documents accompanying the Technical BID, as specified in Clause 2.11.1 of the
RFP, have been submitted in separate files.
22. I/ We agree and understand that the Bid is subject to the provisions of the Bidding
Documents. In no case, I/we shall have any claim or right of whatsoever nature if the
Project / Contract is not awarded to me/us or our Bid is not opened or rejected.
23. The Bid Price has been quoted by me/us after taking into consideration all the terms
and conditions stated in the RFP, draft Agreement, our own estimates of costs and after
a careful assessment of the site and all own the conditions that may affect the project
cost and implementation of the project.
24. I/ We agree and undertake to abide by all the terms and conditions of the RFP
document.

Page 60 of 226
25. {We, the Joint Venture agree and undertake to be jointly and severally liable for all the
obligations of the Contractor under the Contract Agreement}.
26. I/ We shall keep this offer valid for 120 (one hundred and twenty) days from the BID
Due Date specified in the RFP.
27. I/ We hereby submit our Bid and offer a Bid Price as indicated in Financial Bid for
undertaking the aforesaid Project in accordance with the Bidding Documents and the
Agreement.
In witness thereof, I/we submit this BID under and in accordance with the terms of the RFP
document.
Yours faithfully,
Date: (Signature, name and designation of
Place: the Authorised signatory)
Name & seal of Bidder/Lead Member
Note: Paragraphs in curly parenthesis may be omitted by the Bidder, if not applicable to it,
and ‘Deleted’ may be indicated there.

Page 61 of 226
9. APPENDIX – IB - Letter Comprising the Financial BID

Dated:

Executive Director,
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
e-mail: ujjainsmartcity@gmail.com

Sub: Bid for [Project Name] in Ujjain in the State of Madhya Pradesh

Dear Sir,
With reference to your RFP document dated *** **, I/we, having examined the
Bidding Documents and understood their contents, hereby submit my/our BID for the
aforesaid Project. The Bid is unconditional and unqualified.

2. I/ We acknowledge that the Authority will be relying on the information provided in the
Bid and the documents accompanying the BID for selection of the Contractor for the
aforesaid Project, and we certify that all information provided in the Bid are true and
correct; nothing has been omitted which renders such information misleading; and all
documents accompanying the BID are true copies of their respective originals.
3. The Bid Price has been quoted by me/us after taking into consideration all the terms
and conditions stated in the RFP, draft Agreement, our own estimates of costs and after
a careful assessment of the site and all own the conditions that may affect the project
cost and implementation of the project.
4. I/ We acknowledge the right of the Authority to reject our Bid without assigning any
reason or otherwise and hereby waive, to the fullest extent permitted by applicable law,
our right to challenge the same on any account whatsoever.
5. In the event of my/ our being declared as the Selected Bidder, I/we agree to enter into
a Agreement in accordance with the draft that has been provided to me/us prior to the
Bid Due Date. We agree not to seek any changes in the aforesaid draft and agree to
abide by the same.
6. I/ We shall keep this offer valid for 120 (one hundred and twenty) days from the Bid
Due Date specified in the RFP.

Page 62 of 226
7. I/ We hereby submit our Bid and offer a Bid Price online for undertaking the aforesaid
Project in accordance with the Bidding Documents and the Agreement.
Yours faithfully,
Date: (Signature, name and designation of the
Place: Authorised Signatory )
Name & seal of Bidder/Lead Member:..........
Class III DSC ID of Authorised Signatory:.............

Page 63 of 226
Appendix IA
Annex-I
10.ANNEX-I - Details of Bidder

1.
(a) Name:
(b) Country of incorporation:
(c) Address of the corporate headquarters and its branch office(s), if any, in India:
(d) Date of incorporation and/ or commencement of business:
2. Brief description of the Bidder including details of its main lines of business and
proposed role and responsibilities in this Project:
3. Brief description of the Bidder:

(a) Name:

(b) Designation of
Owner/CEO/Partner:

(c) Name of Business Entity:

(d) Address:

(e) Telephone Number:

(f) E-Mail Address:

(g) Fax Number:

4. Particulars of the Authorised Signatory of the Bidder:

(a) Name:

(b) Designation:

(c) Address:

(d) Phone Number:

Page 64 of 226
(e) E-Mail Address:

(f) Fax Number:

(g) Class III Digital Signature Certificate (h)


ID number:

5. In case of a Joint Venture:


(a) The information above (1-4) should be provided for all the Members of the Joint
Venture.
(b) A copy of the Jt. Bidding Agreement, as envisaged in Clause 2.1.14 (f) should be
attached to the Application.
(c) Information regarding the role of each Member should be provided as per table
below:

S.No. Name of Member Role* Share of work in the Project


}

1.
2.
3.

* The role of each Member, as may be determined by the Applicant, should be indicated in
accordance with instruction 4 at ANNEX-IV - Details of Eligible Projects.
(d) The following information shall also be provided w.r.t. Clause 2.1.17 for each Member
of the Joint Venture:
Name of Bidder/ member of Joint Venture:

S. Criteria Yes/No
No.
1. Has the Bidder/ constituent of the Joint Venture been
barred by the any ministry of Government of Madhya
Pradesh , Government of India or its implementing
agencies for the similar or other works, from participating
in bidding.
2 If the answer to 1 is yes, does the bar subsist as on BID
due date.

6. A statement by the Bidder and each of the Members of its Joint Venture (where
applicable) disclosing material non-performance or contractual non-compliance in past

Page 65 of 226
projects, contractual disputes and litigation/ arbitration in the last 2 years is given below
(Attach extra sheets, if necessary) w.r.t. Clause 2.1.18 :
Name of Bidder/ member of Joint Venture:

S.No. Criteria 1st last 2nd last


year year
1. If bidder have either failed to perform similar or other
works, as evidenced by imposition of a penalty by an
arbitral or judicial authority or a judicial
pronouncement or arbitration award against the
Bidder or any of its Joint Venture Member, as the case
may be, or has been expelled / terminated by any
ministry of Government of Madhya Pradesh or
Government of India or its implementing agencies for
breach by such Bidder or any of its Joint Venture
Member, along-with updated details of ongoing
process of litigation / blacklisting.

Page 66 of 226
Appendix IA
Annex-II
11.ANNEX-II - Technical Capacity of the Bidder

Bidder Type Project Value (Rs. Crore) Average of


all

Single entity
Bidder or Lead
Member
including other
members of the
Joint Venture

Single Bidder

Lead Member

Other Member 1

Other Member 2

Note: (1) Project Value shall mean final cost or payment made to the Contractor by the respective
authority and as reflected in the project experience certificate.
(2) Bidder can add more columns in above table if need be.
(3) In no case shall the cost of maintenance and repair, operation of similar or other works
considered for eligibility of bidders and land be included while computing the Experience Score
of an Eligible Project.
NOTE: In case of a Joint Venture, information in ANNEX-II - Technical Capacity of the Bidder and
ANNEX-IV - Details of Eligible Projectsof Appendix-I shall be provided separately for other
Members so as to establish that each such Member has 20 percent or more of the Threshold
Technical Capacity. Such information may be provided as Annex-IIA, Annex-IIB, Annex-IVA and
Annex-IVB respectively.

Page 67 of 226
Appendix IA
Annex-III
12.ANNEX-III - Financial Capacity of the Bidder

Bidder Type Net Worth


(in Rupees)
Single entity Bidder or Year 1 Year 2 Year 3 Average of Three
Lead Member Years
including other
members of the Joint
Venture

Single Bidder

Lead Member

Other Member 1

Other Member 2

Bidder Type Annual Turnover From Construction


(in Rupees Crore)
Single entity Bidder or Year 1 Year 2 Year 3 Average of Three
Lead Member Years
including other
members of the Joint
Venture

Single Bidder

Lead Member

Other Member 1

Other Member 2

Instructions:
1. The Bidder shall attach copies of the balance sheets, financial statements and Annual
Reports for 5 (five) years preceding the Bid Due Date. The financial statements shall:
(a) reflect the financial situation of the Bidder;
(b) be audited by a statutory auditor;
(c) be complete, including all notes to the financial statements; and

Page 68 of 226
(d) correspond to accounting periods already completed and audited (no statements
for partial periods shall be requested or accepted).
2. Net Worth (the "Net worth") shall mean the aggregate value of the paid-up share
capital and all reserves created out of the profits and securities premium account, after
deducting the aggregate value of the accumulated losses, deferred expenditure and
miscellaneous expenditure not written off, as per the audited balance sheet, but does
not include reserves created out of revaluation of assets, write-back of depreciation and
amalgamation.
3. Year 1 will be the latest completed financial year, preceding the bidding. Year 2 shall be
the year immediately preceding Year 1 and so on.
4. In the case of a Joint Venture, a copy of the Jt. Bidding Agreement shall be submitted in
accordance with Clause 2.1.14 (f) of the RFP document.
5. The Bidder shall provide an Auditor's Certificate specifying the net worth and annual
construction turnover of the Bidder and also specifying the methodology adopted for
calculating such net worth in accordance with clause above at serial no. 2.

Page 69 of 226
Appendix IA
Annex-IV
13.ANNEX-IV - Details of Eligible Projects

Item Particulars of the


Project
Title & nature of the project
Category
Year-wise
Value of Project as reflected in the experience or completion
certificate

Entity for which the project was constructed


Location
Project cost
Date of commencement of project/ contract
Date of completion/ commissioning
Instructions:
1. Bidders are expected to provide information in respect of each Eligible Projects in this
Annex. The projects cited must comply with the eligibility criteria specified in the RFP, as
the case may be. Information provided in this section is intended to serve as a backup
for information provided in the Application. Applicants should also refer to the
Instructions below.
2. A separate sheet should be filled for each Eligible Project.
3. In case the Eligible Project relates to other Members, write “Member”.
4. Experience for any activity relating to an Eligible Project shall not be claimed twice. In
other words, no double counting in respect of the same experience shall be permitted in
any manner whatsoever.
5. Certificate from the Bidder’s statutory auditor or its respective clients must be furnished
as per formats below for each Eligible Project. In jurisdictions that do not have statutory
auditors, the auditors who audit the annual accounts of the Bidder may provide the
requisite certification.

Page 70 of 226
Certificate from the Statutory Auditor regarding PPP projects
Based on its books of accounts and other published information authenticated by it, this is to certify that
…………………….. (name of the Bidder) is/ was an equity
shareholder in ……………….. (title of the project company) and holds/held Rs. ……… cr. (Rupees …………………………..
crore) of equity (which constitutes ……..% of the total paid up and subscribed equity capital) of the project
company from …………... (date) to …………….. (date)¥The project was/is commenced on ………(date) and likely to
be commissioned on ……………. (date of commissioning of the project).

We further certify that the total estimated capital cost of the project is Rs. ……… cr. (Rupees …………………crore),
of which the applicant has itself undertaken the construction of project of Rs. ………(Rupees ………. Crores)
excluding any part of the project for which any contractor, sub-contractor or other agent was appointed for the
purpose of construction as per Clause by the aforesaid Applicant itself, during the past five financial years as per
year-wise details noted below:
………………………
Name of the audit firm: (Signature, name and designation
of the authorised signatory)
Seal of the audit firm:
Date:

6. If the Bidder is claiming experience under non -PPP category, it should provide a certificate from
its statutory auditor in the format below:

Certificate regarding construction works


Based on its books of accounts and other published information authenticated by it, {this is to certify that
…………………….. (name of the Bidder) was engaged by ……………….. (title of the project company) to execute
……………… (name of project) for …………………. (nature of project)}. The construction of the project commenced
on ………….. (date) and the project was/ is likely to be commissioned on …………… (date, if any). It is certified that
Bidder received payments from its Clients for Construction Works executed by them or work executed and
certified by the Engineer-in-charge/Independent Engineer/Authority’s Engineer, in the aforesaid construction
works.

We further certify that the total estimated capital cost of the project is Rs. …… cr. (Rupees …………………crore), of
which the Applicant received or has executed the work as certified by the Engineer-in-charge/Independent
Engineer/Authority’s Engineer Rs. ……… cr. (Rupees ……………………… crore), in terms of Clauses f the RFP, during
the past five financial years as per year-wise details noted below:
………………………
………………………
It is further certified that the receipts indicated above are restricted to the share of the Applicant who undertook
these works as a partner or a member of joint venture/consortium.
We further certify that applicant has a share of % in the Joint
Venture/Consortium.

Name of the audit firm:


Seal of the audit firm: (Signature, name and designation of the Date: authorized signatory)

Page 71 of 226
7. It may be noted that in the absence of any detail in the above certificates, the information would
be considered inadequate and could lead to exclusion of the relevant project in computation of
Experience.

Page 72 of 226
Appendix IA
Annex-V
14.ANNEX-V - Statement of Legal Capacity

(To be forwarded on the letterhead of the Single Bidder/ Lead Member of Joint Venture)
Ref. Date:
To,
Executive Director,
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
e-mail: ujjainsmartcity@gmail.com

We hereby confirm that we/ our members in the Joint Venture (constitution of which has
been described in the application) satisfy the terms and conditions laid out in the RFP
document.
We have agreed that …………………… (insert member’s name) will act as the Lead Member of
our Joint Venture.*
We have agreed that ………………….. (insert individual’s name) will act as our representative/
will act as the representative of the Joint Venture on its behalf* and has been duly authorized
to submit the RFP. Further, the authorised signatory is vested with requisite powers to furnish
such letter and authenticate the same.
Thanking you,
Yours faithfully,
(Signature, name and designation of the authorised signatory)
For and on behalf of……………………………..
*Please strike out whichever is not applicable.

Page 73 of 226
Appendix - IA
Annexure-VI
15. ANNEX-VI - Information required to evaluate the BID Capacity

(Please refer clause 2.2.2 (a))


To calculate the value of “A”
1. A table containing value of Civil Engineering Works in respect to Projects (Turnkey
projects / Item rate contract/ Percentage Rate/ Construction works) undertaken by the
Bidder during the last 5 years is as follows:
2.
S. No. Year Value of Civil Engineering Works undertaken
(Rs. In Crore)

1 FY 2020-21
2 FY 2019-20
3 FY 2018-19
4 FY 2017-18
5 FY2016-17

3. Maximum value of projects that have been undertaken during the F.Y. ________out of
the last 5 years and value thereof is Rs. Crores (Rupees ). Further, value updated
to the price level of the year indicated in Appendix is as follows:
Rs. __________Crores x __________(Updation Factor as per Appendix) =Rs.
______Crore
(Rupees _________________________________)

………………………… ……………………..
…………………………. ……………………..
Signature, name and designation of
Name of the Statutory Auditor’s firm: Authorized Signatory
Seal of the audit firm: (Signature, name
and designation and Membership No. of For and on behalf of ………………(Name of
authorised signatory) the Bidder)

Page 74 of 226
To calculate the value of “B”
A table containing value of all the existing commitments and on-going works to be completed
during the next 2 years is as follows:
Sl. Name Percentag Date of Construct Value of contract Value Balance Anticipat Balance
No. of e of start ion as per of work value of ed date value of
Proje participati / period as Agree complet work to of work at
ct/ on appoint per ment ed be completi 2016-
Work of Bidder ed date Agreeme /LOAβ3 complet on 17/2016
in the of nt ed price level
project project /LOA
Rs. in Crore Rs. in Rs. in Rs. in Crore
Crore Crore
1 2 3 4 5 6 7 8= (6-7) 9 10(3x 8x #)

# Updation Factor as given below:

FY 2020-21 2019-20 2018-19 2017-18 2016-17

MF 1.00 1.00 1.10 1.21 1.33

FY 2015-16 2014-15 2013-14 2012-13 2011-12

MF 1.46 1.61 1.77 1.95 2.14

The Statement showing the value of all existing commitments, anticipated value of work to be
completed in the period of construction of the project for which bid is invited and ongoing
works as well as the stipulated period of completion remaining for each of the works
mentioned above is verified from the certificate issued that has been countersigned by the
Client or its Engineer-in-charge not below the rank of Executive Engineer or equivalent in
respect of EPC/Item Rate/Percentage Rate Projects or Concessionaire / Authorised Signatory
of SPV in respect of BOT Projects. No awarded / ongoing works has been left in the aforesaid
statement which has been awarded to M/s………………individually / and other member M/s

β In case balance period of construction is less than the value of period of construction of the project for which
bid is invited, then full value of contract as per Agreement/LOA to be mentioned, else, anticipated value of work
to be completed in the period of construction of the project for which bid is invited is to be mentioned. In the
absence of the anticipated value of work to be completed, the proportionate value shall be considered while
evaluating the Assessed Available Bid Capacity.

Page 75 of 226
……………….. and M/s ………………., as on bid due date of this RFP.

…………………….. ……………………..
…………………….. ……………………..
Signature, name and Signature, name and
designation designation of
of Authorised Signatory Authorised Signatory
Date:
For and on behalf of ………………(Name of For and on behalf of ………………(Name of the
Place: Bidder)
the Bidder)

Page 76 of 226
Appendix - IA
Annexure-VI A
Format for information to be furnished by Technically Responsive Bidder regarding updated
Bid Capacity as on bid submission date:
1. Name of instant project:-
2. Name of the Technically Responsive Bidder:-
3. Details of lowest/accepted bid price declared in favour of the Technically Responsive
Bidder (either sole or J.V.) in any other project as on bid submission date.

S. Name of Details and Lowest bid price Date & time Date of Remarks, if
no. Work contact nos, as per financial when Financial LOA in case any
bid opening (Rs. bid was opened issued
email of Bid
In lakhs)
inviting
authority
1.

2.

I/ We hereby confirm that the information furnished above are latest and true to the best of
my/our knowledge. We/I undertake to bear consequences as per provision of RFP in case of
any above mentioned is found to be incorrect.
Authorised Signatory
.......................................
Name: ............. .....
Place:........ Date:. ......
Note: Please enclose separate details for the Joint Venture Partner(s), if any

Page 77 of 226
16.APPENDIX – II - Bank Guarantee for BID Security

B.G. No. Dated:


1. In consideration of you, Ujjain Smart City Limited, having its office at
_______________________, (hereinafter referred to as the "Authority", which
expression shall unless it be repugnant to the subject or context thereof include its,
successors and assigns) having agreed to receive the Bid of …………………… and having its
registered office at ……………………… (and acting on behalf of its JV) (hereinafter referred
to as the "Bidder" which expression shall unless it be repugnant to the subject or context
thereof include its/their executors, administrators, successors and assigns), for
Selection of Contractor for [Project Name] in Ujjain in the State of Madhya Pradesh on
percentage rate basis (hereinafter referred to as "the Project") pursuant to the RFP
Document dated …………… issued in respect of the Project and other related documents
including without limitation the draft contract (hereinafter collectively referred to as
"Bidding Documents"), we (Name of the Bank) having our registered office at
………………… and one of its branches at …………………….. (hereinafter referred to as the
"Bank"), at the request of the Bidder, do hereby in terms of Clause 1.3.1, 2.1.5 read with
Clause 2.20.1 of the RFP Document, irrevocably, unconditionally and without
reservation guarantee the due and faithful fulfilment and compliance of the terms and
conditions of the Bidding Documents (including the RFP Document) by the said Bidder
and unconditionally and irrevocably undertake to pay forthwith to the Authority an
amount of Rs. ___ Crore (Rupees ____ crore and __________ lakh only) (hereinafter
referred to as the "Guarantee") as our primary obligation without any demur,
reservation, recourse, contest or protest and without reference to the Bidder if the
Bidder shall fail to fulfil or comply with all or any of the terms and conditions contained
in the said Bidding Documents.
2. Any such written demand made by the Authority stating that the Bidder is in default of
the due and faithful fulfilment and compliance with the terms and conditions contained
in the Bidding Documents shall be final, conclusive and binding on the Bank.
3. We, the Bank, do hereby unconditionally undertake to pay the amounts due and
payable under this Guarantee without any demur, reservation, recourse, contest or
protest and without any reference to the Bidder or any other person and irrespective
of whether the claim of the Authority is disputed by the Bidder or not, merely on the
first demand from the Authority stating that the amount claimed is due to the Authority
by reason of failure of the Bidder to fulfil and comply with the terms and conditions
contained in the Bidding Documents including failure of the said Bidder to keep its Bid
open during the Bid Validity Period as set forth in the said Bidding Documents for any
reason whatsoever. Any such demand made on the Bank shall be conclusive as regards

Page 78 of 226
amount due and payable by the Bank under this Guarantee. However, our liability under
this Guarantee shall be restricted to an amount not exceeding Rs. ________ Crore
(Rupees ________ crore and _______ lakh only).
4. This Guarantee shall be irrevocable and remain in full force for a period of 180 (one
hundred and eighty) days from the Bid Due Date inclusive of a claim period of 60 (sixty)
days or for such extended period as may be mutually agreed between the Authority and
the Bidder, and agreed to by the Bank, and shall continue to be enforceable till all
amounts under this Guarantee have been paid.
5. We, the Bank, further agree that the Authority shall be the sole judge to decide as to
whether the Bidder is in default of due and faithful fulfilment and compliance with the
terms and conditions contained in the Bidding Documents including, inter alia, the
failure of the Bidder to keep its Bid open during the Bid Validity Period set forth in the
said Bidding Documents, and the decision of the Authority that the Bidder is in default
as aforesaid shall be final and binding on us, notwithstanding any differences between
the Authority and the Bidder or any dispute pending before any Court, Tribunal,
Arbitrator or any other Authority.
6. The Guarantee shall not be affected by any change in the constitution or winding up of
the Bidder or the Bank or any absorption, merger or amalgamation of the Bidder or the
Bank with any other person.
7. In order to give full effect to this Guarantee, the Authority shall be entitled to treat the
Bank as the principal debtor. The Authority shall have the fullest liberty without
affecting in any way the liability of the Bank under this Guarantee from time to time to
vary any of the terms and conditions contained in the said Bidding Documents or to
extend time for submission of the Bids or the Bid validity period or the period for
conveying acceptance of Letter of Award by the Bidder or the period for fulfilment and
compliance with all or any of the terms and conditions contained in the said Bidding
Documents by the said Bidder or to postpone for any time and from time to time any of
the powers exercisable by it against the said Bidder and either to enforce or forbear
from enforcing any of the terms and conditions contained in the said Bidding
Documents or the securities available to the Authority, and the Bank shall not be
released from its liability under these presents by any exercise by the Authority of the
liberty with reference to the matters aforesaid or by reason of time being given to the
said Bidder or any other forbearance, act or omission on the part of the Authority or
any indulgence by the Authority to the said Bidder or by any change in the constitution
of the Authority or its absorption, merger or amalgamation with any other person or
any other matter or thing whatsoever which under the law relating to sureties would
but for this provision have the effect of releasing the Bank from its such liability.

Page 79 of 226
8. Any notice by way of request, demand or otherwise hereunder shall be sufficiently given
or made if addressed to the Bank and sent by courier or by registered mail to the Bank
at the address set forth herein.
9. We undertake to make the payment on receipt of your notice of claim on us addressed
to [name of Bank along with branch address] and delivered at our above branch which
shall be deemed to have been duly authorised to receive the said notice of claim.
10. It shall not be necessary for the Authority to proceed against the said Bidder before
proceeding against the Bank and the guarantee herein contained shall be enforceable
against the Bank, notwithstanding any other security which the Authority may have
obtained from the said Bidder or any other person and which shall, at the time when
proceedings are taken against the Bank hereunder, be outstanding or unrealised.
11. We, the Bank, further undertake not to revoke this Guarantee during its currency except
with the previous express consent of the Authority in writing.
12. The Bank declares that it has power to issue this Guarantee and discharge the
obligations contemplated herein, the undersigned is duly authorised and has full power
to execute this Guarantee for and on behalf of the Bank.
13. For the avoidance of doubt, the Bank's liability under this Guarantee shall be restricted
to Rs. _______ crore (Rupees _____ crore and _________ lakh only). The Bank shall be
liable to pay the said amount or any part thereof only if the Authority serves a written
claim on the Bank in accordance with paragraph 9 hereof, on or before [*** (indicate
date falling 180 days after the Bid Due Date)].
14. This guarantee shall also be operatable at our……………….. Branch at Ujjain, from whom,
confirmation regarding the issue of this guarantee or extension / renewal thereof shall
be made available on demand. In the contingency of this guarantee being invoked and
payment thereunder claimed, the said branch shall accept such invocation letter and
make payment of amounts so demanded under the said invocation.
Signed and Delivered by ………………………. Bank
By the hand of Mr./Ms …………………….., its ………………….. and authorised official.
(Signature of the Authorised Signatory)
(Official-Seal)

Page 80 of 226
17.APPENDIX - III - Format for Power of Attorney for Signing of BID

Know all men by these presents, We…………………………………………….. (name of the firm and
address of the registered office) do hereby irrevocably constitute, nominate, appoint and
authorize Mr./ Ms (name), …………………… son/daughter/wife of ……………………………… and
presently residing at …………………., who is presently employed with us/ the Lead Member of
our Joint Venture and holding the position of ……………………………. , as our true and lawful
attorney (hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all
such acts, deeds and things as are necessary or required in connection with or incidental to
submission of our BID for the Selection of Contractor for [Project Name] in Ujjain the State of
Madhya Pradesh on percentage rate Mode Project proposed or being developed by the Ujjain
Smart City Limited (the “Authority”) including but not limited to signing and submission of all
applications, Bids and other documents and writings, participate in Pre-Bid and other
conferences and providing information/ responses to the Authority, representing us in all
matters before the Authority, signing and execution of all contracts including the agreement
and undertakings consequent to acceptance of our Bid, and generally dealing with the
Authority in all matters in connection with or relating to or arising out of our Bid for the said
Project and/ or upon award thereof to us and/or until the entering into of the Contract with
the Authority.
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds
and things done or caused to be done by our said Attorney pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by our
said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to
have been done by us.
IN WITNESS WHEREOF WE, ………………., THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS
POWER OF ATTORNEY ON THIS ……… DAY OF………….2021
For …………………………..
(Signature, name, designation and address)
of person authorized by Board Resolution
(in case of Firm/ Company)/ partner
in case of Partnership firm
Witnesses:
1.
2.
Accepted
……………………………
(Signature)
(Name, Title and Address of the Attorney)
(Notarised)

Page 81 of 226
Person identified by me/ personally appeared before me/
Attested/ Authenticated*
(*Notary to specify as applicable) (Signature Name and Address of the Notary)
Seal of the Notary
Registration No. of the Notary
Date:………………
Notes:
• The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed
in accordance with the required procedure.
• Wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders’ resolution/ power of
attorney in favour of the person executing this Power of Attorney for the delegation of
power hereunder on behalf of the Bidder.

Page 82 of 226
18.APPENDIX-IV - Format for Power of Attorney for Lead Member of Joint
Venture

Whereas the Ujjain Smart City Limited (“the Authority”) has invited Bids for the Selection of
Contractor for [Project Name] in Ujjain the State of Madhya Pradesh on percentage rate mode
(the “Project”).
Whereas, …………………….., …………………….., and …………………….. (collectively the “Joint
Venture”) being Members of the Joint Venture are interested in bidding for the Project in
accordance with the terms and conditions of the Request for Proposal (RFP) and other Bid
documents including agreement in respect of the Project, and
Whereas, it is necessary for the Members of the Joint Venture to designate one of them as
the Lead Member with all necessary power and authority to do for and on behalf of the Joint
Venture, all acts, deeds and things as may be necessary in connection with the Joint Venture’s
Bid for the Project and its execution.
NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS
We, …… having our registered office at ……., M/s. ….. having our registered office at …, M/s.
… having our registered office at ….., and ….. having our registered office at ………, (hereinafter
collectively referred to as the “Principals”) do hereby irrevocably designate, nominate,
constitute, appoint and authorize M/S ……. having its registered office at ………., being one of
the Members of the Joint Venture, as the Lead Member and true and lawful attorney of the
Joint Venture (hereinafter referred to as the “Attorney”). We hereby irrevocably authorize
the Attorney (with power to sub-delegate) to conduct all business for and on behalf of the
Joint Venture and any one of us during the bidding process and, in the event the Joint Venture
is awarded the contract, during the execution of the Project and in this regard, to do on our
behalf and on behalf of the Joint Venture, all or any of such acts, deeds or things as are
necessary or required or incidental to the pre-qualification of the Joint Venture and
submission of its BID for the Project, including but not limited to signing and submission of all
applications, BIDs and other documents and writings, participate in pre BID and other
conferences, respond to queries, submit information/ documents, sign and execute contracts
and undertakings consequent to acceptance of the Bid of the Joint Venture and generally to
represent the Joint Venture in all its dealings with the Authority, and/ or any other
Government Agency or any person, in all matters in connection with or relating to or arising
out of the Joint Venture’s Bid for the in all respect Project and/ or upon award thereof till the
Contract is entered into with the Authority & Compelled.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said Attorney pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by our

Page 83 of 226
said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to
have been done by us/ Joint Venture.
IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER OF
ATTORNEY ON THIS …………………. DAY OF 2..…
For …………………….. For …………………….. For ……………………..
(Signature) (Signature) (Signature)
………………….. ………………….. …………………..
(Name & Title) (Name & Title) (Name & Title)
(Executants)
(To be executed by all the Members
of the Joint Venture)
Witnesses:
1.
2.
Notes:
• The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed
in accordance with the required procedure.
• Also, wherever required, the Bidder should submit for verification the extract of the
charter documents and documents such as a board or shareholders’ resolution/ power
of attorney in favour of the person executing this Power of Attorney for the delegation
of power hereunder on behalf of the Bidder.

Page 84 of 226
19.APPENDIX V - Format for Joint Bidding Agreement for Joint Venture

(To be executed on Stamp paper of appropriate value)

THIS JOINT BIDDING AGREEMENT is entered into on this the ………… day of ………… 2021
AMONGST
1. {………… Limited, and having its registered office at ………… } (hereinafter referred to as
the "First Part" which expression shall, unless repugnant to the context include its
successors and permitted assigns)
AND
2. {………… Limited, having its registered office at ………… }and (hereinafter referred to as
the "Second Part" which expression shall, unless repugnant to the context include its
successors and permitted assigns)
AND
3. {………… Limited, and having its registered office at …………} (hereinafter referred to as
the "Third Part" which expression shall, unless repugnant to the context include its
successors and permitted assigns)
The above mentioned parties of the FIRST, {SECOND and THIRD} PART are collectively referred
to as the “Parties” and each is individually referred to as a “Party”

WHEREAS,
(A) THE UJJAIN SMART CITY LIMITED, established under the SMART CITY MISSION of the
Government of India under the Companies Act , 2013, represented by its Chairman and
having its principal offices at ______________________________ (hereinafter referred
to as the "Authority" which expression shall, unless repugnant to the context or
meaning thereof, include its administrators, successors and assigns) has invited bids
(the Bids") by its Request for Proposal No. ………… dated …………(the "RFP") for award of
contract for Selection of Contractor for [Project Name] in Ujjain in the State of Madhya
Pradesh on percentage rate mode (the "Project").
(B) The Parties are interested in jointly bidding for the Project as members of a Joint
Venture and in accordance with the terms and conditions of the RFP document and
other bid documents in respect of the Project, and
(C) It is a necessary condition under the RFP document that the members of the Joint
Venture shall enter into a Joint Bidding Agreement and furnish a copy thereof with the
Application.

Page 85 of 226
NOW IT IS HEREBY AGREED as follows:
1. Definitions and Interpretations
In this Agreement, the capitalised terms shall, unless the context otherwise requires,
have the meaning ascribed thereto under the RFP.
2. Joint Venture
2.1. The Parties do hereby irrevocably constitute a Joint Venture (the "Joint Venture") for
the purposes of jointly participating in the Bidding Process for the Project.
2.2. The Parties hereby undertake to participate in the Bidding Process only through this
Joint Venture and not individually and/ or through any other Joint Venture constituted
for this Project, either directly or indirectly.
3. Covenants
The Parties hereby undertake that in the event the Joint Venture is declared the
selected Bidder and awarded the Project, it shall enter into an EPC Contract with the
Authority for performing all its obligations as the Contractor in terms of the EPC
Contract for the Project.
4. Role of the Parties
The Parties hereby undertake to perform the roles and responsibilities as described
below:
(a) Party of the First Part shall be the Lead member of the Joint Venture and shall
have the power of attorney from all Parties for conducting all business for and on
behalf of the Joint Venture during the Bidding Process and until the Appointed
Date under the EPC Contract;
(b) Party of the Second Part shall be {the Member of the Joint Venture; and
(c) Party of the Third Part shall be {the Member of the Joint Venture.}
5. Joint and Several Liability
The Parties do hereby undertake to be jointly and severally responsible for all
obligations and liabilities relating to the Project and in accordance with the terms of the
RFP and the EPC Contract, till such time as the completion of the Project is achieved
under and in accordance with the EPC Contract.
6. Share of work in the Project
The Parties agree that the proportion of construction in the Contract to be allocated
among the members shall be as follows:
First Party:
Second Party:
{Third Party:}
7. Representation of the Parties

Page 86 of 226
Each Party represents to the other Parties as of the date of this Agreement that:
(a) Such Party is duly organised, validly existing and in good standing under the laws
of its incorporation and has all requisite power and authority to enter into this
Agreement;
(b) The execution, delivery and performance by such Party of this Agreement has
been authorised by all necessary and appropriate corporate or governmental
action and a copy of the extract of the charter documents and board resolution/
power of attorney in favour of the person executing this Agreement for the
delegation of power and authority to execute this Agreement on behalf of the
Joint Venture Member is annexed to this Agreement, and will not, to the best of
its knowledge:
i. require any consent or approval not already obtained;
ii. violate any Applicable Law presently in effect and having applicability to it;
iii. violate the memorandum and articles of association, by-laws or other
applicable organisational documents thereof;
iv. violate any clearance, permit, concession, grant, license or other
governmental authorisation, approval, judgement, order or decree or any
mortgage agreement, indenture or any other instrument to which such
Party is a party or by which such Party or any of its properties or assets are
bound or that is otherwise applicable to such Party; or
v. create or impose any liens, mortgages, pledges, claims, security interests,
charges or Encumbrances or obligations to create a lien, charge, pledge,
security interest, encumbrances or mortgage in or on the property of such
Party, except for encumbrances that would not, individually or in the
aggregate, have a material adverse effect on the financial condition or
prospects or business of such Party so as to prevent such Party from fulfilling
its obligations under this Agreement;
(c) this Agreement is the legal and binding obligation of such Party, enforceable in
accordance with its terms against it; and
(d) there is no litigation pending or, to the best of such Party's knowledge, threatened
to which it or any of its Affiliates is a party that presently affects or which would
have a material adverse effect on the financial condition or prospects or business
of such Party in the fulfillment of its obligations under this Agreement.
8. Termination
This Agreement shall be effective from the date hereof and shall continue in full force
and effect until Project completion (the “Defects Liability Period”) is achieved under and
in accordance with the Contract, in case the Project is awarded to the Joint Venture.
However, in case the Joint Venture is either not pre-qualified for the Project or does not

Page 87 of 226
get selected for award of the Project, the Agreement will stand terminated in case the
Applicant is not pre-qualified or upon return of the Bid Security by the Authority to the
Bidder, as the case may be.
9. Miscellaneous
9.1. This Joint Bidding Agreement shall be governed by laws of {India}.
9.2. The Parties acknowledge and accept that this Agreement shall not be amended by the
Parties without the prior written consent of the Authority.

IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND


DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN SIGNED

For and on behalf of

LEAD MEMBER by: SECOND PART THIRD PART

(Signature) (Signature) (Signature)

(Name) (Name) (Name)

(Designation) (Designation) (Designation)

(Address) (Address) (Address)

In the presence of:


1……………….
Notes:
1. The mode of the execution of the Joint Bidding Agreement should be in accordance with
the procedure, if any, laid down by the Applicable Law and the charter documents of
the executant(s) and when it is so required, the same should be under common seal
affixed in accordance with the required procedure.
2. Each Joint Bidding Agreement should attach a copy of the extract of the charter
documents and documents such as resolution / power of attorney in favour of the
person executing this Agreement for the delegation of power and authority to execute
this Agreement on behalf of the Joint Venture Member.

Page 88 of 226
20. FORM OF PERFORMANCE BANK GUARANTEE

Performance Security/Additional Performance Security

Executive Director,
UJJAIN SMART CITY LTD.
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
e-mail: ujjainsmartcity@gmail.com

WHEREAS:

(A) [name and address of contractor]


(hereinafter called the “Contractor") and Executive Director, Ujjain Smart
City Ltd., Room No 16, Mela Office, Kothi Road, Ujjain, Pin Code 456010,
(hereinafter called the “Authority”) have entered into an agreement
(hereinafter called the “Agreement”) for the construction of the [Project
Name] in Ujjain in the State of Madhya Pradesh on Percentage Rate basis,
subject to and in accordance with the provisions of the Agreement
(B) The Agreement requires the Contractor to furnish a Performance Security for
due and faithful performance of its obligations, under and in accordance with
the Agreement, during the {Completion Period/ Defects Liability Period and
Maintenance Period} (as defined in the Agreement) in a sum of Rs….. cr.
(Rupees ………..….. crore) (the “Guarantee Amount”).
(C) We, ………………….. through our branch at …………………. (the “Bank”) have
agreed to furnish this bank guarantee (hereinafter called the “Guarantee”)
by way of Performance Security.
NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and affirms as
follows:

1. The Bank hereby unconditionally and irrevocably guarantees the due and
faithful performance of the Contractor’s obligations during the {Completion
Period/ Defects Liability Period and Maintenance Period} under and in
accordance with the Agreement, and agrees and undertakes to pay to the
Authority, upon its mere first written demand, and without any demur,
reservation, recourse, contest or protest, and without any reference to the
Contractor, such sum or sums up to an aggregate sum of the Guarantee
Amount as the Authority shall claim, without the Authority being required to
prove or to show grounds or reasons for its demand and/or for the sum

Page 89 of 226
specified therein.
2. A letter from the Authority, under the hand of an officer not below the rank
of General Manager in the National Highways Authority of India, that the
Contractor has committed default in the due and faithful performance of all
or any of its obligations under and in accordance with the Agreement shall
be conclusive, final and binding on the Bank. The Bank further agrees that the
Authority shall be the sole judge as to whether the Contractor is in default in
due and faithful performance of its obligations during and under the
Agreement and its decision that the Contractor is in default shall be final and
binding on the Bank, notwithstanding any differences between the Authority
and the Contractor, or any dispute between them pending before any court,
tribunal, arbitrators or any other authority or body, or by the discharge of the
Contractor for any reason whatsoever.
3. In order to give effect to this Guarantee, the Authority shall be entitled to act
as if the Bank were the principal debtor and any change in the constitution of
the Contractor and/or the Bank, whether by their absorption with any other
body or corporation or otherwise, shall not in any way or manner affect the
liability or obligation of the Bank under this Guarantee.
4. It shall not be necessary, and the Bank hereby waives any necessity, for the
Authority to proceed against the Contractor before presenting to the Bank its
demand under this Guarantee.
5. The Authority shall have the liberty, without affecting in any manner the
liability of the Bank under this Guarantee, to vary at any time, the terms and
conditions of the Agreement or to extend the time or period for the
compliance with, fulfilment and/ or performance of all or any of the
obligations of the Contractor contained in the Agreement or to postpone for
any time, and from time to time, any of the rights and powers exercisable by
the Authority against the Contractor, and either to enforce or forbear from
enforcing any of the terms and conditions contained in the Agreement and/or
the securities available to the Authority, and the Bank shall not be released
from its liability and obligation under these presents by any exercise by the
Authority of the liberty with reference to the matters aforesaid or by reason
of time being given to the Contractor or any other forbearance, indulgence,
act or omission on the part of the Authority or of any other matter or thing
whatsoever which under any law relating to sureties and guarantors would
but for this provision have the effect of releasing the Bank from its liability
and obligation under this Guarantee and the Bank hereby waives all of its
rights under any such law.
6. This Guarantee is in addition to and not in substitution of any other guarantee

Page 90 of 226
or security now or which may hereafter be held by the Authority in respect
of or relating to the Agreement or for the fulfilment, compliance and/or
performance of all or any of the obligations of the Contractor under the
Agreement.
Notwithstanding anything contained hereinbefore, the liability of the Bank
under this Guarantee is restricted to the Guarantee Amount and this
Guarantee will remain in force for the period specified in paragraph 8 below
and unless a demand or claim in writing is made by the Authority on the Bank
under this Guarantee all rights of the Authority under this Guarantee shall be
forfeited and the Bank shall be relieved from its liabilities hereunder.
7. The Guarantee shall cease to be in force and effect on _______. Unless a
demand or claim under this Guarantee is made in writing before expiry of the
Guarantee, the Bank shall be discharged from its liabilities hereunder.
8. The Bank undertakes not to revoke this Guarantee during its currency, except
with the previous express consent of the Authority in writing, and declares
and warrants that it has the power to issue this Guarantee and the
undersigned has full powers to do so on behalf of the Bank.
9. Any notice by way of request, demand or otherwise hereunder may be sent
by post addressed to the Bank at its above referred branch, which shall be
deemed to have been duly authorised to receive such notice and to effect
payment thereof forthwith, and if sent by post it shall be deemed to have
been given at the time when it ought to have been delivered in due course of
post and in proving such notice, when given by post, it shall be sufficient to
prove that the envelope containing the notice was posted and a certificate
signed by an officer of the Authority that the envelope was so posted shall be
conclusive.
10. This Guarantee shall come into force with immediate effect and shall remain
in force and effect for up to the date specified in paragraph 8 above or until
it is released earlier by the Authority pursuant to the provisions of the
Agreement.
11. This guarantee shall also be operatable at our…… ………….. Branch at Ujjain,
from whom, confirmation regarding the issue of this guarantee or extension
/ renewal thereof shall be made available on demand. In the contingency of
this guarantee being invoked and payment thereunder claimed, the said
branch shall accept such invocation letter and make payment of amounts so
demanded under the said invocation.
Signed and sealed this ………. day of ……….., 20……… at ……….. SIGNED,
SEALED AND DELIVERED

Page 91 of 226
For and on behalf of the Bank by:
(Signature)
(Name)
(Designation)
(Code Number)
(Address)
NOTES:
(i) The bank guarantee should contain the name, designation and code number
of the officer(s) signing the guarantee.
(ii) The address, telephone number and other details of the head office of the
Bank as well as of issuing branch should be mentioned on the covering letter
of issuing branch.

Page 92 of 226
Volume II: Draft Contract

Page 93 of 226
SMART CITY MISSION
UJJAIN SMART CITY LIMITED

Ujjain Smart City Limited


Request for Proposal
(National Competitive Bidding)
Volume II: Draft Contract

Issued: ______ June, 2021


By
Executive Director,
UJJAIN SMART CITY LIMITED
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh, Pin Code 456010
E-mail: ujjainsmartcity@gmail.com

Page 94 of 226
Volume II: Draft Contract

Page 95 of 226
21. Conditions of Contract
Part - I General Conditions of Contract [GCC]
Table of Clauses of GCC
Clause Particulars Clause Particulars
No. No.
A. General 21 Payments for Variations and / or Extra
Quantities
1 Definitions 22 No compensation for alterations in or
restriction of work to be carried out.
2 Interpretations and 23 No Interest Payable
Documents
3 Language and Law 24 Recovery from Contractors
4 Communications 25 Tax
5 Subcontracting 26 Check Measurements
6 Personnel 27 Termination by Engineer in Charge
7 Force Majeure 28 Payment upon Termination
8 Contractor’s Risks 29 Performance Security
9 Liability for Accidents To 30 Security Deposit
Person
10 Contractor to Construct the 31 Price Adjustment
Works
11 Discoveries 32 Mobilization and Construction Machinery
Advance
12 Dispute Resolution System 33 Secured Advance
B Time Control 34 Payments Certificates
13 Programme E. Finishing the Contract
14 Extension of Time 35 Completion Certificate
15 Compensation for Delay 36 final Account
16 Contractor’s quoted F. Other Conditions of Contract:
percentage
C. Quality Control 37 Currencies
17 Tests 38 Labour
18 Correction of Defects noticed 39 Compliance with Labour Regulations
during the Defect Liability
Period
D. Cost Control 40 Audit and Technical Examination —
19 Variations- Change in original 41 Death or Permanent Invalidity of Contractor
Specifications, Designs,
Drawings etc.
20 Extra Items. 42 .Jurisdiction

A. General

Page 96 of 226
1. DEFINITIONS

1.1. Bill of Quantities: means the priced and completed Bill of Quantities forming part of the Bid.
1.2. Superintending Engineer: means Engineer of the concerned Authority.
13. Completion: means completion of the work as certified by the Engineer-in-Charge, in
accordance with provisions of agreement.
1.4. Contract: means the Contract between the Employer and the Contractor to execute, complete
and/or maintain the work. Agreement is synonym of Contract and carries the same meaning
wherever used.
1.5. Contract Data: means the documents and other information, which comprise of the Contract.
1.6. Contractor: means a person or legal entity whose bid to carry out the work has been accepted
by the Employer.
1.7. Contractor’s bid: means the completed bid document submitted by the Contractor to the
Employer.
1.8. Contract amount: means the amount of contract worked out on the basis of accepted bid.
1.9. Completion of work: means completion of the entire contracted work; Exhaustion of quantity
of any particular item mentioned in the bid document shall not imply completion of work or
any component thereof.
1.10. Day: means the calendar day.
1.11. Defect: means any part of the work not completed in accordance with the specifications
included in the contract.
1.12. Department: means Department of the, State Government viz. Water Resources Department,
Public Works Department, Public Health Engineering Department Rural Engineering Service
and any other organization which adopts this document.
1.13. Drawings: means drawings including calculations and other information provided or approved
by the Engineer-in-Charge.
1.14. Employer: means the Authority as defined in the Contract Data, who employs the Contractor
to carry out the work. The Employer may delegate any or all functions to a person or body
nominated by him for specified functions. The word Employer / Government / Department
wherever used denote the Employer.
1.15. Engineer: means the person named in the Contract Data.
1.16. Engineer in charge: means the person named in the Contract Data.
1.17. Equipment: means the Contractor’s machinery and vehicles brought temporarily to the Site
far execution of work.
1.18. Government: means Government of Madhya Pradesh.
1.19. In Writing: means communicated in written form and delivered against receipt.
1.20. Material: means all supplies, including consumables, used by the Contractor for incorporation
in the work.

Page 97 of 226
1.21. Superintending Engineer: means Superintending Engineer-in-Charge of the Authority
concerned.
1.22. Stipulated period of completion: means the period in which the Contractor is required to
complete the work. The stipulated period is specified in the Contract Data.
1.23. Specification: means the specification of the work included in the Contract and any
modification or addition made or approved by the Engineer-in-Charge.
1.24. Start Date: means the date of signing of Contract for the work.
1.25. Sub-Contractor: means a person or corporate body who has a Contract with the Contractor,
duly authorized to carry out a part of the construction work under the Contract.
1.26. Temporary Work: means work designed, constructed, installed, and removed by the
Contractor that are needed for construction or installation of the work.
1.27. Tender/Bid, Tendered/Bidder: are the synonyms and carry the same meaning where ever
used. -
1,28. Variation: means any change in the work which is instructed or approved as variation under
this contract.
1.29. Work: The expression “work’ or “works” where used in these conditions shall unless there be
something either in the subject or context repugnant to such construction, be construed and taken to
mean the work by virtue of contract, contracted to be executed, whether temporary or permanent
and whether original, altered, substituted or additional,

2. INTERPRETATIONS AND DOCUMENTS

2.1 Interpretations

In the contract, except where the context requires otherwise:

a. words indicating one gender include all genders;

b. Wards indicating the singular also include the plural and vice versa.

c. provisions including the word “agree”, “agreed” or “agreement’ require the


agreement to be recorded in writing;

d. written” or “in writing” means hand-written, type-written, printed or electronically


made, and resulting in a permanent record;

2.2 Documents Forming Part of Contract:

1. NIT with all amendments.

2. Instructions to Bidders (ITB, Bid Data Sheet with all Annexure’s)

3. Conditions of Contract:

I. Part I General Conditions of Contract and the Contract Data; with all Annexures

II. Part II Special Conditions of Contract.

Page 98 of 226
4. Specifications

5. Drawings

6 Bill of Quantities

7. Technical and Financial Bid

9. Any other document(s), as specified.

3. Language and Law

The language of the Contract and the law governing the Contract are stated in the Contract
Data.
4. Communications

All certificates, notice or instruction to be given to the Contractor by Employer/Engineer shall


be sent to the address or contact details given by the Contractor in [Annexure H of ITB]. The
address and contact details for communication with the Employer/Engineer shall be as per
the details given in the Contract Data. Communication between parties that are referred to in
the conditions shall be in writing. The notice sent by facsimile (fax) or other electronic means
(email) shall also be effective on confirmation of the transmission. The notice sent by
registered post or speed post shall be effective on delivery or at the expiry of the normal
delivery period as undertaken by the postal service. In case of any change in address for
communication, the same shall be immediately notified to Engineer-in- Charge.
5. Subcontracting

Subcontracting shall be permitted for contracts of value more than amount specified in the
Contract Data with following conditions.
a. The Contractor may subcontract up to 25 percent of the contract price with the approval
of the Employer in writing, but will not assign the Contract. Subcontracting shall not
alter the Contractors obligations.
b. Following shall not form part of subcontracting:
I. Hiring of labour through a labour contractor.
II. The purchase of Materials to be incorporated in the works.
III. Hiring of plant & machinery.
c. The sub-contractor will have to be registered in the appropriate category in the
centralized registration system for contractors of the GoMP.
6. Personnel

6.1 The Contractor shall employ for the construction work and routine maintenance the technical
personnel as provided in the Annexure I-3 of Bid Data Sheet if applicable. If the Contractor fails
to deploy required number of technical staff, recovery as specified in the Contract Data will be
made from the Contractor.

Page 99 of 226
6.2 If the Engineer asks the Contractor to remove a person who is a member of the contractor’s
staff or work force, stating the reasons, the Contractor shall ensure that the person leaves the
Site within three days and has no further connection with the Works in the Contract.

7. Force Majeure

7.1 The term “Force Majeure” means an exceptional event or circumstance:


(a) Which is beyond a Party’s control,
(b) Which such Party could not reasonably have provided against before entering into the
Contract
(c) Which, having arisen, such Party could not reasonably have avoided or overcome, and
(d) Which is not substantially attributable to the other Party.
Force Majeure may include, but is not limited to, exceptional events or circumstances
of the kind listed below, so long as conditions (a) to (d) above are satisfied:
i. War, hostilities (whether war be declared or not), invasion, act of foreign enemies,
ii. Rebellion, terrorism, sabotage by persons other than the contractor's Personnel,
revolution, insurrection, military or usurped power, or civil war,
iii. Riot, commotion, disorder, strike or lockout by persons other than the Contractor’s
Personnel,
iv. Munitions of war, explosive materials, ionising radiation or contamination by radio-
activity, except as may be attributable to the Contractor’s use of such munitions,
explosives, radiation or radio-activity, and
v. Natural catastrophes such as earthquake, hurricane, typhoon or volcanic activity.
7.2. In the event of either party being rendered unable by force majeure to perform any duty or
discharge any responsibility arising out of the contract, the relative obligation of the party
affected by such force majeure shall upon notification to the other party be suspended for the
period during which force majeure event lasts. The cost and loss sustained by either party
shall be borne by respective parties.
7.3 For the period of extension granted to the Contractor due to Force Majeure the price
adjustment clause shall apply but the penalty clause shall not apply. It is clarified that this sub
clause shall not give eligibility for price adjustment to contracts which are otherwise not
subject to the benefit of price adjustment clause.
7.4 The time for performance of the relative obligation suspended by the force majeure shall
stand extended by the period for which such cause lasts. Should the delay caused by force
majeure exceed twelve months, the parties to the contract shall be at liberty to foreclose the
contact after holding mutual discussions.
8. Contractor’s Risks -

8.1 All risks of loss or damage to physical property and of personal injury and death which arise
during and in consequence of the performance of the Contract are the responsibility of the
Contractor.

Page 100 of 226


8.2 All risks and consequences arising from the inaccuracies or falseness of the documents,
drawing, designs, other documents and/or information submitted by the contractor shall be
the responsibility of the Contractor alone, notwithstanding the fact that the design/ drawings
or other documents have been approved by the department.
9. Liability for Accidents to Person
The contractor shall be deemed to have indemnified and saved harmless the Corporation
against all action, suits, claims, demands, costs etc. arising in connection with injuries suffered
by any persons employed by the contractor or his subcontractor for the works whether under
the General law or under workman’s compensation Act or any other statute in force at the time
of dealing with the question of the liability of employees for the injuries suffered by employees
and to have taken steps properly to ensure against any claim there under.
10. Contractor to Construct the Works

10.1 The Contractor shall construct install and maintain the Works in accordance with the
Specifications and Drawings as specified in the Contract Data.
10.2 In the case of any class of work for which there is no such specification as is mentioned in
Contract Data, such work shall be carried out in accordance with the instructions and
requirement of the Engineer-in-charge.
10.3 The contractor shall supply and take upon himself the entire responsibility of the sufficiency of
the scaffolding, timbering, machinery, tools and implements, and generally of all means used
for the fulfillment of this contract whether such means may or may not be approved or
recommended by the Engineer.
11. Discoveries

Anything of historical or other interest or of significant value unexpectedly discovered on the


Site shall be the property of the Employer. The Contractor shall notify the Engineer of such
discoveries and carry out the Engineer’s instructions for dealing with them.

12. Dispute Resolution System

12.1 No dispute can be raised except before the Competent Authority as defined in Contract Data in
writing giving full description and grounds of dispute. It is clarified that merely recording protest
while accepting measurement and/or payment shall not be taken as raising a dispute.

12.2 No dispute can be raised after 45 days of its first occurrence. Any dispute raised after expiry of
45 days of its first occurrence shall not be entertained and the Employer shall not be liable for
claims arising out of such dispute.

12.3 The Competent Authority shall decide the matter within 45 days.

12.4 Appeal against the order of the Competent Authority can be preferred within 30 days to the
Appellate Authority as defined in the Contract Data. The Appellate Authority shall decide the
dispute within 45 days.

12.5 Appeal against the order of the Appellate Authority can be preferred before the Madhya
Pradesh Arbitration Tribunal constituted under Madhya Pradesh Madhyastham Adhikaran
Adhiniyam, 1983.

Page 101 of 226


12.6 The Contractor shall have to continue execution of the Works with due diligence
notwithstanding pendency of a dispute before any authority or forum.

B. Time Control
13. Programme

13.1 Within the time stated in the Contract Data, the Contractor shall submit to the Engineer for
approval a Programme showing the general methods arrangements, order and timing for all
the activities for the construction of works.
13.2 The program shall be supported with all the details regarding key personnel, equipment and
machinery proposed to be deployed on the works for its execution. The contractor shall
submit the list of equipment and machinery being brought to site, the list of key personnel
being deployed, the list of machinery/equipment being placed in field laboratory and the
location of field laboratory along with the Programme.
13.3 An update of the Programme shall be a programme showing the actual progress achieved on
each activity and the effect of the progress achieved on the timing of the remaining Works,
including any changes to the sequence of the activities.
13.4 The Contractor shall submit to the Engineer for approval an updated Programme at intervals
no longer than the period stated in the Contract Data. If the Contractor does not submit an
updated Programme within this period, the Engineer may withhold the amount stated in the
Contract Data from the next payment certificate and continue to withhold this amount until
the next payment after the date on which the overdue Programme has been submitted.
13.5 The Engineer’s approval of the Programme shall not alter the Contractor’s obligations.
14. Extension of Time

14.1. If the Contractor desires an extension of time for completion of the work on the ground of his
having been unavoidably hindered in its execution or on any other grounds, he shall apply, in
writing, to the Engineer-in-charge, on account of which he desires such extension. Engineer-
in-Charge shall forward the aforesaid application to the Competent Authority as prescribed.
14.2 The competent authority shall grant such extension at each such occasion within a period of
30 days of receipt of application from contractor and shall not wait for finality of work. Such
extensions shall be granted in accordance with provisions under clause 15 of this agreement.
14.3 In case the work is already in progress, the Contractor shall proceed with the execution of the
works, including maintenance thereof, pending receipt of the decision of the competent
authority as aforesaid with all due diligence.
15. Compensation for delay

15.1 The. time allowed for carrying out the work, as entered in the agreement, shall be strictly
observed by the Contractor.

15.2 The time allowed for execution of the contract shall commence from the date of signing of
the agreement. It is clarified that the need for issue of work order is dispensed with.

Page 102 of 226


15.3 In the event milestones are laid down in the Contract Data for execution of the works, the
contractor shall have to ensure strict adherence to the same.

15.4 Failure of the Contractor to adhere to the timelines and/or milestones shall attract such
liquidated damages as is laid down in the Contract Data.

15.5 In the event of delay in execution of the Works as per the time lines mentioned in the Contract
Data the Engineer-in-charge shall retain from the bills of the Contractor amount equal to the
liquidated damages leviable until the Contractor makes such delays good. However, the
Engineer-in-charge shall accept bankable security in lieu of retaining such amount.

15.6 If the Contractor is given extension .of time after liquidated damages have been paid, the
Engineer in Charge shall correct any over payment of liquidated damages by the Contractor in
the next payment certificate.

15.7 In the event the Contractor fails to make good the delay until completion of the stipulated
contract period (including extension of time) the sum so retained shall be adjusted against the
liquidated damages levied.

16. Contractor’s quoted percentage

The Contractor’s quoted percentage rate referred to in the “Bid for works’ will be deducted
added from/to the net amount of the bill after deducting the cost of material supplied by the
department.

C. Quality Control
17. Tests

17.1 The Contractor shall be responsible for:

a. Carrying out the tests prescribed in specifications, and

b. For the correctness of the test results, whether preformed in his

laboratory or elsewhere.

17.2 The contractor shall have to establish field laboratory within the time specified and having
such equipments as are specified in the Contract Data.

17.3 Failure of the Contractor to establish laboratory shall attract such penalty as is specified in the
Contract Data.

17.4 Ten percent of the mandatory test prescribed under the specification shall be got carried out
through laboratories accredited by national Accreditation Board of laboratories (NABL) By the
Engineer-in-charge and the cost of such testing shall be deducted form the payments due to
contractor .

18. Correction of Defects noticed during the Defect Liability Period

18.1 The Defect Liability Period of work in the contract shall be as per the Contract Data.

Page 103 of 226


18.2 The Contractor shall promptly rectify all defects pointed out by the Engineer well before the
end of the Defect Liability Period. The Defect Liability Period shall automatically stand
extended until the defect is rectified.

18.3 If the Contractor has not corrected a Defect pertaining to the Defect Liability Period to the
satisfaction of the Engineer, within the time specified by the Engineer, the Engineer will assess
the cost of haying the Defect corrected, and the cost of correction of the Defect shall be
recovered from the Performance Security or any amount due or that may become due to the
contractor and other available securities.

D. COST CONTROL

19. Variations - Change in original Specifications, Designs, and Drawings etc.

19.1 The Engineer-in-charge shall have power to make any alterations, omissions or additions to or
substitutions in the original specifications, drawings, designs and instructions, that may
appear to him to be necessary during the progress of the work and the contractor shall carry
out the work in accordance with any instructions which may be given to him in writing signed
by the Engineer-in-charge, and such alterations, omission, additions or substitutions shall not
invalidate the contract and any altered, additional or substituted work, which the contractor
may be directed to do in the manner above specified, as part of the work, shall be carried out
by the contractor on the same conditions in all respects on which he agrees to do the main
work.
19.2 The time for the completion of the work shall be adjusted in the proportion that the altered,
additional or substituted work bears to the original contract work and the certificate of the
Engineer-in-charge shall be conclusive as to such proportion.
20. Extra items

20.1 All such items which are not included in the priced BOQ shall be treated as extra items.

21. Payments for Variations and / or Extra Quantities

21.1 The rates for such additional (Extra quantity), altered or substituted work / extra items under
this clause shall be worked out in accordance with the following provisions in the irrespective
order:
a. The contractor is bound to carry out the additional (Extra quantity), work at the same rates as
are specified in the contract for the work.
b. If the item is not in the priced BOQ and is. included in the SOR of the department, the rate
shall be arrived at by applying the quoted tender percentage on the SOR rate.
c. If the rates for the altered or substituted work are not provided in applicable SOR - such rates
will be derived from the rates for a similar class (type) of work as is provided in the contract
(priced BOQ) for the work.
d. If the rates for the altered, substituted work cannot be determined in the manner specified in
the sub clause (c) above - then the rates for such composite work item shall be worked out on
the basis of the concerned Schedule of Rates minus/plus the percentage quoted by the
contractor.

Page 104 of 226


e. If the rates for a particular part or parts of the item is not in the Schedule of Rates and the
rates for the altered, or substituted work item cannot be determined in he manner specified
in sub clause (b) to (d) above, the rate for such part or parts will be determined by the
Competent Authority, as defined in the Contract Data on the basis of the rate analysis derived
out of prevailing market rates when the work was done.
f. But under no circumstances, the contractor shall suspend the work on the plea of non-
acceptability of rates on items falling under sub clause (a) to (d). In case the contractor does
not accept the rate approved by the Engineer in Charge for a particular item, the contractor
shall continue to carry out the item at the rates determined by the Competent Authority. The
decision on the final rates payable shall be arrived at through the dispute settlement
procedure.
22. No compensation for alterations in or restriction of work to be carried out.

22.1. If at any time after the commencement of the work, the Engineer-in-charge for any reason
whatsoever, not require the whole or any part of the work as specified in the bid to be carried
out the Engineer-in-charge shall give notice in writing of the fact to the Contractor and
withdraw that whole or any part of the work.

22.2 The Contractor shall have no claim to any payments or compensation whatsoever, on account
of any profit or advantage which he might have derived from the execution of work in full or
on account of any loss incurred for idle men and machinery due to any alteration or restriction
of work for whatsoever reason.

22.3 The Engineer-in-charge may supplement the work by engaging another agency to execute such
portion of the work, without prejudice to his rights.

23. ‘No Interest Payable

No interest shall be payable to the Contractor on any payment due or awarded by any
authority.

24. Recovery from Contractors

Whenever any claim against the Contractor for the payment arises under the contract, the
Department may be entitled to recover such sum by:

(a) Appropriating, in part or whole of the Performance Security and Additional Performance
Security, if any; and/or Security Deposit and / or any sums payable under the contract to the
contractor.

(b) If the amount recovered in accordance with (a) above is not sufficient, the balance sum may
be recovered from any payment due to the contractor -under any other contract of the
department, including the securities which become due for release.

(c) The department shall, further have an additional right to effect recoveries as arrears of land
revenue under the M.P. Land-Revenue Code.

25. Tax -

Page 105 of 226


25.1 The rates (in case of percentage rate bids)/ lump-sum offer (in case of lump-sum bids) quoted
by the Contractor shall be deemed to be inclusive of all, duties, royalties, levies and taxes etc.
except Goods and Service Tax (GST). The amount of applicable GST will be paid separately to
the Contractor with each bill at the time of payment.,

25.2 The liability, if any, on account of quarry fees, royalties, octroi and any other taxes and duties
in respect of materials actually consumed on public work, shall be borne by the Contractor.

25.3 Any changes in the taxes due to change in legislation or for any other reason shall not be payable
to the contractor.

26. Check Measurements

26.1 The department reserves to itself the right to prescribe a scale of check measurement of work
in general or specific scale for specific works or by other special orders.

26.2 Checking of measurement by superior officer shall supersede measurements by subordinate


officer(s), and the former will become the basis of the payment.

26.3 Any over/excess payments detected, as a result of such check measurement or otherwise at
any stage up to the date of completion of the defect liability period specified in this contract,
shall be recoverable from the Contractor, as per clause 24 above.

27. Termination by Engineer in charge

27.1 If the Contractor fails to carry out any obligation under the Contract, the Engineer in Charge
may by notice require the Contractor to make good the failure and to remedy it within a
specified reasonable time.

27.2 The Engineer in Charge, shall be entitled to terminate the Contract if the Contractor

a) abandons the Works or otherwise plainly demonstrates the intention not to continue
performance of his obligations under the Contract;
b) the Contractor is declared as bankrupt or goes into liquidation other than for approved
reconstruction or amalgamation;
c) without reasonable excuse falls to comply with the notice to correct a particular defect
within a reasonable period of time;
d) the Contractor does not maintain a valid instrument of financial security as prescribed;
e) the Contractor has delayed the completion of the Works by such duration for which the
maximum amount of liquidated damages is recoverable;
f) If the Contractor fails to deploy machinery and equipment or personnel or set up a field
laboratory as specified in the Contract Data;
g) If the contractor, in the judgment of the Engineer in chargé has engaged in corrupt or
fraudulent practices in competing for or in executing the contract;
h) Any other fundamental breaches as specified in the Contract Data.
27.3 In any of these events or circumstances, the Engineer in Charge may, upon giving 14 days’ notice
to the Contractor, terminate the Contract and expel the Contractor from the Site, However, in

Page 106 of 226


the case of sub-paragraph (b) or (g) of clause 27.2, the Engineer in Charge may terminate the
Contract immediately.
27.4 Notwithstanding the above, the Engineer-in-Charge may terminate the Contract for convenience
by giving notice to the Contractor.
28. Payment upon Termination

28.1 If the contract is terminated under clause 27.3, the Engineer shall issue a certificate for value of
the work accepted on final measurements, less Advance Payments and Penalty as indicated in
the Contract Data. The amount so arrived at shall be determined by the Engineer-in-Charge and
shall be final and binding on both the parties.
28.2 Payment on termination under clause 27.4 above -
If the Contract is terminated under clause 27.4 above, the Engineer shall issue a certificate for
the value of the work done, the reasonable cost of removal of Equipment, repatriation, of the
Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting
and securing the Works and less advance payments received up to the date of the certificate,
less other recoveries due in terms of the contract and less taxes due to be deducted at source
as per applicable law.
28.3 If the total amount due to the Employer exceeds any payment due to the Contractor, the
difference shall be recovered as per clause 24 above.
29. Performance Security

The Contractor shall have to submit, performance security and additional performance security,
if any, as specified in the Bid, at the time of signing of the contract. The contractor shall have to
ensure that such performance security and additional performance security, if any remains valid
for the period ‘as specified in the Contract Data.
30. Security Deposit-

30.1 Security Deposit shall be deducted from each running bill at the rate as specified in the Contract
Data. The total amount of Security Deposit so deducted shall not exceed the percentage of
Contract Price specified in the Contract Data.
30.2 The security deposit may be replaced by equivalent amount of bank guarantee or fixed deposit
receipt assigned to the Employer, with validity up to 3 (three) months beyond the completion
of Defect Liability Period/ extended Defect Liability Period.
30.3 The Security Deposit shall be returned, 50% after the 1 year of issuing of Completion Certificate,
25% amount after 2 year of issuing of Completion Certificate and remaining 25% after 5 year of
issuing of Completion Certificate.
31. Price Adjustment
31.1 Applicability

1. Price adjustment shall be applicable only if provided for in the Contract Data.

Page 107 of 226


2. The price adjustment clause shall apply only for the works executed from the date of signing of
the agreement until the end of the initial intended completion date or extensions granted for
reasons attributed to the Employer by the Engineer.

3. The Contractor shall not be entitled to any benefit arising from the price adjustment clause for
extension in the contract period for reasons attributed to the Contractor.

4. In the Force Majeure event the price escalation clause shall apply.

31.2 Procedure
1. Contract price shall be adjusted for increase or decrease in rates and price of labor, materials,
fuels and lubricants in accordance with following principles and procedures and as per formula
given in the contract data.
2. The price adjustable shall be determined during each quarter from the formula given in the
contract data.
3. Following expression and meaning are assigned to the work done during each quarter:
R = Total value of work during the quarter. It would include the amount of secured advance
granted, if any, during the quarter, less the amount of secured advance recovered, if any during
the quarter, less value of material issued by the department, if any, during the quarter.
4. Weightages of various components of the work shall be as per the Contract Data.
31.3 To the extent that full compensation for any rise or fail in costs to the contractor is not covered
by the provisions of this or other clauses in the contract the unit rates and prices included in the
contract shall be deemed to include amounts to cover the contingency of such other rise or fall
in costs.
31.4 The index relevant to any quarter, for which such compensation is paid, shall be the arithmetical
average of the indices relevant of the calendar month.
31.5 For the purpose of clarity it is pointed out that the price adjustment may be either positive or
negative, i.e. if the price adjustment is in favour of the Employer, the same shall be recovered
from the sums payable to the Contractor.
32. Mobilization and Construction Machinery Advance
32.1 Payment of advances shall be applicable if provided in the Contract Data.
32.2 If applicable, the Engineer in Charge shall make interest bearing advance payment to the
contractor of the amounts stated in the Contract Data, against provision by the contractor of an
unconditional Bank Guarantee in a form and by a nationalized/ scheduled banks, in the name as
stated in the Contract Data in amounts equal to the advance payment. The guarantee shall
remain effective until the advance payment has been repaid, but the amount of the guarantee
shall be progressively reduced by the amounts repaid by the contractor.
32.3 The rate of interest chargeable shall be as per Contract Data.
32.4 The construction machinery advance, if applicable, shall be limited to 80% of the cost of
construction machinery and admissible only for new construction machinery.

Page 108 of 226


32.5 The advance payment shall be recovered as stated in the Contract Data by deducing
proportionate amounts from payment otherwise due to the Contractor. No account shall be
taken of the advance payment or its recovery in assessing valuations of work done, variations,
price adjustments, compensation events, or liquidated damages.
33. Secured Advance
33.1 Payment of Secured Advance shall be applicable if provided in the Contract Data.
33.2 If applicable, the Engineer shall make advance payment against materials intended for but not
yet incorporated in the Works and against provision by the contractor of an unconditional Bank
Guarantee in a form and by a nationalized/ scheduled bank, in the name as stated in the
Contract Data, in amounts equal to the advance payment. The guarantee shall remain effective
until the advance payment has been adjusted, but the amount of the guarantee shall be
progressively reduced by the amounts adjusted by the contractor.
33.3 The amount of secured advance and conditions to be fulfilled shall be as stipulated in the
Contract Data.
33.4 The Secured Advance paid shall be recovered as stated in the Contract Data.

34. Payment Certificates


The payment to the contractor will be as follows for construction work:
(a) The Contractor shall submit to the Engineer monthly statements of the value of the work
executed less the cumulative amount certified previously, supported with detailed
measurement of the items of work executed.
(b) The Engineer shall check the Contractor’s monthly statement and certify the amount to
be paid to the Contractor.
(c) The value of work executed shall be determined, based on the measurements approved
by the Engineer/ Engineer-in-charge.
(d) The value of work executed shall comprise the value of the quantities of the items in the
Bill of Quantities completed:
(e) The value of work executed shall also include the valuation of Variations and
Compensation Events.
(f) All payments shall be adjusted for deductions for advance payment, security deposit,
other recoveries in terms of contract and taxes at source as applicable under the law.
(g) The Engineer may exclude any item certified in a previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later
information.
(h) Payment of intermediate certificate shall be regarded as payments by way of advance,
against the final payment and not as payments for work actually done and completed.
(i) Intermediate payment shall not preclude the requiring of bad, unsound and imperfect or
unskilled work to be removed and taken away and reconstructed or be considered as an

Page 109 of 226


admission of the due performance of the contractor any part thereof, in any respect or
the occurring of any claim.
(j) The payment of final bill shall be governed by the provisions of clause 36 of GCC.
E. Finishing the Contract
35. Completion Certificate
35.1 A Completion Certificate in the prescribed format in Contract Data shall be issued by the
Engineer-in-Charge after physical completion of the Work.
35.2 After final payment to the Contractor a Final Completion Certificate in the prescribed format in
the Contract Data shall be issued by the Engineer-in Charge.
36. Final Account
36.1 The Contractor shall supply the Engineer with a detailed account of the total amount that the
Contractor considers payable for works under the Contract within 21 days of issue of certificate
of physical completion of works. The Engineer shall issue a Defects Liability Certificate and
certify any payment that is due to the Contractor within 45 days of receiving the Contractor’s
account if it is correct and complete. If the account is not correct or complete, the Engineer shall
issue within 45 days a schedule that states the scope of the corrections or additions that are
necessary. If the Account is still unsatisfactory after it has been resubmitted, the matter shall be
referred to the Competent Authority as defined in the Contract Data, who shall decide on the
amount payable to the Contractor after hearing the Contractor and the Engineer in Charge.
36.2 In case the account is not received within 21 days of issue of Certificate of Completion as
provided in clause 32.1 above, the Engineer shall proceed to finalize the account and issue a
payment certificate within 28 days.

F. Other Conditions of Contract


37. Currencies
All payments will be made in Indian Rupees.
38. Labour

38.1 The Contractor shall, unless otherwise provided in the Contract, make his own arrangements
for the engagement of all staff and labour, local or other, and for their payment, housing,
feeding and transport.
38.2 The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in
such form and at such intervals as the Engineer may prescribe, showing the staff and the
numbers of the several classes of labourfrom time to time employed by the Contractor on the
Site and such other information as the Engineer may require.
39. Compliance with Labor Regulations
39.1 During continuance of the Contract, the Contractor and his Sub Contractors shall abide at all
times by all existing labor enactments and rules made there under, regulations, notifications
and bye laws of the, State or Central Government or local authority and any other labor law
(including rules), regulations, bye laws that may be passed or notification that may be issued

Page 110 of 226


under any labor law in future either by the State or the Central Government or the local
authority. Salient features of some of the major labour laws that, are applicable to construction
industry are given in the Contract Data. The Contractor shall keep the Employer indemnified in
case any action is taken against the Employer by the competent authority on account of
contravention of any of the provisions of any Act or rules made their under, regulations or
notifications including amendments, If the Employer is caused to pay or reimburse, such
amounts as may .be necessary to cause or observe, or for non-observance of the provisions
stipulated in the notifications/ byelaws/ Acts/Rules / regulations including amendments, if any,
on the part of the Contractor, the Engineer/Employer shall have the right to deduct from any
money due to the Contractor including his amount of performance security. The
Employer/Engineer shall also have right to recover from the Contractor any sum required or
estimated to be required for making good the loss or damage suffered by the Employer. The
employees of the Contractor and the Sub Contractor in no case shall be treated as the
employees of the Employer at any point of time.
40. Audit and Technical Examination
Government shall have the right to cause an audit and technical examination of the works and
the final bill of the contract including all supporting vouchers abstract etc to be made after
payment of the final bill and if as a result of such audit and technical examination any sun is
found to have been overpaid in respect of any work done by the contractor under the contract
or any work claimed by him to have been done under the contract and found not to; have been
executed, the Contractor shall be liable to refund the amount of overpayment and it shall be
lawful for Government to recover the same from him in the manner prescribed in clause 24
above and if it is found that the Contractor was paid less than what was due to him, under the
contract in respect of any work executed by him under it, the amount of such under payment
shall be duly paid by Government to the Contractor.
41. Death or Permanent Invalidity of Contractor
If the Contractor is an individual or a proprietary concern, partnership concern, dies during the
currency of the contract or becomes permanently incapacitated, where the surviving partners
are only minors, the contract shall be closed without levying any damages/compensation as
provided for in clause 28.2 of the contract agreement However, if the competent authority is
satisfied about the competence of the survivors, then the competent authority shall enter into
a fresh agreement for the remaining work strictly on the same terms and conditions under which
the contract was awarded.
42. Jurisdiction
This contract has been entered into the State of Madhya Pradesh and its validity, construction,
interpretation and legal effect shall be subjected to the courts at the place where this
agreement is entered into. No other jurisdiction shall be applicable.
[End of GCC]

Page 111 of 226


22. Contract Data
Clause Particulars Data
reference
1.14 Employer Ujjain Smart City Limited, Ujjain
1.15 Engineer Superintending Engineer
1.16 Engineer in Charge Superintending Engineer OR Engineer Authorized by
Superintending Engineer
1.17 Equipment’s (As per Annexure I-3)
1.12 Stipulated period of completion 15 Months (Including intervening rainy seasons
3 Language & Law of Contract Indian Contract Act, 1872 and other applicable laws
4 Address & contact details of the As per Appendix 1A – Annexure 1
Contractor
Address & contact details of the
Employer/ Engineer- phone, Fax, Executive Director, USCL
email.
5 Subcontracting permitted for the Upto 10 % by approval of employer
Contract Value
6 Technical Personnel to be provided As per Annexure - I (Format I-2)
the contractor—requirement, &
Penalty, if required Technical
Personnel not employed
10 Specifications As per Annexure E
Drawings As per Annexure N
12 Competent Authority for deciding Chief Executive Officer,
dispute under Dispute Resolution Ujjain Smart City Limited
System
Appellate Authority for deciding
Executive Director
dispute under Dispute Resolution
Ujjain Smart City Limited
System
13 Period for submission of updated 7 days
construction program
Amount to be withheld for hot As per rule
submitting construction program in
prescribed period
14 Competent Authority for granting As per rule
Time Extension.
15 Milestones laid down for the YES
contract
If Yes, details of Milestones As per Annexure – O
Liquidated damage As per Annexure – P
17 List of equipment for lab As per Annexure – Q
Time to establish lab As per rule

Page 112 of 226


Penalty for not establishing field As per rule
Laboratory
18 Defect Liability Period 36 months (3 years) after final completion certificate of
work
21 Competent Authority for As per rule
determining the rate
27 Any other condition for breach of ____________________________
contract
28 Penalty Penalty Shall include

(a) Security deposit as per clause 30 of General Conditions


of Contract and

(b Liquidated Damages imposed as per clause 15 or


Performance Security (Guarantee) including Additional
Performance Security (Guarantee), if any, as per clause 29
of General Conditions of Contract, whichever is higher

29 Performance guarantee (Security) 3 months beyond Defects Liability Period as per Clause
shall be valid up to 35.1

30 Security Deposit to be deducted At the rate of 5%.


from each running bill

Maximum limit of deduction of Up to 5% of Final Contract Amount.


Security Deposit

Refund of Security Deposit. The 50% amount of Security deposit shall be refunded
after completion of one year of defect liability period and
remaining amount shall be paid in two equal instalments
after 6 months interval

31 Price Adjustment formula and Not Applicable for this contract


procedure to calculate

31.1 (1) Price adjustment shall be Not Applicable for this contract
applicable

32:1 Mobilization and Construction No Mobilization and Construction Machinery Advance


Machinery Advance Applicable shall be payable.

32.2 If yes, Unconditional Bank In the format prescribed in Annexure - S


Guarantee
32
32.3 If yes, Rate of interest Not applicable.
chargeable on advances

32.4 If yes, Type & Amount of 1. Mobilization advance – Not applicable.


Advance payment that can be paid

Page 113 of 226


2. Construction Machinery Advance — Not applicable.

32.5 If yes, Recovery of advance -


payment

33 33.1 secured Advance Applicable No Secured Advance payable.


33.2 if yes, Unconditional Bank -
Guarantee
33.2 if yes, Amount of Secured -
Advance:
33.3 if yes, Conditions for secured -
advance.
33.4 if yes, Recovery of Secured -
advance
35 Completion certificate - after As per Annexure - U
physical completion of the Work
Final Completion Certificate — As per Annexure-V
after final payment on completion
of the Work
36 Competent Authority Chief Executive Officer, Ujjain Smart City Limited
37 Salient features of some of the As per Annexure – W
major labour laws that are
applicable

Page 114 of 226


Annexure – I (Format: I - 2)

23. LIST OF TECHNICAL PERSONNEL FOR THE KEY POSITIONS


The Contractor will have to appoint the following key personnel during the execution and entire
contract period, apart from other key personnel and support staff as necessary.
SNo Position Educational Requirement Experience Requirement Total Nos

1. Project Graduate in Engineering At least 10 years’ experience on 1


Manager with Post-graduate in civil engineering projects.
Management
Experience of construction
supervision of at least 2
bridges/flyovers in last 10 years

2. Bridge Post-graduate in Structural At least 10 years’ experience on 1


Engineer Engineering with designing civil engineering
specialization in Bridge projects.
Engineering
Experience of design of at least 5
bridges with steel/composite
structures in last 10 years.

3. Structural Post-graduate in Structural At least 7 years’ experience on 1


Engineer Engineering designing civil engineering
projects.

Experience of design of RCC


structures, bridges in last 7 years.

4. Construction Degree/Diploma in Civil At least 5 years’ experience on 3


Supervisor Engineering civil engineering projects.

5. Quality Degree in Civil Engineering At least 5 years’ experience on 1


Assurance quality assurance and quality
Engineer control of civil engineering
projects.

6. Construction Degree/Diploma in Civil At least 5 years’ experience on 1


Safety Engineering construction safety in
Officer infrastructure projects.

7. Safeguard Post-graduate in Social At least 5 years’ experience on 1


Officer Science/ Environment EHS issues in infrastructure
projects.

Page 115 of 226


Penalty for Non-deployment of above staff are as follows:

S. No. Details Penalty to be computed on Per Month basis

NOTE: after signing of the contractor agreement the contractor has to submit the bio data of above
position for the approval from USCL and shall be appointed after the approval

Page 116 of 226


Note:

1. Aforesaid personnel shall be deployed within the period starting from the date of award of
contract as stipulated in the contract.

2. Approval of the superintending engineer about suitability of personnel shall be obtained before
deployment.

3. The Bidder shall submit CVs of proposed personnel confirming eligibility, experience and
suitability of the personnel for the project.

Page 117 of 226


Annexure – I (Format: I - 3)

24. LIST OF EQUIPMENTS / MACHINES FOR CONSTRUCTION WORK

Bidders to furnish details of minimum requirement in the format given below for the Work:

S. Name of Equipment/ Min Details of Equipment/ Quantity Available


Machinery Quantity Machinery Available with the
No.
Required bidder

1 JCB/Excavator 1

Dumpers

2 2

3 Pin Vibrator 3

4 Plate vibrator 2

5 Concrete Mixer Machines 3

6 Any other machine/


equipment required for
Project work from time to
time

Page 118 of 226


Annexure—N

(See clause 10 of Section 3— GCC)

Drawings
As per attached Drawings

Page 119 of 226


ANNEXURE—O

(See clause 15 of Section 3 -GCC)

25. Details of Milestones


Mile stones to be followed are as under:

The time allowed for carrying out the work shall be strictly observed by the contractor and shall be
deemed to be essence of the contract and shall be reckoned immediately after 14 days from signing
of the agreement.

Key Milestones.

SN Milestone Schedule
1 Resource Mobilization, Establishment of Site-office, Laboratory. D1+ 7 days
2 Topographic surveys, geo-technical investigations, and other D1+ 15 days
required surveys
3 Concept Drawings, General Arrangement Drawing, Detailed D1+ 30 days
Structural Design & Drawings including proof-checking and vetting
from approved Institute.
4 Construction Methodology, Construction Scheduling, Design-mix, D1+ 45 days
QAPs, Material Procurement Plan, Batching Plant, Fabrication Yard,
Labour Camps.
5 Site Preparation, Coffer Dam (if required), Pile Boring, Pile Capping D1+ 120 days
and Construction of Abutments.
6 Pier, Pier Caps, Bearing D1+ 150 days
7 Fabrication of Steel Structures (Bowstring, Arches, Girders, etc) D1+ 180 days
8 Launching of Steel Structures D1+ 360 days
9 Deck Work, Railing and Allied Civil Works, Finishing Works, Electrical D1+ 450 days
Works, Load Test, etc to complete the commissioning of Bridge in
all respect.
D1 stands for the contract commencement date.

Note: The commencement date of the project shall be considered from the date of actual Signing date
of Contract Agreement.

Page 120 of 226


ANNEXURE—P

(See clause 15 of Section 3-GCC)

Compensation for Delay

If the contractor fails to achieve the milestones, and the delay in execution of work is attributable to
the contractor, the Employer shall retain an amount from the sums payable and due to the contractor
as per following scale -
i. Slippage up to 25% in financial target during the milestone under consideration 2.5% of the work
remained unexecuted in the related time span.
ii. Slippage exceeding 25% but Up to 50% in financial target during the milestone under
consideration - 5% of the work remained unexecuted in the related time span.
iii. Slippage exceeding 50% but Up to 75% in financial target during the milestone under
consideration -7.5% of the work remained unexecuted in the related time span.
iv. Slippage exceeding 75% in financial target during the milestone under consideration-10% of the
work remained unexecuted in the related time span.

Note: For arriving at the dates of completion of time span related to different milestones, delays which
are not attributable to the Contractor shall be considered. The slippage on any milestone is if
made good in subsequent milestones or at the time of stipulated period of completion, the
amount retained as above shall be refunded. In case the work is not completed within the
stipulated period of completion along with all such extensions which are granted to the
Contractor for either Employer’s default or Force Majeure, the compensation shall be levied on
the contractor at the rate of 0.05% per day of delay limited to a maximum of 10% of contract
price. The decision of Superintending Engineer shall be final and binding upon both the parties.

Page 121 of 226


Annexure – Q

(See clause 17 of Section 3 GCC)

Indicative List of Equipment for Quality Control Lab


SNo List of Equipment Nos.
1. IS set of sieves with base & top lid 65mm, 40mm,20mm, 16mm, 2 Sets
10mm, 4.75mm, 2mm, 600 mic, 425 mic, 212 mic, 75 mic.
Equipment for checking moisture content, maximum dry density
etc., (core cutters with cap, hammer, stove, Electronic weigh
balance, kerosene stove/ oven, pan etc and other
tools/plant/materials required for doing soil compaction test), Plastic
limits apparatus, Liquid limit apparatus, Moisture meter with
accessories, Standard modified proctors test apparatus, etc.
2. Hand/motor operated sieve shaker for above sieves 2 Nos.
3. Balance
a) Pan balance - 10 Kg capacity (with 1.0 gm least count) 2 Nos.
b) Electronic/digital balance – 10 kg capacity (with 1 gm Least 2 Nos.
Count)
4. Sieve brush - Wire brush As required
5. Concrete Cube testing Machine -200Tonne capacity - 1 No.
Electrical-cum-hand operated with single pressure gauge
6. Slump cone test apparatus with tamping rod 2 Nos.
7. Cube moulds 150x150x150mm 24 Nos.
8. Vikat’s needle test apparatus with dashpot 1 No.
9. Flakiness Index Test apparatus 1 No.
10. Elongation Test Apparatus 1 No.
11. Aggregate impact value test apparatus 1 No.
12. Auto Level with accessories 2 Nos.
13. Thermometer for concrete 2 Nos.
14. Digital camera off 10.0megapixel or above of reputed brand like 1 No.
Sony, Canon, etc with still/video shooting and SD card
15. Desktop PC, with LCD monitor minimum 21“ wide or Note book with 1 No.
WIN- 7 OS, MS office & MS Project
16. All in one A3 size ink jet printer & mobile /portable colour Printer 1 No. each
17. Screw Gauge 1 No.
18. Vernier Callipers 1 No.

Page 122 of 226


SNo List of Equipment Nos.
19. Total Station 1 No.

Indicative Laboratory Equipment List Available with the bidder

S. Name of Equipment/ Quantity S. No. Name of Quantity


Machinery Equipme
No. nt/ Machinery

• The contractor shall arrange to provide fully furnished and adequately equipped field
laboratory with adequate qualified technical staff. Preferably located adjacent to the Project
Office and provided amenities like water supply, electric supply etc.

• The laboratory equipment shall confirm I.S. specifications and MOST / MORTH specifications.
The Contractor shall carry out the calibration of the instruments as directed by the Engineer in-
Charge on expiry date of calibration. On completion of work in all respect, the equipment will
be the sole property of the contractor.

• It shall be considered as incidental to the work, and no extra payment will be made, what so
ever, will not be made for the same.

Page 123 of 226


ANNEXURE - R

(See clause 31 of Section 3 -GCC)

Price Adjustment

(If applicable in Contract Data)

The formulas for adjustment of price are as follow:

R= Value of work as defined in Clause 31.2(3) of General Conditions of Contract


Weightages* of component in the work
S.No. Component Percentage of Component in
the work
1. Cement -Pc
2. Steel -Ps
3. Bitumen –Pb
4. POL Pf
* Weightages of various components of the work shall be as determined by the competent
Technical authority.
Adjustment for cement component
(ii) Price adjustment for increase or decrease in the cost of cement procured by the
contractor shall be paid in accordance with the following formula:
Vc= 0.85 x Pc/100 x R x (C1-C0)/C0
Vc= increase or decrease in the cost of work during the month under Consideration due
to changes in rates for cement.
C0= The all India wholesale price index for Grey cement on the date of opening of Bids as
published by the Ministry of Industrial Development, Government of India, New
Delhi (www.eaindustry.nic.in)
C1= The all India average wholesale price Index for grey cement for the month under
consideration as published by Ministry Government of India, New Delhi. (www.
eaindustry.nic.in)
Pc= Percentage of cement component of the work

Note: For the application of this clause, index of Grey Cement has been chosen to represent
Cement group.

Adjustment of steel component


(iii) Price adjustment for increase or decrease in the cost of steel procured by the Contractor
shall be paid in accordance with the following formula:
Vs 0.85 x Ps x /100 x R x (S1-So)/So
Vs= Increase or decrease in the cost of work during the month under consideration due
to changes in the rates for steel.
So = The all India wholesale price index for steel (Bars and Rods) on the date of opening
of Bids as published by the Ministry of Industrial Development, Government of India,
New Delhi (www.eaindustry.nic.in)

Page 124 of 226


Si= the all India average wholesale price index for steel (Bars and Rods) for the month
under consideration as published by Ministry of Industrial Development, New Delhi
(www.eaindustry.nic.in)
P s= Percentage of steel component of the Work.
Note : For the application of this clause, index of Bars and Rods has been chosen to represent steel
group.

Adjustment bitumen component


(iv) Price adjustment for increase or decrease is the cost of bitumen shall be paid in accordance with
the following formula:
Vb= 0.85xPb/100xRx(BI-B0/Bo
Vb= Increase or decrease the cost of work during the month under consideration due to
changes in rates for bitumen.
B0= The official retail price of bitumen at the IOC depot at nearest center on the date of
opening of Bids.
Bi = The official retail price of bitumen of IOC depot at nearest center for the 15th day of
the month under consideration.
Pb = Percentage of bitumen component of the work.

Adjustment of POL (fuel and lubricant) component


(V) Price adjustment for increase or decrease in cost of POL (fuel and lubricant) shall be paid in
accordance with the following formula:
Vf = 0.85x Pf/100xRx(Fi—Fo)/Fo
Vf= Increase or decrease in the cost of work during the month under consideration due
to changes in rates for fuel and lubricant.
F0= the official retail price of High speed Diesel (HSD) a the existing consumer pumps of
IOC at nearest center on the date of opening of Bids.
fi = The official retail priee of HSD at the existing consumer pumps of IOC at nearest
center for the 15th day of month of the under consideration.
P f= Percentage of fuel and lubricants component of the work.
Note: For the application of this douse, the price of High Speed Diesel has been chosen to represent
fuel and lubricants group.

Page 125 of 226


Annexure - S

(See clause 32 of Section 3-GCC)

Bank Guarantee Form for Mobilization and Construction Machinery Advance


(Not Applicable for this Contract)
To

______________________[name of Employer)
______________________[address of Employer]
_____________________[name of Contractor)

In accordance with the provisions of the General Conditions of Contract, clause 31


(“Mobilization and Construction Machinery Advance”) of the above-mentioned Contract
____________________[name and address of Contractor] (hereinafter called “the Contractor”)’
shall deposit with ______________ [name of Employer) a bank guarantee to guarantee his proper
and faithful performance under the said Clause of the Contract in an amount of
____________________[amount of Guarantee]* _____________________[in words].
We, the _________________(bank of financial institution], as instructed by the Contractor.,
agree unconditionally and irrevocably to guarantee as primary obligator and not as surety merely,
the payment to __________________(name of Employer] on his first demand without whatsoever
right of obligation on our part and without his first claim to the Contractor, in the amount not
exceeding ‘[amount of guarantee]* ____________________________[in words].
We further agree that no change or addition to or other modification of the terms of the
Contractor or Works to be performed thereunder or of any of the Contract documents which may be
made between ___________________[name of Employer] and the Contractor, shall in any way
release us from any liability under this guarantee, and we hereby waive notice of any such change,
addition or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment
under the contract until __________________ [name of Employer] receives full repayment of the
same amount from the Contractor.
Yours truly,
Signature and Seal:____________________
Name of Bank/Financial Institution: _________________
Address: _____________________________________________
Date: _____________
* An amount shall be inserted by the Bank or Financial Institution representing the amount of
the Advance Payment and denominated in Indian Rupees.

Page 126 of 226


Annexure - T

(See clause 33 of Section 3 -GCC)

Bank Guarantee Form for Secured Advance

(Not Applicable for this Contract)

INDENTURE FOR SECURED ADVANCES

This indenture made the ___________ day of __________ 20__ BETWEEN _____________
(hereinafter called the contractor which expression shall where the context so admits or implies be
deemed to include his executors, administrators and assigns) or the one part and the Employer of the
other part.
Whereas by an agreement dated ______________ (hereinafter called the said agreement) the
contractor has agreed.
AND WHEREAS the contractor has applied to the Employer that he may be allowed advanced
on the security of materials absolutely belonging to him and brought by him to the site of the works
the subject of the said agreement for use in the construction of such of the works as he has undertaken
to executive at rates fixed for the finished work (inclusive of the cost of materials and labour and other
charges)
AND WHEREAS the Employer has agreed to advance to the Contractor the sum of Rupees
_____________________________ on the security of materials the quantities and other particulars
of which are detailed in Accounts of Secured Advance attached to the Running Account Bill for the
said works signed by the Contractor on __________ and the Employer has reserved to himself the
option of making any further advance or advances on the authority of other materials brought by the
Contractor to the site of the said works.
Now THIS INDENTURE WITNESSETH that in pursuance of the said agreement and in
consideration of the sum of Rupees ____________ on or before the execution of these presents paid
to the Contractor by the Employer (the receipt where of the Contractor doth hereby ‘acknowledge)
and of such further advances (if any) as may be made to him as a for said the Contractor doth hereby
covenant and agree with the President and declare as follows:
That the said sum of Rupees _________________ so advanced by the Employer to

(1) the Contractor as aforesaid and all or any further sum of sums advanced as aforesaid shall be
employed by the Contractor in or towards expending the execution of the said works and for no other
purpose whatsoever.
(2) That the materials details in the said Account of Secured Advances which have been offered
to and accepted by the Employer as security are absolutely the Contractor’s own propriety and free
from encumbrances of any kind and the contractor will not make any application for or receive a
further advance, on the security Of materials which are not absolutely his own property and free from

Page 127 of 226


encumbrances of any kind and the Contractor indemnified the Employer against all claims to any
materials in respect of which an advance has be made to him as aforesaid.
(3) That the materials detailed in the said account of Secured Advances and all other materials on
the security of which any further advance or advances may here after be made as aforesaid (hereafter
called the said materials) shall be used by the Contractor solely in the execution of the said works in
accordance with the directions of the Engineer.
(4) That the Contractor shall make at his own cost all necessary and adequate arrangements for
the proper watch, safe custody and protection against all risks of the said materials and that until used
in construction as aforesaid the said materials shall remain at the site of the said works in the
Contractor’s custody and on his own responsibility and shall at all times be open to inspection by the
Engineer or any officer authorized by him. In the event of the said materials or any part thereof being
stolen, destroyed or damaged or becoming deteriorated in a greater degree than is due to reasonable
use and wear thereof the Contractor will forthwith replace the same with other materials of like
quality or repair and make good the same required by the Engineer.
(5) That the said materials shall not be removed from the site of the said works except with the
written permission of the Engineer or an officer authorized by him on that behalf.
(6) That the advances shall be repayable in full when or before the Contract receives payment
from the Employer of the price payable to him for the said works under the terms and provisions of
the said agreement. Provided that if any intermediate payments are made to the Contractor on
account of work done than on the occasion of each such payment the Employer-will be at liberty to
make a recovery from the Contractor’s bill for such payment by deducting there from the value of the
said materials than actually used in the construction and in respect of which recovery has not been
made previously, the value for this purpose being determined in respect of each description of
materials at the rates at which the amounts of the advances made under these presents were
calculated.
(7) That if the Contractor shall at any time make any default in the performance or observance in
any respect of any of the terms and provisions of the said agreement or of these presents the total
amount of the advance or advances that may still be owing of the Employer shall immediately on the
happening of such default were payable by the Contractor to be the Employer together with interest
thereon at twelve percent per annum from the date or respective dates of such advance or advances
to the date of repayment and with all costs, charges, damages and expenses incurred by the Employer
in or for the recovery thereof or the enforcement of this security or otherwise by reason of the default
of the Contractor and the Contractor hereby covenants and agrees with the Employer to reply and pay
the same respectively to him accordingly.
(8) That the Contractor hereby charges all the said materials with the repayment to the Employer
of the said sum of Rupees______________________________ and any further sum of sums advanced
as aforesaid and all costs, charges, damages and expenses payable under these presents PROVIDED
ALWAYS and it is hereby agreed and declared that notwithstanding anything in the said agreement
and without prejudice to the power contained therein if and whenever the covenant for payment and
repayment here-in-before contained shall become enforceable and the money owing shall not be paid
in accordance there with the Employer may at any time thereafter adopt all or any of the following
courses as he may deem best:

Page 128 of 226


(a) Seize and utilize the said materials or any part thereof in the completion of the said works on
behalf of the contractor in accordance with the provision in that behalf contained in the said
agreement debiting the contractor with the actual cost of effecting such completion and the amount
due to the contractor with the value of work done as if he had carried it out in accordance with the
said agreement and at the rates thereby provided. If the balance is against the contractor, he is to pay
same to the Employer on demand.
(b) Remove and sell by public auction the seized materials or any part thereof and out of the
moneys arising from the sale retain all the sums aforesaid repayable or repayable to the Employer
under these presents and pay over the surplus (if any) to the Contractor.
(C) Deduct all or any part of the moneys owing out of the security deposit or any sum due to the
Contractor under the said agreement.
(9) That except in the event of such default on the part of the contractor as aforesaid interest on
the said advance shall not be payable.
(10) That in the event of any conflict between the provisions of these presents and the said
agreement the provisions of these presents shall prevail and in the event of any dispute or difference
arising over the construction or effect of these presents the settlement of which has not been here-
in-before expressly provided for the same shall be referred to the Employer whose decision shall be
final and the provision of the Indian Arbitration Act for the time being in force shall apply to any such
reference.

Page 129 of 226


Annexure - U

(See clause 35 of Section 3 -GCC)

Physical Completion Certificate

Name of Work:

....................................................................................................................

.....................................................................................................................

.....................................................................................................................

Agreement No .............................................................................Date ..................................................

Amount of Contract Rs .........................................................................................................................

Name of Agency .....................................................................................................................................

Used MB No. ..........................................................................................................................................

Last measurement recorded

a. Page No. & MB No. _________________________________________________________

b. Date _____________________________________________________________________

Certified that the above mentioned work was physically completed on ......................(date) and taken
over on ............................(date) and that I have satisfied myself to best of my ability that the work
has been done properly.

Date of issue

Executive Engineer/Engineer-in-
charge

...............................

...............................

Page 130 of 226


Annexure-V

(See clause 35 of Section 3-GCC)

Final Completion Certificate

Name of Work:

...............................................................................................................................................

..................................................................................................................................................

..................................................................................................................................................

Agreement no ...................................................................Date .................................................

Name of Agency: .........................................................................................................................

Used MB No. ..............................................................................................................................

Last measurement recorded

a: Page No. & MB No. ______________________________________________________

b. Date _____________________________________________________________________

Certified that the above mentioned work was physically completed on .................................(date)
and taken over on .............................(date).

Agreemented amount Rs ............................................................................................................

Final Amount paid to contractor Rs. ..............................................................................................

Incumbency of officers for the work

I have satisfied myself to best of my ability that the work has been done properly.

Date of issue

Executive Engineer

...................................

...................................

Page 131 of 226


Annexure - W

(See clause 39 of Section 3 -GCC)

Salient Features of Some Major Labour Laws Applicable

a) Workmen Compensation Act 1923 The Act provides for compensation in case of injury by
accident arising out of and during the course of employment.

b) Payment of Gratuity Act 1972:- Gratuity is payable to an employee under the Act on
satisfaction of certain conditions on separation if an employee has completed the prescribed
minimum years (say, five years) of service or more or on death the rate of prescribed minimum
days’(say, 15 days) wages for every completed year of service. The Act is applicable to all
establishments employing the prescribed minimum number (say, 10) or more employees.

c) Employees P.F. and Miscellaneous Provision Act 1952: The Act Provides for monthly
contributions by the Employer plus workers at the rate prescribed (say, 10% or 8.33%), The benefits
payable under the Act are:

i. Pension or family pension on retirement or death as the case may be.

ii. Deposit linked insurance on the death in harness of the worker.

iii. Payment of P.F. accumulation on retirement/death etc.

d) Maternity Benefit Act 1951: - The Act provides for leave and some other benefits to women
employees in case of confinement or miscarriage etc.

e) Contract Labour (Regulation & Abolition) Act 1970: - The Act provides for certain welfare
measures to be provided by the Contractor to contract labour and in case the contractor fails to
provide, the same are required to be provided, by the Principal Employer by Law.. The principal
Employer is required to take certificate of Registration and the Contractor is required to take license
from the designated Officer. The Act is applicable to the establishments or Contractor of Principal
Employer if they employ prescribed minimum (say 20) or more contract labour.

f) ‘Minimum Wages Act 1948; - The Employer is to pay not less than the Minimum Wages fixed
by appropriate Government as per provisions of the Act if the employment is a scheduled
employment. Construction of buildings, roads, runways is scheduled employment.

g) Payment of Wages Act 1936: - It lays down as to by what date the wages are to be paid when
it will be paid and what deductions can be made from the wages of the workers.

h) Equal Remuneration Act 1979: - The Act provides for payment of equal wages for work of
equal nature to male and female workers and for not making discrimination against female employees
in the matters of transfers, training and promotions etc.

I) Payment of Bonus Act 1965: - The Act is applicable to all establishments employing prescribed
minimum (say, 20) or more workmen. The Act provides for payments of annual bonus within the
prescribed range of percentage of wages to employees drawing up to the prescribed amount of wages,
calculated in the prescribed manner. The Act does not apply to certain establishments. The newly set-
up establishments are exempted for five years in certain circumstances. States may have different
number of employment size.

Page 132 of 226


j) Industrial Disputes Act 1947: - The Act lays down the machinery and procedure for resolution
of industrial disputes, in what situations a strike or lock-out becomes illegal and what are the
requirements for laying off or retrenching the employees or closing down the establishment.

k) Industrial Employment (Standing Orders) Act 1946: - It is applicable to all establishments


employing prescribed minimum (say, 100, or 50). The Act provides for laying down rules governing the
conditions of employment by the Employer on matters provided in the Act and gets these certified by
the designated Authority.

I) Trade Unions Act 1926: - The Act lays down the procedure for registration of trade unions of
workmen and Employers. The Trade Unions registered under the Act have, ‘been given certain
immunities from civil and criminal liabilities.

m) Child Labour (Prohibition & Regulation) Act 1986: - The Act prohibits employment of children
below 14 years of age in certain occupations and processes and provides for regulations of
employment of children in all other occupations and processes. Employment of child labour is
prohibited in building and construction industry.

n) Inter-State Migrant Workmen’s (Regulation of Employment & Conditions of Service) Act


1979: - The Act is applicable to an establishment which employs prescribed minimum (say, five) or
more inter-state migrant workmen through an intermediary (who has recruited workmen in one state
for employment in the establishment situated in another state). The Inter-State migrant workmen, in
an establishment to which this Act becomes applicable, are required to be provided certain facilities
such as Housing, Medical-Aid, Traveling expenses from home up to the establishment and back etc.

o) The Building and Other Construction workers (Regulation of Employment and Conditions of
Service) Act 1996 and the Cess Act of 1996 - All the establishments who carry on any building or other
construction work and employs the prescribed minimum (say, 10) or more workers are covered under
this Act. All such establishments are required to pay cess at the rate not exceeding 2% of the cost of
construction as may be modified by the Government. The Employer of the establishment is required
to provide safety measures at the building or construction work and other welfare measures, such as
canteens, first-aid facilities, ambulance, housing accommodations for workers near the work place
etc. The Employer to whom the Act applies has to obtain a registration certificate from the Registering
Officer appointed by the Government.

p) Factories Act 1948: - The Act lays down the procedure for approval of plans before setting up
a factory, health and safety provisions, welfare provisions, working hours, annual earned leave and
rendering information regarding accidents or dangerous occurrences to designated authorities. It is
applicable to premises employing the prescribed minimum (say, 10) persons or more with aid of
power, or another prescribed minimum (say, 20) or more persons without the aid of power engaged
in manufacturing process.

Page 133 of 226


Annexure – X

UNDERTAKING FOR NOT DEBARRED

(To be enclosed with technical proposal)

This is to certify that our firm ______________________[name of firm with registered address] is
not black listed or debarred by any Government/Semi Government/International Agency of India
in any of Indian States as well as in any other country outside India by respective
Governments/International Agencies like World Bank/IMF/DFID/JICA/USAID etc. as on the date of
submitting technical bid.

(Sign & Seal of Authorized Signatory of firm)

Page 134 of 226


SECTION 3

Conditions of Contract

Part — II Special Conditions of Contract [SCC]

1. General

The data and information given in the Contract Document are based on the investigations, planning
and designs carried out so far. The data considered for the project planning have been included in the
bid documents. The data/information provided with the Bid document in the form of detailed project
report is meant for the reference and guidance only to the bidders. The Bidder shall, therefore, satisfy
himself about the adequacy and accuracy of the said data/information and interpretation thereof and
collect fresh data/additional data/information and carry out/conduct further investigations and
studies and prepare the proposal and get the approval of same from the employer. The Authority shall
not be responsible for the accuracy/adequacy of the data/information provided and interpretation
thereof on the same by the Bidder/Contractor.

2. Sufficiency of Bid

2.1 The Contractor shall be deemed to have visited and carefully examined the Project Site
and it’s surrounding to have satisfied himself to the nature and conditions of the means
of transport and communications, whether by land or air, as available at present and as
to possible interruptions thereto including the access and regress conditions for the Site.
The Contractor is also deemed to have made enquiries, examined and satisfied himself as
to the sites source for obtaining sand, stones, bricks and other materials, the sites for
disposal of surplus materials and accommodation for depots, colonies, workshops and
other infrastructure facilities as may be necessary for executing and completing the
Works, as also the sub-soil water and variations thereof, storms, prevailing winds, climatic
conditions and all other similar matters affecting the works including law &order.

2.2 Any neglect or omission or failure on the part of the Contractor in obtaining necessary and
reliable information upon the foregoing or any other matter affecting the Contract shall
not relieve him from any risks or liabilities or the entire responsibility for the completion
of the Works in accordance with the Contract.

3. Safety, Security and Protection of the Environment

3.1 The contractor shall comply with all applicable national, provincial, and local
environmental laws and regulations.

3.2 The Contractor shall take all measures and precautions to avoid any nuisance or
disturbance arising from the execution of the Works. This shall wherever possible be
achieved by suppression of the nuisance at source rather than abatement of the nuisance
once generated.

Page 135 of 226


3.3 The Contractor shall take all the necessary precautions and abide by relevant rules and
regulations of safety which are presently in force and which may come into force during
the currency of the contract.

3.4 The Contractor shall also take such other additional precautions and resort to such other
additional safety measures as may be directed from time to time by the Engineer-in-
charge. Violation of any rules, regulations and guidelines contained herein will entail
immediate termination of the contract.

3.5 In the event of any spoil, debris, waste or any deleterious substance from the Site being
deposited on any adjacent land, the Contractor shall immediately remove all such material
and restore the affected area to its original state to the satisfaction of the Employer.

3.6 The Contractor shall prevent any interference with the supply to or abstraction from, and
prevent any pollution of, water resources (including underground percolating water) as a
result of the execution of the Works.

3.7 The Contractor shall at all times ensure that all existing water courses / bodies within, and
adjacent to the Site are kept safe and free from any debris and materials arising from the
Works.

3.8 The Contractor shall devise and arrange methods of working to minimize dust, gaseous or
other air-borne emissions and carry out the Works in such a manner as to minimize
adverse impacts on air quality.

3.9 The Contractor shall utilize effective water sprays during delivery manufacture, processing
and handling of materials when dust is likely to be created, and to dampen stored
materials during dry and windy weather. Stockpiles of friable materials shall be covered
with clean tarpaulins, with application of sprayed water during dry and windy weather.
Stockpiles of material or debris shall be dampened prior to their movement, except where
this is contrary to the Specification.

3.10 In the event that the Contractor is permitted to use gravel or earth roads for haulage, he
shall provide suitable measures for dust palliation, if these are, in the opinion of the USCL
officials necessary. Such measures may include spraying the road surface with water at
regular intervals.

3.11 The Contractor shall take all necessary measures so that the operation of all mechanical
equipment and construction processes on and off the Site shall not cause any unnecessary
or excessive noise, taking into account applicable environmental requirements. The
Contractor shall use all necessary measures and shall maintain all plant and silencing
equipment in good condition so as to minimize the noise emission during construction
works.

3.12 The Contractor shall control the disposal of all forms of waste generated by the
construction operations and in all associated activities. No uncontrolled deposition or
dumping shall be permitted. Wastes to be controlled shall include, but shall not be limited
to, all forms of fuel and engine oils, all types of bitumen, cement, surplus aggregates,
gravels, bituminous mixtures, etc. The Contractor shall make specific provision for the

Page 136 of 226


proper disposal of these and any other waste products, conforming to local regulations
and acceptable to the Project Manager.

3.13 The Contractor shall plan and provide for remedial measures to be implemented in the
event of occurrence of emergencies such as spillages of oil or bitumen or chemicals.

3.14 The Contractor shall provide the Employer with a statement of the measures he intends
to implement in the event of such an emergency which shall include a statement of how
he intends to provide personnel adequately trained to implement such measures.

3.15 Should any pollution arise from the Contractor's activities he shall clean up the affected
area immediately at his own cost and to the satisfaction of the Project Manager and shall
pay full compensation to any affected party.

Note: - In addition to above contractor shall have to follow the instruction of IS codes for security and
Safety (As per Handbook on construction And Safety Practices: SP 70: 2001)

4. Protection of Trees and Vegetation

The Contractor shall ensure that no trees or shrubs or waterside vegetation are felled or harmed
except for those required to be cleared for execution of the Works. The Contractor shall protect
trees and vegetation from damage to the satisfaction of the Employer. No tree shall be removed
without the prior approval of the Employer and any competent authorities. Should the Contractor
become aware during the period of the Contract that any tree or trees designated for clearance
have cultural or religious significance he shall immediately inform the Employer and await his
instructions before proceeding with clearance. In the event that trees or other vegetation not
designated for clearance are damaged or destroyed, they shall be repaired or replaced to the
satisfaction of the Employer, who shall also impose a penalty of twice the commercial value of any
timber affected, as assessed by the Employer.

Contractor shall keep provision of compensatory plantation in lieu of trees cut down in the process
of development and construction. The contractor shall compensate plantation of 10 trees against
felling/cutting of each mature tree. The area for compensatory tree plantation shall be decided in
consultation with the employer. The contractor shall be responsible for protection, up-keeping,
and watch & ward of the said compensatory plantation till 1 years of Projects defect liability
period.

5. Water Supply

The Contractor shall make his own arrangements at his own expense for water supply for
construction, sectional testing if any and other purposes.

6. Relations with Local Communities and Authorities

In setting and operating his plant and facilities and in executing the Works the Contractor shall at
all-time bear in mind and to the extent practicable minimize the impact of his activities on existing
communities. Where communities are likely to be affected by major activities such as road
widening or laying of utility lines or the establishment of a camp, large borrow pit or haul road, he

Page 137 of 226


shall liaise closely with the concerned communities and their representatives and if so directed,
shall attend meetings arranged by the Employer to resolve issues and minimize impacts on local
communities.

7. Fire Prevention

The Contractor shall take all precautions necessary to ensure that no vegetation or property/ies
along the line of the road outside the area of the permanent works is affected by fires arising from
the execution of the Works. The Contractor shall obtain and follow any instructions of the
competent authorities with respect to fire hazard when working in the vicinity of gas installations.
Should a fire occur adjacent to the project road for any reason, the Contractor shall immediately
suppress it. In the event of any other fire emergency in the vicinity of the Works the Contractor
shall render assistance to the civil authorities to the best of his ability. Any scrub or plantation
damaged by fire considered by the Employer to have been initiated by the Contractor's staff or
labour shall be replanted and otherwise restored to the satisfaction of the Employer at the
Contractor's expense.

8. Interference with Traffic and Adjoining Properties

In case any operation connected with the works necessitates diversion, obstruction or closure of
any road, waterway or any other right of way, the approval of respective competent authorities
shall be obtained well in advance by the Contractor. In case the Contractor’s operations obstruct
access to adjacent properties, the Contractor shall be responsible to provide reasonable
temporary access to the affected parties. In case the Contractor fails to provide adequate
temporary facilities, this shall be deemed to be an Uncorrected Defect and the Employer shall
have the right to engage a third party to correct the Defect and the cost of such correction will be
deducted from the Contract Price.

9. Arrangement for Traffic During Construction

9.1 General

The Contractor shall at all times, carry out work on the City/Urban road in a manner creating least
interference to the flow of traffic while consistent with the satisfactory execution of the same. For
all works involving improvements to the existing urban road, the Contractor shall, in accordance
with the directives of the Engineer as well as the Traffic Police, provide and maintain, during
execution of the work, a passage for traffic either along a part of the existing carriageway under
improvement or along an alternative diversion route. Before taking up any construction, the
Contractor shall prepare a Traffic Management Plan for each road and submit it to the Engineer
for prior approval. This plan should include interalia:

A qualified safety officer with support staff to serve as a site safety team with required safety
devices. Provision of traffic safety devises as per IRC: SP 55 with the following specifications:

• Signages of retro-reflective sheet of high intensity grade

• Delineators in the form of cones/drums made of plastic/rubber having retro-reflective red


and white bands, at a spacing of 5 m along with a reflective tape to be tied in between the
gaps of cones/drums. A bulb preferably using solar energy is to be placed on the top of
the cone/drum for delineation in the dark hours and night.

Page 138 of 226


• Barricades using iron sheet with adequate iron railing/frame painted with retro-reflective
paint in the alternate yellow and black & white stripes. Warning lights at 5 m spacing shall
be mounted on the barricades and kept lit in dark hours and night.

• Road markings with hot applied thermoplastic paint with glass beads.

• Safety measures for the workers engaged including personal protection equipment First
aid and emergency response arrangements

9.2 Passage of Traffic along a Part of the Existing Carriageway under improvement

a) For widening/strengthening existing carriageway where part width of the existing


carriageway is proposed to be used for passage of traffic, treated shoulders shall be
provided on the side on which work is not in progress. The treatment to the shoulder shall
consist of providing at least 300 mm moorum layer properly rolled and compacted in a
width of at least 1.5 m and the surface shall be maintained throughout the period during
which traffic uses the same to the satisfaction of the Engineer.

b) After obtaining permission of the Engineer, the treated shoulder shall be dismantled, the
debris disposed of and the area cleared as per the direction of the Engineer.

9.3 Traffic Safety and Control

The Contractor shall keep the roadway under construction open to traffic and pedestrian
movement with proper drainage arrangement and smooth surface condition. Suitable ingress and
egress shall be provided as necessary for all intersecting roads and for all abutting properties. Its
purpose shall be to protect people from associated hazards and to prevent trespassing into the
construction zone.

The Contractor shall take all necessary measures for the safety of traffic during construction and
provide, erect and maintain such barricades, including signs, marking, flags, lights, drums, traffic
cones, delineators and flagmen as per the traffic management plan submitted by the Contractor
and approved by the Engineer. An agreed phased programme for the diversion of traffic on the
urban road shall be drawn up in prior consultation with the Engineer and the Traffic Police.

The Contractor shall keep all signs in proper position, clean and legible at all times.

The barricades erected on either side of the carriageway/portion of the carriageway closed to
traffic, shall be of strong design to resist violation, and painted with alternate black and white
stripes. On each approach, at least two signs shall be put up, one close to the point where
transition of carriageway begins and the other 120 m away. The signs shall be of approved design
and of reflective type, as directed by the Engineer. Two persons with red / green flag and whistle
to be deputed at both ends of the barricades to regulate traffic. Red lanterns or warning lights of
similar type shall be mounted on the barricades at night and kept lit throughout from sunset to
sunrise.

At the points where traffic is to deviate from its normal path (whether on temporary diversion or
part width of the carriageway) the channel for traffic shall be clearly marked with the aid of
pavement markings, painted drums or a similar device to the directions of the Engineer. At night,
the passage shall be delineated with lanterns or another suitable lightsource.

Page 139 of 226


No material to project / spill beyond barricades.

This work item shall include all labour, equipment and services involved in the erection,
maintenance, moving, adjusting, cleaning, relocating and storing of signs, barricades, drums,
traffic cones and delineators furnished by the Contractor as well as all labour and equipment
involved in the maintenance of traffic lanes and detours, for maintenance of traffic.

9.4 Maintenance of Diversions and Traffic Control Devices

Signs, lights, barriers and other traffic control devices, as well as the riding surface of diversions
shall be maintained in a satisfactory condition till such time they are required and as directed by
the Engineer. Such temporary ways shall be kept free of dust by frequent applications of water.

10. Transport of Contractor's Equipment or Temporary Works

Where the Contractor intends to use a particular route for the haulage of large quantities of
materials he shall consult well in advance with any affected communities and submit in advance
for the Employer’s approval a plan including but not limited to the proposed route, the existing
condition of the pavement and bridges, the estimated number and type of vehicle movements
per day, a programme for monitoring the condition of the pavement and structures, and measures
for limiting vehicle speeds and dust nuisance in built-up areas. The Employer reserves the right to
disallow certain haul routes should these in his opinion cause or be likely to cause unreasonable
nuisance or hazards to the public. The Employer's approval will not remove the Contractor's
obligations under this Sub-Clause to prevent and repair damage to roads or his liability for
compensation for any accidents caused by hisvehicles.

11. Work in Monsoon and Dewatering

The execution of the work may entail working in the monsoon also. The contractor must maintain
labour force as may be required for the job and plan and execute the construction and erection
according to the prescribed schedule. No special/ extra rate will be considered for such work in
monsoon. The contractor’s rate shall be considered inclusive of cost of dewatering required if any
and no extra rate shall be payable on this account.

12. Site Clearance

Before handing over the work to the Authority, the contractor shall remove all temporary
structure like the site offices, cement godown, stores, labour hutments etc., scaffolding rubbish,
left over materials tools and plants, equipment’s etc., clean and grade the site to the entire
satisfaction of the Engineer-In-Charge. If this is not done the same will be got done by USCL at his
risk and cost.

13. Site Documents

The following site documents shall mainly be maintained by the contractor at site:

• Copy of contract documents and drawings.

• Computerized bill format.

• Site Order Book.

• Material testing registers / Quality Inspection Reports.

Page 140 of 226


• Measurement books on computerized format.

• Progress bar chart.

• Sample approval register.

• Hindrance Register.

• Work Diary.

• Deviation/variation order registers.

• Cement consumption register.

• Reinforcement registers. Concrete cube test register.

• Slump test register.

• Silt content and sand bulkage register.

14. Safety Guidelines

i. Proper and correct lifting methods shall be adopted.

ii. All lifting tools, tackles and wire ropes etc. shall be of tested quality for safe working loads.
Wire ropes shall be of sound construction without any splaying.

iii. It is mandatory for all jobs done at a height of 2.5 M and more to use fall arrestor type safety
belts & safety nets.

iv. While carrying out work in confined areas, proper ventilations and lighting arrangement
should be made by the contractor. Adequate precautions shall be taken while the work is in
progress to ensure that naked light, fire, welding or any other hot work is not in progress in
the vicinity of the area where painting is being carried out.

v. If the work is to be carried out at height, safety of the personnel is of utmost importance.
Therefore, all necessary precautions must be taken by the contractor and he has to obtain
work permit from authorized official of USCL for working at height before start the work.

vi. In addition to the above, contractor has to adhere to the following safety checklist:

A. CIVIL WORKS

i. During excavation, the excavated earth must be dumped at a safe distance from the edge of
excavation. In no case, this shall be less than 1.5 meters from the top edge of the excavation.

ii. Safe cross walkways are to be provided at distances not more than 30 meters along a
continuous trenching for pipelines etc.

iii. Hard hats (safety helmets), rubber boots, safety shoes, and hand gloves, etc. are required to
be provided for supervising as well as other working personnel by the contractor.

Page 141 of 226


iv. Keep a watch on buried cables and underground systems. Ladders, gangways are to be
provided at convenient places for carrying out required works. Ladders shall be firmly secured
to ground, and rungs of the ladders shall be properly secured and safe.

v. Install Barricading as per IS code with the marking “Ujjain Smart City Works”.

B. ELECTRICAL WORKS

i. All temporary electrical connections should be got done to conform to statutory regulations
and a certificate obtained from the authorities. The connection and the wiring to be
maintained by competent and licensed supervisors and wiremen. As far as possible, the cables
are to be safely buried to ensure free access to equipment and machineries movements.

ii. Hard hats (safety helmets) made out of insulating material to be used by personnel working
in 'live' areas like substations, etc.

iii. Safety boots, necessary hand-gloves as required, shall be used.

iv. ‘Earthing’ of machineries and equipment shall be ensured. No open/ bare connections
allowed. The arrangements should be checked periodically for damages to insulation and
loose connections, etc and rectified so that the wiring becomes non-hazardous.

v. The areas of working during nights shall be properly illuminated with floodlights and hand-
Hard hats (safety helmets), safety belts, eye goggles, face shields, safety boots, hand- gloves,
respirators, etc as required/ directed shall be used.

vi. Proper, correct and safe lifting methods shall be adopted

vii. All lifting tools tackle and wires ropes etc shall be of tested quality for safe working loads. Wire
ropes shall be of sound construction without any splaying.

viii. Checks to be exercised for broken wires and core proportion in the main body of the wire
ropes to be rejected. Manufacturer’s guidelines/ standards instructions are to be followed for
using wire ropes and slings with broken wires. Experience and common sense is of immense
help.

ix. Usage of hoisting belts/ safety belts is must for personnel working at higher elevations.

x. Only safe gangways / walkways shall be used for movement of personnel. Short cuts shall be
avoided.

xi. Check connections to headman anchors before hoisting.

xii. All live wires to be crossed during hoisting shall be made dead near the vicinity of the area
during hoisting/ rigging.

xiii. Avoid keeping the loads supported by hoisting equipment’s for an unreasonable length of
time.

xiv. Ropes, cables, and slings must be protected with pads or wooden blocks at sharp edges. xv.
lamps as per the demand of the job.

xv. Danger signals and safety tags in the live areas shall be demonstrated properly. All connections
to be switched off after the working hours.

Page 142 of 226


xvi. Isolation switches and main switches shall be accessible easily. Necessary precautions should
be taken while excavating earthing pits.

xvii. All works shall be carried out in strict accordance to the norms, procedure and specifications
issued and enforced by BIS in Relevant Indian Standard specifications and code of Practices
with up to date amendments and revisions, latest edition of National building code and
National electric code. In addition, the installation shall comply in all respects with the
requirements of Indian. Electricity Act 2003 and Indian Electricity Rule 1956 with up to date
amendments and revisions and special requirements if any of the M.P. State Electricity Board
or Chief Electrical Advisor to Government of Madhya Pradesh cum Chief Electrical Inspector
and his subordinate office.

xviii. The contractor shall make his own arrangements for supply of water and electricity at his
expense required for execution of work. The USCL shall neither make any such arrangements
nor shall make any payments in this regard.

xix. The contractor has to construct at his own cost his site office foe contractor staff and USCL
staff and store at site on a suitable place and location as permitted by USCL. The USCL shall
not provide any place for storage of equipment’s required for work. No amount shall be paid
to the contractor in this regard.

xx. Proper upkeep and maintenance and safety of store and stocks of materials brought at site
shall be the sole responsibility of the contractor. The materials got damaged due to negligence
of its up keeping at site or due to mishandling shall have to be replaced by the contractor at
his own cost. On discovery of such damages the USCL shall recover the amount paid through
the running bills to the contractor and shall only be reimbursed after the replacement of the
same. The USCL shall also not be responsible for theft of materials from site and the contractor
has to replace all such materials at his own cost. No compensation whatsoever shall be
payable to the contractor on above grounds.

xxi. The contractor shall not be entitled to any compensation for any loss suffered by him on
account of delay in commencement or execution for work whatever the cause of delay may
be including delay arising out of other materials, supply of materials, transportation for any
matter related with MPPKVV Co. Ltd. & Electrical Safety Department or any other reasons
whatsoever, the USCL shall not be liable for any claim in respect thereof.

xxii. The contractor shall finalize the layout of work, physically at site, and get approved by
MPPKVV Co. Ltd. Before placing orders for material. Approval of above layout by MPPKVV Co.
Ltd. shall be general and shall not absolve the contractor with responsibility of its correctness.

xxiii. The contractor shall within specified period from the date of issue of work order shall prepare
all relevant drawings to be submitted to the applicable office of Electrical Inspector MP Govt
or any other competent office for approval. All required sanctions and approvals form the
above offices shall have to be obtained by the contractor within the above stipulated period
at his own cost.

xxiv. Rate quoted shall be applicable for works at all height unless otherwise specified in the
schedule of quantities.

Page 143 of 226


xxv. The contractor shall submit the drawing in three sets to USCL for this work duly approved by
the Office of the electrical Inspector MP govt. and MPPKVV Co. Ltd. Within specified days from
the date of work order. The approval of these drawing will be general and will not absolve the
contractor of the Responsibility of the correctness of those drawings.

xxvi. The contractor shall submit test reports of the equipment to be supplied and drawings for
approval of the Engineer in Charge before supplying the equipment. The successful tenderer
shall also submit the purchase bill of all items as required and directed at no cost.

xxvii. (A) The contractor shall have to arrange all free of cost facilities for the inspection, such as
employ or material labour etc. and any fees payable to Government or any competent
authority at his own cost. The contractor shall arrange to obtain all sanctions from the
concerning office of MPPKVV Co. Ltd. and from the elect. inspector Govt. of M.P. at his own
cost. Any fees in respect of above work paid by the contractor shall not be reimbursed or
refunded by the USCL and no claim for compensation shall be entertained in this regard. Copy
of all such sanctions have to be submitted to Engineer In charge USCL.

xxviii. xxviii. (B) The contractor has to arrange factory inspection of all major items as required by
Engineer in Charge at the manufacturer’s works before dispatch of material. Date of
inspection should be informed 15 days in advance to USCL. The contractor has to get any
equipment or complete installation checked and tested by any Government/ Semi
Government/ Private authority such as CPRI, BHEL, NABL laboratory, Testing department of
MPPKVV Co. Ltd. etc. at his own cost. He shall also provide free of cost all labour, material,
equipments etc. for the purpose of above testing. The contractor shall not be entitled for any
compensation on this ground. If required by Engineer in Charge contractor will have to arrange
for third party inspection of entire installation done by him and he will have to rectify / repair
/ replace any defects pointed out by inspection agency.

xxix. (C) The consultant appointed by USCL is authorized for following:

a) To visit the site from time to time to inspect the quality of work.

b) To issue working drawings with specifications to the contractor.

c) Technically guide the contractor if required.

d) To accompany USCL officials for factory inspections of material if required.

xxx. The contractor shall be responsible for removal of all defects and shall make rectification in
the work at his own cost if any at the time of handing over the installation to MPVV Co. Ltd.
without any claim for compensation.

xxxi. It shall be the duty of the contractor to arrange all clearances from Electrical Inspector MP
Govt, to coordinate and peruse the officers of MPPKVV Co. Ltd. for periodical inspections
during the currency of contract and final inspection of the work and get the complete
installation electrically charged. No extra payment shall be made to the contractor in above
account.

xxxii. The contractor at his own cost and efforts shall arrange periodical inspection of work by
various officers of MPPKVV Co. Ltd. during course of execution of work and any instruction

Page 144 of 226


issued by the officers of MPPKVV Co. Ltd. shall be communicated to USCL in writing by the
contractor and prior permission shall be taken from USCL before its compliance.

xxxiii. The contractor should note that any delay / on the part of MPPKVV Co. Ltd. on any account
what so ever shall not be entertained as a reason for time extensions in case of delay in
completion of the work covered under this entire contract. The tenderer should therefore be
aware and should not that execution and timely completion of External Electrification work in
full coordination with other development and construction works covered under the scope of
contract shall be sole responsibility of successful tenderer.

xxxiv. The contractor has to quote his rates in strict accordance to the list of approved make of
materials. The tenderer has to ensure before filling up the rates regarding their availability
and period of delivery.

xxxv. The contractor shall note that during the execution of works there is likelihood in change of
layout, specification and change in quantities of items entered in the schedule of items for
which the contractor has tendered his rates. The increase or decrease in the quantities of such
items may be up to any extent and the tenderer shall not be entitled to any compensation for
any loss suffered by him on account or procurement of additional quantities of such items due
to such changes.

xxxvi. The contractor shall not be entitled to any compensation for any loss suffered by him on
account of delay in commencement or execution of work whatever the cause of delay may be
including delay arising out of other materials or any reasons whatever and the USCL shall not
be liable for any claim in respect thereof.

xxxvii. All dismantled material to be deposited at M.P.P.K.V.V.C.L. store by the contractor without
any extra cost.

xxxviii. The contractor shall if required arrange for temporary mobile / trolley mounted distribution
substations of required capacity to give supply to the areas being fed from the existing pole
mounted transformer / transformers being removed. This will be necessary at the places
where new transformer / CSS are to be installed at the same place from where pole mounted
existing transformer / transformers are being removed. No extra payment shall be made for
the temporary mobile / trolley substations and associated temporary HT and LT cabling done
for charging the same. The contractor shall be responsible for all necessary statutory
permissions required for this purpose.

xxxix. Successful Tenderer should have A-Class Electrical license issued by M.P. Licensing Board. The
license must be submitted at the time of agreement.

C. GENERAL

i. Safety starts from the individual on the job. Experience and common sense shall be generously
used. In case of any doubt regarding safety, Engineer–in-Charge can be consulted.

ii. Proper communication and alertness on the job is to be ensured.

iii. Manholes and openings for ducts etc shall be kept properly covered.

iv. Correct tools and tackles should be used for every work. Make shift tools and tackles will result
in accidents.

Page 145 of 226


v. Fire-fighting equipment shall be placed at designated locations and kept unobstructed.

vi. Do not use loose clothing, neckties, and etc. while on the job.

vii. Safety precautions recommended by the manufacturers/ vendors shall be strictly adhered to.

viii. All machinery, tools and tackles shall be maintained properly, and clearly.

15. Encumbrances in Construction Area, including Trees and Utilities -

i. The contractor shall be responsible to coordinate with service provider / concerned


authorities for cutting of trees, shifting of utilities and removal of encroachments etc. and
making the site unencumbered from the project construction area required for completion of
work. This will include initial and frequent follow-up meetings / actions / discussions with each
involved service provider / concerned authorities. The contractor will not be entitled for any
additional compensation for delay in cutting of trees, shifting of utilities and removal of
encroachments by the service provider / concerned authorities. Payment for cutting of trees
and shifting of utilities as required by the concerned department shall be made by the
Employer. The entire cut material will be property of the contractor and no cost of such
material shall be recovered from the contractor which shall be appropriately considered by
the contractor in hisbid.

ii. Drawings scheduling the affected encumbrances such as trees and services like water pipes,
sewers, oil pipelines, cables, gas ducts, electricity lines, accessories, telephone poles and OFC
cables etc. included in the contract document shall be verified by the contractor for accuracy
of scope.

iii. The Employer will make payments to the respective service provider / authorities for cutting
of trees and shifting of utilities, wherever required. The contractor will obtain necessary
approval from such Authorities after payments by the Employer and also in cases where
payments are not required to be made for such shifting. The Employer will also write to all
concerned departments/ service provider organization for expediting and facilitating cutting
of trees, shifting of utilities and removal of encroachment etc.

iv. Any services affected by the Works must be temporarily supported by the Contractor who
must also take all measures reasonably required by the various bodies to protect their services
and property during the progress of the Works. It shall be deemed to be part of the Contract
and no extra payment shall be made for the same.

v. The Contractor may be required to carry out certain works for and on behalf of the various
bodies and he shall also provide, with the prior approval of the Engineer, such assistance to
the various bodies as may be authorized by the Engineer.

16. Supply of Coloured Record Photographs

The Contractor shall, at his own cost, arrange to take colour photographs at various stages / facets
of the work including interesting and novel features of the work as directed by the USCL officials

Page 146 of 226


and supply two copies of colour record photographs mounted in the albums including negatives
with specification and these shall be kept by Employer.

17. Public Awareness / Information Display

The Contractor shall, at his own cost, arrange to provide, erect and maintain necessary display
boards/ banners etc as directed by USCL officials at selected points of project site giving such
information as considered necessary for public awareness/ information.

18. Completion Drawings

The contractor is required to submit the completion drawings (As built Drawings) for the work
done by him. However, the completion drawings for works done and covered underground, it is
essential to prepare the completion drawing as soon as the work is done and before backfilling.

The drawings have to be prepared in digital format in AUTO-CAD, it is therefore made mandatory
that the completion drawings of the cross section of road with all utilities, Road Plan, Inspection
Chambers, Rainwater Catch pit, L-section of road etc, shall be submitted along with the running
account bills for all the works carried out during the period.

The completion drawing should provide adequate data to enable finding the exact location of the
system in ground at a later date by any other new person. It should also provide the data related
to material, class and size of the line, its depth in ground, Invert Levels and levels in the manholes.
The details will be provided from Chainage-wise and the plan layout of the roads along with Cross
section and L-section on the reference map should be updated and submitted along with the bill.
Two hard copies of the drawings will also be submitted along with the softcopy.

19. Execution of work according to Time Schedule

i. The Bidder shall include in his bid, a detailed construction programme of executing the project,
describing broadly the technology and construction methodology major components of the
project including traffic diversion plan, deployment of machinery, submission of drawings and
design. The programme shall be supplemented with Master Control Network. The employer
reserves the right to request for change in Master Control Network after discussions with the
successful bidder. Mutually agreed Master Control Network shall form part of the Contract.

ii. The Contractor has to start construction works in the fronts available at particular road site.
This shall be planned in close consultation with the Engineer-In-Charge and in coordination
with the concerned authorities / departments / local groups.

iii. The Works shall be executed and performed in accordance with the Master Control Network
(Work Programme) which shall clearly indicate the interlinking / interdependencies of all the
works of the Contract.

iv. The Programme shall be reviewed jointly by the Employer/ Engineer and the Contractor, at
least once in a month where-in the hold ups/delays, if any, in the progress of Works, with
reference to the agreed Schedule shall be given Special Attention. Necessary modifications
(updating / Revisions) of the Programme, within the overall Time for Completion, shall be
carried out by mutual agreement between the Employer/ Engineer and the Contractor.

Page 147 of 226


20. Working Procedure

i. The Contractor shall be required to adopt a Working Procedure based on the following:

ii. Protection of properties along the project roads and their activities / operations such that
these suffer minimum (if any) adverse effects as a result of construction activities.

iii. Observe all local requirements related to work and traffic restrictions (for example,
transportation of material during particular times of a day or week, use of manual labour /
smaller vehicles for carriage of material to / from narrow lanes) as may be specified by USCL
from time to time.

iv. Avoid disruption of any public utility network and promptly restore the same in case of any
unavoidable disruption at his own cost and time without causing any discomfort to people as
well as businesses.

v. Provide for all temporary arrangements essential to allow normal operations / living
conditions for people as well as businesses.

21. Material Storage

All materials shall be stored as per IS:4082.

22. The electrical charges shall be borne by the authority.

23. Warranty and Maintenance

(d) The Contractor shall also provide complete maintenance support and comprehensive warranty
for all supplied products and connected components as outlined in this RFP for a period of 60
(sixty) months from the takeover date of the entire facility including equipments, machinery or
ICT components etc. as applicable. The Contractor's liability in respect of any complaints/defect
and/or claims shall be limited to the furnished and installation of replacement parts free of any
charge to the extent that such replacement are attributable to or arise from faulty workmanship
of materials or design in the manufacture of the equipment, or wear and tear during normal use,
provided that the defects are brought to the notice of the contractor within the warranty period.

(e) During the warranty period, the bidder shall warrant that the goods supplied under the contract
are new, unused, of the most recent version/models and incorporate all recent improvements in
design and materials unless provided otherwise in the contract. The bidder further warrants that
the goods supplied under this contract shall have no defects arising from design, materials or
workmanship.

(f) Authority or designated representatives of the bidder shall promptly notify the Contractor in
writing of any claims arising under this warranty. Upon receipt of such notice, the Contractor shall,
within the warranty period and with all reasonable speed replace the defective products, without
costs to Authority and within time specified and acceptable to Authority.

(g) If the Contractor, having been notified, fails to remedy the defect(s) within the period specified in
the Contract, the Authority may proceed to take such reasonable remedial action as may be

Page 148 of 226


necessary, at the Contractor’s risk and expense and without prejudice to any other rights, which
Contractor may have against the bidder under the contract.

(h) During the comprehensive warranty period, the Successful Bidder shall provide free of cost all
product(s), within 14 days of their failure and should carry out delivery and make operational the
same at no additional cost to Authority. The Contractor shall be responsible for warranty and
maintenance services from licensors/ manufactures of items/products etc. supplied. The
proposed products / equipment / goods shall achieve parameters delineated in the technical
specification/requirement. The Contractor shall ensure the maintenance of the acceptance
criterion/standards in respect of the products / equipments / goods during the warranty and
maintenance period.

(i) If the Contractor desires, the replaced products can be taken over by them for disposal as they
deem fit within period of one month from the date of replacement. At the expiry of this period,
no claim whatsoever shall be on the USCL. The decision of the USCL in regard to contractor’s
liability and the amount, if any, payable under this warranty shall be final and conclusive.

24. Health and Safety COVID -19 Plan

The Contractor shall submit a Plan for the health and safety measures they will put in place on site
in relation to COVID-19 prevention and controls, including but not limited to, PPE requirements,
site set-up, training, induction and mobilization of new personnel, equipment and plants cleaning
and other hazard management measures while undertaking site work activities, site visitors health
and safety protocols, as well as the approach to the monitoring and reporting of the Plan. The Plan
should be fit for purpose for the particular construction works of this contract and be aligned with
relevant government regulations and guidelines on COVID-19 prevention and controls, as well as
workplace safety requirements.

a) COVID-19 Health and Safety Protocols

General Obligations of the Contractor:

• To take all necessary precautions to maintain the health and safety of the Contractor’s Personnel.

• To depute a health and safety officer at site, who will have the authority to issue directives for the
purpose of maintaining the health and safety of all personnel authorized to enter and or work on
the site and to take protective measures to prevent accidents, including spread of COVID19.

• To ensure, in collaboration with local health authorities, access to medical help, first aid and
ambulance services are available for workers/labors, as and when needed.

• Provide health and safety training/orientation on COVID19 to all workers and staff and other
employees of the sub-contractor (tips on cough etiquette, hand hygiene and social distancing).

• Prepare a detailed profile of the project work force, key work activities, schedule for carrying out
such activities, different durations of contract and rotations, confirmed addresses of the labor and
any underlying health conditions that increases the risk of severe infection, to facilitate tracking
of workers in case of COVID-19 exposure.

• All laborers to be provided with photo ID cards for accessing the construction site.

Page 149 of 226


• All laborers engaged at construction site to be provided with the required Personal Protection
Equipment (PPE) – safety helmet and shoes, secured harness when working at heights, electrical
gloves, eye protection for welding etc., without which entry to the construction site shall not be
allowed.

• In relation to COVID19, masks, adequate hand washing/ sanitization, clean drinking water and
sanitation facilities to be provided at construction site.

• All workers/labor to be regularly checked for symptoms before allowing entry to the work site.

• Paid leave to be mandatorily given if labor contacts COVID-19 and/or any other contagious disease
while working at the construction site or in the labor camp.

For Labour Camp:


• Contractor to provide hygienic living conditions and safe drinking water.

• Separate toilets for male and females and adequate hand washing/sanitization facilities.

• Monthly/weekly health check up to be organized at the camp for all labors/family.

• Organize awareness campaign for social distancing and general health and hygiene.

Construction Management in Upgrading of Existing Facilities:


• Maintain a roster of workers/staff at work site indicating their health condition and symptoms
and ensure screening procedures (non-physical temperature measurement) at work sites.

• Depute and assign monitoring and reporting responsibilities on environmental management,


health and personnel safety.

• Preventing a worker from an affected area or who has been in contact with an infected person
from returning to the site for 14 days or (if that is not possible) isolating such worker for 14 days.

• Place posters and signage’s at/around the site, with images and text in local languages relating to
personal safety, hygiene and on COVID-19 symptoms and guidelines.

• Ensuring hand washing facilities supplied with soap, disposable paper towels and closed waste
bins exist at key places throughout site, including at entrances/exits to work areas; where there is
a toilet, canteen or food distribution, or provision of drinking water; in worker accommodation;
at waste stations; at stores; and in common spaces.

• Segregate lunch hours at worksite of workers to maintain social distancing.

• Securing the construction site with entry only for authorized personnel and disinfecting of the
worksite to be undertaken at close of work every day or as may be required.

• Any medical waste produced during the care of ill workers should be collected safely in designated
containers or bags and treated and disposed of following relevant requirements (e.g., Biomedical
Waste Rules-2018, WHO).

Page 150 of 226


SECTION 4
Bill of Quantities (BOQ)
General Description of Work
Probable Amount of Contract: 16,49,35,060.92
(Rs. in Words): Sixteen Crore Forty Nine Lacs Thirty Five Thousand Sixty Only.

Name of Work: Design, Supply and Construction of Pedestrian


Bridge Over Rudra Sagar Lake, Ujjain City

Abstract of Cost

SNo Item Amount (INR)

[A] CIVIL WORKS

1 Cost of Site Clearance 73,015.20

2 Cost of Foundation 3,08,30,082.95

3 Cost of Sub-Structure 1,08,98,352.32

4 Cost of Super-Structure 11,50,83,046.65

5 Cost of Signage 6,03,999.15

Total Cost of Civil Works [A] 157,488,496.27

[B] ELECTRICAL WORKS 1,147,024.80

Survey, Investigation, Design & Drawing 3,149,769.93


[C] including Vetting from Approved Institute @
2% of [A]

Provision for Third Party Inspection of 3,149,769.93


Bridge Structure at different stages of
[D]
execution including Load Testing through
Approved Institute @ 2% of [A]

Total Project Completion Cost 16,49,35,060.92


[E]
[D = A+B+C+D]

Page 151 of 226


UJJAIN SMART CITY LIMITED
Design, Supply and Construction of Pedestrian Bridge Over RudraSagar Lake, Ujjain City
(ABSTRACT OF QUANTITIES)

Description of Items
S.
Unit Quantities Rate Amount
No.

MP PWD SOR 2017 Road & Bridge


1.00 Site Clearance
Clearing and Grubbing Road Land Clearing and grubbing road land
including uprooting rank vegetation, grass, bushes, shrubs,
saplings and trees girth up to 300 mm, removal of stumps of trees
1.0 2.2 cut earlier and disposal of unserviceable materials and stacking of
serviceable material to be used or auctioned up to a lead of 1000
metres including removal and disposal of top organic soil not
exceeding 150 mm in thickness.
A In Area of Light Jungle Hec 0.500 35,431.20 17,715.60
Dismantling of Structures Dismantling of existing structures like
culverts, bridges, retaining walls and other structure comprising of
masonry, cement concrete, wood work, steel work, including T&P
2.0 2.3
and scaffolding wherever necessary, sorting the dismantled
material, disposal of unserviceable material and stacking the
serviceable material with all lifts and lead of 1000 metres.
I Lime / Cement Concrete
C Prestressed / Reinforced cement concrete grade M-20 & above Cum 55.000 797.40 43,857.00
II Dismantling Brick / Tile work
Description of Items
S.
Unit Quantities Rate Amount
No.

B In Cement Mortar Cum 36.000 215.10 7,743.60


Steel work in all types of sections upto a height of 5 m above plinth
V
level excluding cutting of rivet.
B Excluding dismembering Tonne 5.000 739.80 3,699.00
Total Amount in 73,015.20
2.00 FOUNDATION - PILES & PILE CAPS
Bored cast-in-situ M35 grade R.C.C. pile excluding reinforcement
complete as per drawing and technical specifications and removal
1.0 12.16 Mtr 792.000 11,912.40 9,434,620.80
of excavated earth with all lifts and lead upto 1000 m. (Pile
diameter-1200 mm)as per specification 1100, 1600 and 1700.

Pile load test on single vertical pile in accordance with


2.0 12.28 Tonne 1100.000 390.60 429,660.00
IS:2911(Part-IV)

Providing steel liner 10 mm thick for curbs and 6mm thick for
3.0 12.13 steining of wells including fabricating and setting out as per Tonne 79.200 44,550.00 3,528,360.00
detailed drawing as per section 1200 & 1900.

Excavation for Structures


Excavation for Structures Earth work in excavation of foundation
of structures as per drawing and technical specification, including
4.0 12.1
setting out, construction of shoring and bracing, removal of
stumps and other deleterious matter, dressing of sides and bottom

Page 153 of 226


Description of Items
S.
Unit Quantities Rate Amount
No.
and backfilling with approved material. as per relevant clauses of
section 300 & 2100 in

B Mechanical Means
(i) Depth upto 3 m Cum 1361.250 46.80 63,706.50
(ii) Depth 3 m to 6 m Cum 680.625 53.10 36,141.19

Add extra as follows in the rates of the above items if dewatering


5.0 12.2
is resorted to
a) a) upto 3 m depth @50% Cum 1361.250 70.20 95,559.75
b) beyond 3 m to 6 m depth @75% Cum 680.625 92.93 63,247.08

Sand Filling in Foundation Trenches as per Drawing & Technical


6.0 12.4 Cum 272.250 1,692.00 460,647.00
Specification

Levelling course for Pile cap PCC in M-15 below Pile cap as per
7.0 12.30 Cum 90.750 3,899.70 353,897.78
drawing and as per section 1100 and 1700.

Supplying, fitting and placing un-coated HYSD bar reinforcement in


8.0 12.31 foundation complete as per drawing and technical specifications Tonne 216.326 59,462.10 12,863,198.24
and as per relevant clauses of section 1600.

Page 154 of 226


Description of Items
S.
Unit Quantities Rate Amount
No.
Cement concrete for reinforced concrete in pile cap complete as
9.0 12.29 per drawing and Technical Specification and as per relevant clauses
of sections 1100, 1500 & 1700.
D RCC Grade M35 Cum 705.870 4,959.90 3,501,044.61
Total Amount in 30,830,082.95
3.00
SUBSTRUCTURE- Piers, Abutments and Bearings
Plain/Reinforced cement concrete in sub-structure complete as
1.0 13.6 Cum
per drawing and technical specifications
H RCC Grade M35 Cum 709.830 5,453.10 3,870,773.97
Supplying, fitting and placing HYSD bar reinforcement in
2.0 13.7 substructure complete as per drawing and technical specifications Tonne 117.117 59,595.30 6,979,622.75
and as per relevant clause of section 1600.
Providing weep holes in Brick masonry/Plain/Reinforced concrete
abutment, wing wall/return wall with 100 mm dia AC/PVC pipe,
3.0 13.9 extending through the full width of the structure with slope of 1V Metre 308.000 155.70 47,955.60
:20H towards drawing foce. Complete as per drawing and
Technical specifications
Total Amount in 10,898,352.32
4.00 SUPER STRUCTURE
Back filling behind abutment, wing wall and return wall complete
1.0 13.10 as per drawing and Technical specification and as per relevant
clauses 305 of specifications and as per appendix 6 of IRC-78.
A Granular material Cum 140.250 792.00 111,078.00

Page 155 of 226


Description of Items
S.
Unit Quantities Rate Amount
No.
B Sandy material Cum 173.250 1,827.90 316,683.68

Providing and laying of Filter media with granular materials/stone


crushed aggregates satisfying the requirements laid down in clause
2504.2.2 of MoRTH specifications to a thickness of not less than
2.0 13.11 600 mm with smaller size towards the soil and bigger size towards Cum 90.750 1,005.30 91,230.98
the wall and provided over the entire surface behind abutment,
wing wall and return wall to the full height compacted to a firm
condition complete as per drawing and technical specification
Supplying, fitting and fixing in position true to line and level POT-
PTFE bearing consisting of a metal piston supported by a disc or
unreinforced elastomer confined within a metal cylinder, sealing
rings, dust seals, PTFE surface sliding against stainless steel mating
tonne
3.0 13.15 surface, completre assembly to be of cast steel/fabricated 1155.000 74.70 86,278.50
capacity
structural steel, metal and elastomer elements to be as per IRC: 83
part-I & II respectively and other parts conforming to BS: 5400,
section 9.1 & 9.2 and clause 2006 of MoRTH Specifications
complete asper drawing and approved technical specifications.

Furnishing and Placing Reinforced/Prestressed cement concrete in


4.0 14.1 super-structure as per drawing and Technical Specification and as
per relevant clauses of sections 1500, 1700 and 2300 in
D RCC/PSC Grade M35 Cum 324.500 5,832.90 1,892,776.05

Page 156 of 226


Description of Items
S.
Unit Quantities Rate Amount
No.
Supplying, fitting and placing HYSD bar reinforcement in
5.0 14.2 superstructure complete as per drawing and technical Tonne 68.189 60,691.50 4,138,492.69
specifications as per relevant clauses of section 1600

Providing and laying Cement concrete wearing coat M-30 grade


including reinforcement complete as per drawing and Technical
6.0 14.4 Cum 104.858 9,838.80 1,031,671.97
Specifications and as per relevant clauses of sections 1500, 1700
and Clause 2702 of specifications..
Indian Railways SOR 2019
Supplying, fabrication, assembling of all types of steel Composite
girders of specified spans with structural steel conforming to
Quality "B0" Grade Designation E250 conforming to IS:2062,
erection / slewing / end launching of steel girders with cranes or
any other approved launching methods as per site conditions on
sub-structure including provision of stud bolts / shear connectors,
complete as per approved QAP and drawings conforming to IRSB1-
IR SOR 2019
2001 and other relevant codes and specifications. Note: 1. Detailed
7.0 Ìtem No.
fabrication and erection drawings & launching methodology will be
041010
prepared by the contractor and got approval from PDMC. Rate
includes fabrication of all types of battens, bracings, ties,
stiffeners, packing, diaphragms, shop rivets / welding, T&F bolts,
drifts, SAW, templates, jigs, fixtures, accessories, transporting
various components from fabrication shop to site including loading
& unloading, assembly of girders with drifts/bolts, field riveting
/welding /HSFG Bolting, assembling of temporary support for side

Page 157 of 226


Description of Items
S.
Unit Quantities Rate Amount
No.
slewing, raising of girders to the bed block level, providing sliding
arrangements and slewing the girder in position, lowering of girder
on bearings and bed plates with all temporary arrangements or
any other method of launching complete. 3. The bearing sets to be
provided with the girders will be paid separately as per relevant
item. 4. Payment for addition in weight for rivets / welds shall be
made as per clause 45 of IRS B-1-2001. 5. In case of composite work
( welding and HSFG bolts ), addition in weight shall be 1% for
welding and HSFG bolts shall be paid separtely under relevant
item. 6. Painting of girders will be paid separately under relevant
item. 7. Payment Schedule: (i) Receipt of material at site: 40% (ii)
Fabrication of girders: 20% (iii) Erection/Launching: 20% (iv)
Completion in all respects: 20%
IR SOR 2019
Ìtem No. Plate Girder/Semi Through Girder MT 1041.330 95,711.07 99,666,808.52
041011
IR SOR 2019 Extra for using steel conforming to Grade Designation E350
8.0 Ìtem No. instead of MT 10.000 2,675.88 26,758.80
041015 Grade Designation E250 of Quality "B0" as per IS: 2062
IR SOR 2019
Deduct for using steel conforming to Quality "BR" instead of
9.0 Ìtem No. MT 10.000 2,675.88 26,758.80
Quality "B0" of Grade designation E250 as per IS:2062.
041016
IR SOR 2019 Extra for using steel conforming to Quality "C" Grade Designation
10.0 Ìtem No. E250 MT 10.000 1,337.94 13,379.40
041017 instead of Quality "B0" Grade Designation E250 of as per IS: 2062

Page 158 of 226


Description of Items
S.
Unit Quantities Rate Amount
No.
Providing, fitting and fixing mild steel railing complete as per
11.0 14.8 drawing and Technical Specificationand as per relevant clauses of RM 495.000 1,986.30 983,218.50
section 1900 and 2700.
Elastomeric Slab Steel Expansion Joint Providing and laying of an
elastomeric slab steel expansion joint, catering to right or skew
(less than 20 deg., moderately curved with maximum horizontal
movement upto 50 mm, complete as per approved drawings and
12.0 14.18 Metre 22.000 11,731.50 258,093.00
standard specifications to be installed by the
manufacturer/supplier or their authorised representative ensuring
compliance to the manufacturer's instructions for installation and
clause 2606 of MoRTH specifications for road & bridge works.

Drainage Spouts complete as per drawing and Technical


13.0 14.9 Each 250.000 1,074.60 268,650.00
specification and as per clause 2705 of specifications.

PCC M15 Grade leveling course below approach slab complete as


14.0 14.10 per drawing and Technical specification and as per relevant clauses Cum 28.050 3,957.30 111,002.27
of section 1700.
Reinforced cement concrete approach slab (Grade of concrere M
30) including reinforcement and formwork complete as per
15.0 14.11 Cum 58.000 7,173.00 416,034.00
drawing and Technical specification and as per relevant clauses of
section 1500, 1600, 1700 and clause 2704 of specifications.
Painting on Steel Surfaces Providing and applying two coats of
16.0 8.12 ready mix paint of approved brand on steel surface after through Sqm 42273.000 40.50 1,712,056.50
cleaning of surface to give an even shade

Page 159 of 226


Description of Items
S.
Unit Quantities Rate Amount
No.
Painting on Steel Surfaces Providing and applying two coats of
16.0 8.12 ready mix paint of approved brand on steel surface after through Sqm 42273.000 40.50 1,712,056.50
cleaning of surface to give an even shade
Steel work in built up M.S. tubular section (round, square or
rectangular hollow tubes etc.) trusses/frame work etc. including
MP PWD Vol
17.0 cutting, hoisting, fixing in position and applying a priming coat of
(I) 202010.14
approved steel primer, including welding and bolted with special
shaped washers etc. complete.
MP PWD Vol
(I) Hot finished welded type tubes Kg 7500.000 97.20 ₹729,000.00
202010.14.1
Providing and Fixing of sky lights consisting of Multi cell/tight cell
Polycarbonate Panel System of approved colour, 16 mm thick
(minimum) having uniform in color with an integral Tight-Cell core
constructed not to exceed 4mmx4mm in a cross section, Vertical
Standing Seam manufactured at both sides of the panel. Snap-on
connector to interlock the panels shall have a grip- lock double
tooth locking mechanism to ensure maximum uplift capability and
MP PWD Vol
18.0 shall be of same color as that of panel. Panel shall be factory
(I) 202012.18
sealed/end welded panels with additional End-cap/Aluminium U-
Profile (mill finish) for ends. Panel shall be co-extruded with special
anti- glare compound and UV protected. The full system shall be
fitted on MS purlins perpendicular to direction of sheeting with
purlin spacing as specified by Manufacturer.
The rate includes cost of all the operations, labour and all materials
and tests (as applicable) involved such as bolts nuts and screws etc.

Page 160 of 226


Description of Items
S.
Unit Quantities Rate Amount
No.
and labour for cutting bending to required profile, necessary
scaffolding, hoisting in position etc. for proper completion of the
work etc. complete as per specification drawings and direction of
Engineer in charge. Finished surface area of roofing fixed over steel
tubular structure shall be measured for payment. MS tabular
frame work shall be measured separately for payment.
MP PWD Vol
(I) 10 mm Thick Sqm 350.000 ₹2,794.50 ₹978,075.00
202012.18.1
Providing and fixing floating jetty floating jetty with finest "VIRGIN
HDPE" granules and prepared by Blow Moulding Process
confirming to stringent quality norms including carriage of material
upto all leads and lifts, Anchoring / Tying . The Buoyant Weight of
Blocks shall not be less than 360 kgs /Sqmt , The Surface of Blocks
shall be Antiskid & Chequered. The material shall be Anti U V ray/
Resistant to Oil corrosion/ resistant/Wave impact resistance.
19.0 NON SOR Stainless steel round pipe of 1mtr height from top face with 2 Sqm 250.000 ₹8,900.00 2,225,000.00
horizontal rope guide shall also be provided all along the Boundary
of Jetty, The Martial for heavy duty nut/bolt/washer shall also be
HDPE. Compete floating jetty shall be anchored by 2 lines of
Nylon/Equivalent ropes as per the depth of the water in the Lake.
The item is a consolidated item and shall include all costs involved
in commissioning of the Jetty and work has to be done and as per
direction of Engineer in charge
Total Amount in 115,083,046.65

Page 161 of 226


Description of Items
S.
Unit Quantities Rate Amount
No.

5.00 Traffic Sign Boards


Providing and fixing of retro-reflectorized cautionary, mandatory
& informatory sign board as per IRC 67 - 2012 made of high
intensity Micro-prismatic Grade Sheeting (Type IV) vide IRC
67:2012 clause 6.7.3.2 & clause 801.3.3 of MORT&H fixed over
Aluminum composite material sheet with thermoplastic core of
low dendity polyethylene (LDPE) between two thick skins/sheets
of aluminum with over all thickness of 4mm and aluminum skin of
thickness 0.3 on both side, the ACM shall confirm to table 6.1 of
IRC67-2012 & table 800-1 of MORT&H specification and high
intensity Micro primatic Grade Sheeting shall confirm to table 6.6
of IRC67-2012 & table 800-3 of MORT&H specification in line with
Clause 6.8 of IRC67-2012 & clause 801.3.7 of MORT&H the
1.0 8.3 messages (Legends, numearls, letter etc.) & borders shall be
screen printed of cut out from transparent durable overlay or cut
out from the same type of refletive sheeting for
cautionary/mandatory sign. Screen printed shall be processed &
finished with material and manner specified by the sheeting
manufacturer supported on MS sign post of size
75mmX75mmX6mm fixed to ground by means of properly
designed foundation of dimension 450mmX450mmX600mm with
M15 Grade concrete. The ACM sheet shall be fixed to the post with
four minimum four member breakaway bolt and supported with a
back support frame of 25mmX25mmX3mm angle. 7 Year warranty
for Rectro Refletive sheeting to be provided from the original
sheeting manufacturer as per clause 6.9 of IRC67-2012 & a

Page 162 of 226


Description of Items
S.
Unit Quantities Rate Amount
No.
certified copy of three year outdoor exposure report from an
independent test lab as per clause 6.7 of IRC67-2012 for the
product offered shall be submitted by the contractor.

I) 90 cm equilateral triangle Each 4.000 2,961.90 11,847.60


II) 60 cm equilateral triangle Each 4.000 2,106.00 8,424.00
Road Marking with Hot Applied Thermoplastic Compound with
Reflectorising Glass Beads on Bituminous Surface Providing and
laying of hot applied thermoplastic compound 2.5 mm thick
including reflectorising glass beads @ 250 gms per sqm area,
2.0 8.15 Sqm 267.300 464.40 124,134.12
thickness of 2.5 mm is exclusive of surface applied glass beads as
per IRC:35 .The finished surface to be level, uniform and free from
streaks and holes all complete as per clause 803 of specifications.
8.16
Painting Two Coats on New Concrete Surfaces Painting two coats
8.11 after filling the surface with synthetic enamel paint in all shades on Sqm 191.143 43.20 8,257.38
new plastered concrete surfaces
Fencing with welded steel wire Fabric (weighing 4 kg per sqm.) 75
mm x 50 mm (Suggestive) Providing 1.20 metre high fencing with
angle iron posts 50mmx 50mmx6mm at 3 metre center to center
with 0.40 metre embedded in M15 grade cement concrete, corner,
3.0 8.21 Metre 462.000 465.30 214,968.60
end and every 10th post to be strutted, provided with welded steel
wire fabric of 75 mm x 50 mm mesh or 75 mm x 25 mm mesh and
fixed to iron posts by flat iron 50 x 5 mm and bolts etc. complete
in all respects.

Page 163 of 226


Description of Items
S.
Unit Quantities Rate Amount
No.
Precasting and placing in position 125 mm dia Bollards 600 mm
high of required shape including providing M.S. Pipe Sleeve 50 mm
dia 300 mm long in the Bollard and M.S. Pipes 40 mm dia and 450
MP PWD Vol mm long with 150x150x6mm plate welded at bottom and
4.0 Each 30.000 436.50 13,095.00
(I) 2020 4.19 embedded 150mm in cement concrete 1:3:6 (1 Cement : 3 sand :
6 graded stone aggregate 20 mm nominal size) including necessary
excavation of size 250x250x450mm deep for the same in
bitumen/concrete pavement at specified spacing.
Providing and laying tactile tile (for vision impaired persons as per
standards) of size 300x300x9.8mm having water absorption less
than 0.05% and conforming to IS: 15622 of approved make in all
MP PWD Vol
colours and shades for outdoor floors such as footpath, court yard,
5.0 (I) 2020 Sqm 61.500 1,176.30 72,342.45
multi modals location etc., laid on 20mm thick base of cement
11.56
mortar 1:4 (1cement : 4 sand) in all shapes and patterns including
grouting the joints with white cement mixed with matching
pigments etc. complete as per direction of Engineer-in-Charge
Reinforced Cement Concrete Crash BarrierProvision of an
Reinforced cement concrete crash barrier at theedges of the road,
approaches to bridge structures and medians,constructed with M-
20 grade concrete with HYSD reinforcement conforming to IRC:21
and dowel bars 25 mm dia, 450 mm long at expansion joints filled
6.0 8.24
with pre-moulded asphalt filler board, keyed
to the structure on which it is built and installed as per design given
in the enclosure to MOST circular No. RW/NH - 33022/1/94-DO III
dated 24 June 1994 as per dimensions in the approved drawing
and at locations directed by the Engineer, all as specified.

Page 164 of 226


Description of Items
S.
Unit Quantities Rate Amount
No.
M20 Grade Concrete Metre 60.000 2,515.50 150,930.00
Total Amount in 603,999.15

(Abstract Of Quantities For Electrical Work)


Based on UADD SOR
Sr.No. Description Unit Qty Rate Amount
UADD SOR

Supply, Installation, Testing and Commissioning of decorative pole with total height of 3 to 5
Mtrs as per road dimensions and as per directions of engineer in chrge.The Pole should be
made out of M.S. grooved round tubular Pipe sections having steps. The minimum thickness
of pole should be 3mm. The bottom part of the pole should be of 114 mm diameter and top
part diameter 89 mm. Both the sections should be joined together by means of welded
joints. A base plate of dimension diameter 430 mm x 15 mm thick should be joined with the
pole at the bottom through welded joints. A cast iron pedestal to be fitted on the pole at
1 bottom by grub screw fixing. Cast-iron embellishments should also be fitted between two Nos 26 32000 832000
sections of grooved tubular sections. A service window to be provided in bottom section of
pole to accommodate a 6 amp MCB & connector for mains connections . The Pole & the cast
iron embellishments should be machined & polished properly to get the smooth finish. The
pole should be duly pre-treated and painted in P.U. Paint in approved colour shade. The pole
should be supplied & Erected with Bakelite sheet with 1 No. 6A SP B curve MCB & stud type
terminal block suitable for terminating the respective cable. The fitting should be connected
with Copper Flexible wire of 3CX2.5 Sq.mm. The item is inclusive of construction of M20
grade RCC foundation with bolts, plate and pipe. The Pole to be approved by Engineer in
Charge & Architect.

Page 165 of 226


Sr.No. Description Unit Qty Rate Amount
UADD SOR

Supply, installation testing & commissioning of Decorative heritage appearance Hanging / post
top LED type luminaire made out of Spun aluminium , the diffuser shall be of PMMA / clear
poly carbonate . The decorative luminaire shall be of wattage 35 TO 40 LED, 100 Lum/watt
2 min., with separate driver placed integrally in street light housing Driver should be of THD 0
<10% and power factor above 0.95 .High power Led of above 1watt should be used of make
Cree/Nichia/Lumiled/Osram/Seoul. Lenses should be used to give required optics. Ingress
protection of optical chamber shall be IP-65 . The Luminaire body shall be painted with
exterior grade of Poly- urethane /Polyester coating in required colour shade. The fixture
should be complete with suitable bracket, mounting accessories.

Supply, installation, testing and commissioning of outdoor weather proof type street lighting
control feeder panel for smart controls, made from 14/16 SWG MS galvanised powder coated
sheet or SMC material complete with mounting stand / clamps. The feeder pillar should
provide following functionalities related to remote switching and monitoring of individual LED
street lights: i) Should be capable of controlling of upto 15 KVA street lighting load distributed
in three or single phase. The wattage of each street light will be 40 to 150 watts. ii) It should
be complete with all required switching and protecting devices, contactors, timers, relays,
3 sensors, controller, Gateway, remote wireless communication devices, wiring, pipe earthing, Nos 1 175000 175000
surge protection device, required software, web server, hosting, etc. iii)The feeder pillar
should perform at least following tasks through remote PC/mobile based web application user
friendly interface: Phase wise and individual remote ON/OFF switching of street lights.
Monitoring of quantity and electrical parameters of individual street light fixtures full or
partially /ON/OFF of street lights. iv) In addition to this panel should be able to generate
wireless
command to give dimming command to the street light fixtures so that light out put can be
dimmed.

Page 166 of 226


Sr.No. Description Unit Qty Rate Amount
UADD SOR
Earthing with G.I. Earth plate 600mm X 600mm X 6mm thick including accessories and
providing masonary encloser in cement mortor, cover plate having locking arrangment on
11.3 Each 4 2286 9144
the top and G.I. watering pipe 20mm dia 2.7 meter long etc. (but without charcoal or coke
and salt ) complete as required.
Add Extra for using salt and charcoal / coke for G.I. Plate or Copper plate earth electrode as
11.5 Each 4 468 1872
required including excavation & refilling.
Supplying and laying 6 SWG G.I. wire at 0.5Meter below ground level as conductor earth
11.7 meter 450 13.5 6075
electrode including soldering etc. as required.
Supplying and erection of water tight terminal box of 14 SWG M.S. Sheet 4mm thick box of
required size to erect the suitable kit kat/ MCB/Switch with Top & bottom folded fitted with
rubber ring to make it water tight with pole clamp made from 40x3mm M.S. flat iron with 2
13.1
Nos. Nut and Bolts duly painted with 2 coat of Red Oxide paint and 2 coat of Aluminium
silver paint erected with cable gland but excluding the cost of the Kit Kat/MCB/Switch
complete as per specification:
1 20x15x15Cms. Each 3 257.4 772.2
Supply of XLPE Insulated power cable (conforming IS- 7098 ) 1100 Volt grade/Heavy duty
14.1 power cable conforming to IS 1554-1100 Volts grade , 2 core /3½ core/4 coreISI MARKED
with Alu. Stranded /solid conductor
14.1.8 ARMOURED 4 CORE
1 6 Sq.mm.(XLPE) meter 400 151.2 60480
2 10 Sq.mm.(XLPE) meter 50 164.7 8235
14.1.6 ARMOURED 3½ CORE
6 120 Sq.mm.(XLPE) meter 50 837.9 41895
14.6 BRASS COMPRESSION GLAND
Supplying and fixing heavy duty cable gland for P.V.C. insulated armoured cable with brass
14.6.1 washer, Rubber ring complete erected with cable and lead connection etc. as per
specification complete.
1 Gland Size 22mm suitable for cable 2,3,3½ & 4 x upto 6 Sq.mm Each 30 34.2 1026

Page 167 of 226


Sr.No. Description Unit Qty Rate Amount
UADD SOR
2 Gland Size 22mm suitable for cable 2,3, 3½, 4 x 10 Sq.mm or 2x 16 Sq.mm Each 6 39.6 237.6
6 Gland Size 45mm 3/3½ x 120 Sq.mm Each 2 149 298
14.8 LUGS:-
Supplying and fixing cramping type Alum. lugs as per I.S.S. Specification suitable for following
size of cable with Alu /Copper solid/stranded conductor evently cramped with high/pressure
tool and connected to switch gear/Bus/M.C.C.B./ M.C.B. etc. as required complete.For
1 6mm to 16 Sq.mm Each 140 4.5 630
14.1 CABLE LAYING
Laying of one number PVC insulated and PVC sheathed power cable of 1:1 kV grade of size
7 meter 450 18 8100
not exceeding 25 Sq.mm in the existing RCC Hume/Stone/Ware/G.I. pipe as required.
Laying of one number PVC insulated and PVC sheathed power cable of 1.1 kV grade of size
8 exceeding 25 Sq.mm but not exceeding 400 Sq mm in the existing RCC/Hume Stoneware/G.I. meter 50 25.2 1260
Pipe as required.
Total 1147024.8

Page 168 of 226


SECTION 5
AGREEMENT FORM

AGREEMENT

This agreement, made on the __________________ day of _________________ between:


__________________ (name and address of Employer) (hereinafter called “the Employer)
and_________________________________________ (name and address of contractor) hereinafter
called “the Contractor’ of the other part.
Whereas the Employer is desirous that the Contractor execute
_________________________________(name and identification number of Contract) (hereinafter
called “the Works”) and the Employer has accepted the Bid by the Contractor for the execution and
completion of such Works and the remedying of any defects therein, at a cost of Rs..........
NOW THIS AGREEMENT WITNESSED as follows:
1. In this Agreement, words and expression shall have the same meaning as are respectively
assigned to them in the conditions of contract hereinafter referred to and they shall be
deemed to form and be read and construed as part of this Agreement.
2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter
mentioned, the Contractor hereby covenants with the Employer to execute and complete the
Works and remedy any defects therein in conformity in all aspects with the provisions of the
contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying the defects wherein Contract Price or such other
Sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.
4. The following documents shall be deemed to form and be ready and construed as part of this
Agreement viz.
i. Letter of Acceptance
ii. Contractor’s Bid
iii. Condition of Contract: General and Special -
iv. Contract Data
v. - Bid Data
vi. Drawings
vii. Bill of Quantities and
viii. Any other documents listed in the Contract Data as forming part of the Contract.
In witnessed where of the parties there to have caused this Agreement to be executed the day and
year first before written.
The Common Seal of _________________________________________ was hereunto affixed in the
presence of:
Signed, Sealed and Delivered by the said __________________________ in the presence of:
Binding Signature of Employer _________________________________
Binding Signature of Contractor ________________________________
26. FORM OF BANK GUARANTEE
Performance Security/Additional Performance Security

The Executive Director,

UJJAIN SMART CITY LTD.

Room No 16, Mela Office, Kothi Road,

Ujjain, Pin Code 456010

Madhya Pradesh

e-mail: ujjainsmartcity@gmail.com

WHEREAS:

(D) [name and address of contractor]


(hereinafter called the “Contractor") and Ujjain Smart City Ltd., Room No 16,
Mela Office, Kothi Road, Ujjain, Pin Code 456010 G-5 & 6, (hereinafter called
the “Authority”) have entered into an agreement (hereinafter called the
“Agreement”) for the construction of the [Project Name] in Ujjain the State
of Madhya Pradesh on Percentage Rate basis, subject to and in accordance
with the provisions of the Agreement
(E) The Agreement requires the Contractor to furnish a Performance Security for
due and faithful performance of its obligations, under and in accordance with
the Agreement, during the {Completion Period/ Defects Liability Period and
Maintenance Period} (as defined in the Agreement) in a sum of Rs….. cr.
(Rupees ………..….. crore) (the “Guarantee Amount”).
(F) We, ………………….. through our branch at …………………. (the “Bank”) have
agreed to furnish this bank guarantee (hereinafter called the “Guarantee”)
by way of Performance Security.

NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and affirms as
follows:

12. The Bank hereby unconditionally and irrevocably guarantees the due and
faithful performance of the Contractor’s obligations during the {Completion
Period/ Defects Liability Period and Maintenance Period} under and in
accordance with the Agreement, and agrees and undertakes to pay to the
Authority, upon its mere first written demand, and without any demur,
reservation, recourse, contest or protest, and without any reference to the
Contractor, such sum or sums up to an aggregate sum of the Guarantee

Page 170 of 226


Amount as the Authority shall claim, without the Authority being required to
prove or to show grounds or reasons for its demand and/or for the sum
specified therein.
13. A letter from the Authority, under the hand of an officer not below the rank
of General Manager in the National Highways Authority of India, that the
Contractor has committed default in the due and faithful performance of all
or any of its obligations under and in accordance with the Agreement shall
be conclusive, final and binding on the Bank. The Bank further agrees that the
Authority shall be the sole judge as to whether the Contractor is in default in
due and faithful performance of its obligations during and under the
Agreement and its decision that the Contractor is in default shall be final and
binding on the Bank, notwithstanding any differences between the Authority
and the Contractor, or any dispute between them pending before any court,
tribunal, arbitrators or any other authority or body, or by the discharge of the
Contractor for any reason whatsoever.
14. In order to give effect to this Guarantee, the Authority shall be entitled to act
as if the Bank were the principal debtor and any change in the constitution of
the Contractor and/or the Bank, whether by their absorption with any other
body or corporation or otherwise, shall not in any way or manner affect the
liability or obligation of the Bank under this Guarantee.
15. It shall not be necessary, and the Bank hereby waives any necessity, for the
Authority to proceed against the Contractor before presenting to the Bank its
demand under this Guarantee.
16. The Authority shall have the liberty, without affecting in any manner the
liability of the Bank under this Guarantee, to vary at any time, the terms and
conditions of the Agreement or to extend the time or period for the
compliance with, fulfilment and/ or performance of all or any of the
obligations of the Contractor contained in the Agreement or to postpone for
any time, and from time to time, any of the rights and powers exercisable by
the Authority against the Contractor, and either to enforce or forbear from
enforcing any of the terms and conditions contained in the Agreement and/or
the securities available to the Authority, and the Bank shall not be released
from its liability and obligation under these presents by any exercise by the
Authority of the liberty with reference to the matters aforesaid or by reason
of time being given to the Contractor or any other forbearance, indulgence,
act or omission on the part of the Authority or of any other matter or thing
whatsoever which under any law relating to sureties and guarantors would
but for this provision have the effect of releasing the Bank from its liability
and obligation under this Guarantee and the Bank hereby waives all of its

Page 171 of 226


rights under any such law.
17. This Guarantee is in addition to and not in substitution of any other guarantee
or security now or which may hereafter be held by the Authority in respect
of or relating to the Agreement or for the fulfilment, compliance and/or
performance of all or any of the obligations of the Contractor under the
Agreement.
Notwithstanding anything contained hereinbefore, the liability of the Bank under this
Guarantee is restricted to the Guarantee Amount and this Guarantee will remain in force
for the period specified in paragraph 8 below and unless a demand or claim in writing is
made by the Authority on the Bank under this Guarantee all rights of the Authority under
this Guarantee shall be forfeited and the Bank shall be relieved from its liabilities
hereunder.

18. The Guarantee shall cease to be in force and effect on _______. Unless a
demand or claim under this Guarantee is made in writing before expiry of the
Guarantee, the Bank shall be discharged from its liabilities hereunder.
19. The Bank undertakes not to revoke this Guarantee during its currency, except
with the previous express consent of the Authority in writing, and declares
and warrants that it has the power to issue this Guarantee and the
undersigned has full powers to do so on behalf of the Bank.
20. Any notice by way of request, demand or otherwise hereunder may be sent
by post addressed to the Bank at its above referred branch, which shall be
deemed to have been duly authorised to receive such notice and to effect
payment thereof forthwith, and if sent by post it shall be deemed to have
been given at the time when it ought to have been delivered in due course of
post and in proving such notice, when given by post, it shall be sufficient to
prove that the envelope containing the notice was posted and a certificate
signed by an officer of the Authority that the envelope was so posted shall be
conclusive.
21. This Guarantee shall come into force with immediate effect and shall remain
in force and effect for up to the date specified in paragraph 8 above or until
it is released earlier by the Authority pursuant to the provisions of the
Agreement.
22. This guarantee shall also be operatable at our…… ………….. Branch at Ujjain,
from whom, confirmation regarding the issue of this guarantee or extension
/ renewal thereof shall be made available on demand. In the contingency of
this guarantee being invoked and payment thereunder claimed, the said
branch shall accept such invocation letter and make payment of amounts so
demanded under the said invocation.

Page 172 of 226


Signed and sealed this ………. day of ……….., 20……… at ……….. SIGNED, SEALED
AND DELIVERED

For and on behalf of the Bank by: (Signature)


(Name)
(Designation)
(Code Number)
(Address) NOTES:

(iii) The bank guarantee should contain the name, designation and code number
of the officer(s) signing the guarantee.

(iv) The address, telephone number and other details of the head office of the
Bank as well as of issuing branch should be mentioned on the covering letter
of issuing branch.

Page 173 of 226


SMART CITY MISSION
UJJAIN SMART CITY LIMITED

Ujjain Smart City Limited


Request for Proposal
(National Competitive Bidding)
Volume III: Scope of Work

Issued: ______ June, 2021


By
Executive Director
UJJAIN SMART CITY LIMITED
Mela Office, Kothi Road,
Ujjain, Madhya Pradesh – 456010
E-mail: ujjainsmartcity@gmail.com
27.Volume III: Scope of Work

Page 175 of 226


1. Specifications
This Section contains the Specifications, the Drawings, and supplementary information that
describe the Works to be procured and Quality Assurance Plan for the executed Works.

1.1. General Features:


1.1.1. The works included are to be carried out in connection with proposed construction of
pedestrian bridge over the RudraSagar lake in the city of Ujjain hereafter referred as project.

1.1.2. The general feature of the Pedestrian bridge is covered under the General Arrangement
Drawing. The bridge is to be constructed with approximately 200.00 m clear span. In general, the
bridge structure comprises Pile foundations and Superstructure with Bow string arch steel girder with
RCC/composite deck slab.

1.2. Scope of Work:


Design, Supply and Construction of Pedestrian Bridge Over RudraSagar Lake, Ujjain City. The
scope includes all kind of topographic surveys, geotechnical investigations, concept design,
architectural drawing, structural deign and drawings, proof-checking/vetting of designs by
approved institute, construction and related services, third party inspection by approved
institute at various stages of execution, load test, correction of defect and maintenance
during defect notice period of 3 years.
1.2.1 The following works are proposed to be executed under this contract:

a) Topographical Survey and Geotechnical investigations.


b) The design and drawing of whole project shall be done by Contractor. Same shall
be vetted by institution as approved by Agency.
c) Model of Approved Bridge.
d) Construction of RCC abutments for Bow String Steel Girders as per IRC pedestrian loading,
including pile foundations.
e) Supply and Fabrication and Erection of Bow String Steel Girder of 200m clear span as
mentioned in GAD
f) Launching of Bridge components including construction of temporary access, staging and
machinery as applicable.
g) Providing and fixing in position standard POT cum PTFE bearings, as per approved
drawings including designs of bearings.
h) Preparation of Launching Scheme, Fabrication/Detail and Shop Drawings
i) Construction of approximately 7 m wide RCC Deck slab over girder.
j) Preparation Quality Assurance Plan (QAP) for sub-structure, foundation, super-structure
including bearings.

Page 176 of 226


k) Providing and laying cement concrete wearing coat,
l) Providing and fixing steel railing, protective screens, electric lighting poles, etc.
m) Providing and fixing in position single strip seal elastomeric type expansion joints.
n) Making any temporary work for the purpose or arranging any temporary land for the
working or stacking of materials of contractor
o) Jetty, canopy/shades etc, and other allied work as directed by client/EIC.
p) The bridge is required to be designed for pedestrian loads as per IRC -6.

1.3. Time for Completion:


Time is the essence of the contract. All works included in the contract shall be completed
within the period of 15 (fifteen) Months from the date of issue of work order or signing of
contract of effective contract commencement whichever is latest, including intervening rainy
seasons. The Contractor would be expected to adhere to the progress of work as per key
milestones given below.

1.3.1. Key Milestones.

SN Milestone Schedule
1 Resource Mobilization, Establishment of Site-office, Laboratory. D1+ 7 days
2 Topographic surveys, geo-technical investigations, and other required D1+ 15 days
surveys
3 Concept Drawings, General Arrangement Drawing, Detailed Structural D1+ 30 days
Design & Drawings including proof-checking and vetting from approved
Institute.
4 Construction Methodology, Construction Scheduling, Design-mix, QAPs, D1+ 45 days
Material Procurement Plan, Batching Plant, Fabrication Yard, Labour
Camps.
5 Site Preparation, Coffer Dam (if required), Pile Boring, Pile Capping and D1+ 120 days
Construction of Abutments.
6 Pier, Pier Caps, Bearing D1+ 150 days
7 Fabrication of Steel Structures (Bowstring, Arches, Girders, etc) D1+ 180 days
8 Launching of Steel Structures D1+ 360 days
9 Deck Work, Railing and Allied Civil Works, Finishing Works, Electrical Works, D1+ 450 days
Load Test, etc to complete the commissioning of Bridge in all respect.

D1 stands for the contract commencement date.

Page 177 of 226


1.4. DETAILED SPECIFICATIONS:

1.4.1. Topographical Surveys:


Topographic Survey, marking of permanent benchmarks on site. The Topographic Survey
should consist in general the following but not limited to:
The survey is to be done by total station showing all features using GTS Benchmarks with;
Minimum width in 30m showing end boundary of any structure on either side, details of side
lanes to have a clear picture of utility shifting and requirement of Bridge L-section at 10m
interval & cross section at interval of 5.0m including sounding.
Marking of permanent bench mark for reference.
List of property/land in the required width of 30.0m to access feasibility of 2 lane/4 lane with
area details.
Identification of utility shifting on the basis of topographic Survey/ reconnaissance survey /
available data with any department i.e. PWD / PHED / Telephone department / electricity
board / ULB etc.
Photographs of the complete length likely to have impact on planning and designing of the
bridge.

1.4.2. Geotechnical Investigations


Analysis of soil conditions on the basis of Geotech investigation. Drilling bore holes at least 2
locations of abutment of Bridge to represent soil strata up to 25 m depth-below ground level
or 3.0 m inside rock, whichever is earlier. Conducting SPT in hole as per IS 2131including
collection of disturbed and undisturbed soil samples at every 3.0 m or at change of strata
analysing the soil or grain size, atterberg limits, bulk & dry densities, shear parameters and
specific gravity. In case of rock, collection of core, calculation or RQD (Rock Quality
Designation) and core recovery and comprehensive strength of rock.

1.4.3. Design and Proof Checking : Special conditions for submission of detailed designs
and drawings including proof checking

1.4.4. Design and Drawings:


The designs and drawings are to be got done by Design Consultant and then proof checked.
The design shall satisfy all the safety and serviceability conditions under various stages of
loading. Where the codes provide for Limit state method of design, the same shall be
followed. The designs and drawings shall be made according to the conditions and relevant
codes mentioned in the General Arrangement Drawings for the work. Where any relevant
code is not mentioned in the General Arrangement Drawings, the designs and drawings shall
confirm to the codes and specifications mentioned here under for various types of structures.

Page 178 of 226


1.4.5. General Scope of design:
1.4.5.1. Bridges–super-structure: The scope of design of super-structure of a bridge includes the
structural Analysis & Designs of Super structure including Bearings with pedestals,
expansion joint inspection scheme, temporary arrangements, load test etc.
1.4.5.2. Bridges–sub-structure: The design of sub-structure of a bridge includes that of Foundations
including load test where required, Abutments, trestle beams and bed blocks and any
temporary arrangements

The design considerations:

a) Pedestrian Bridges Unless otherwise mentioned, the bridges carrying pedestrian loading
as per IRC–6: Standard specifications and Code of practice for Road Bridges - Section-II –
Loads & stresses and other relevant codes.
b) For all the codes and specifications mentioned above, reference shall be made only to
latest editions of codes with upto date correction slips.
c) Earthquake, wind and other loads:
The design shall cater for the earthquake, wind, erection and other loads as per the
relevant codal provisions. Any additional loads specially given shall also be considered.
d) Design and detailing:
• The design calculations shall be self-explanatory giving the relevant formulae,
references to latest standard codes and clauses. Non-standard references and
assumptions will not be accepted. Where codes provide for SI units, the same shall be
used in the calculations and design.
• In case of structures with concrete, the complete reinforcement details including bar
bending schedule and quantities of steel of various categories/dimensions shall be
given, along with the other working drawings. In the case of structures with steel the
fabrication and connection drawings shall also be given.
• Computerized analysis using software like Staad Pro/Midas/RM/SAP /LUSAS
equivalent shall be made. Where required 2D/3D analysis shall be made.
• Six copies of the designs and drawings along with a soft copy shall be submitted to the
Engineer in Charge after being proof checked. The design consultant shall attend the
office, when called upon, for any clarifications required. Any deficiencies noticed and
corrections advised shall be made good and resubmitted for final approval. After the
final approval, one copy of the final detailed design and the detailed drawings on
tracing paper shall be submitted for final approval.
• The designs and drawings shall be signed along with name and stamp of the designer,
proof checker.
• The designs and drawings submitted shall remain the property of USCL and USCL shall

Page 179 of 226


have full rights over them.
• The contractor/ Design consultant shall attend the office whenever called for any
clarifications regarding the Designs/Drawing submitted
a. The Scope of Work for the Design Consultants shall be as below:
• Design of and preparation of working drawings including foundation, Substructure and
Superstructure of Bridge
• All the above works should be done in consultation with officers of agency,
incorporating all relevant codal provisions, safety requirements for safe and economic
design of bridges and buildings with proper specifications for various works and
construction methodology, temporary works, and preparation of relevant working
drawings, including discussions at Ujjain site or any other location.
• All the designs, drawings, schemes & methodology shall be scrutinized and certified
by the authorized and competent design engineer/s as per applicable latest codal
provisions and relevant specifications and include: Submission of designs and
drawings may be required in stages.
• Conduct Design Alternatives on the conceptual design provided in the contract
package using principles for cost-effective designs. The conceptual design can be a
General Arrangement Drawing showing the tentative layout or any other document
presented by the agency.
• Perform detailed designs of structures (Superstructure, substructure, foundation,
expansion joints, bearings & Seismic restrainers etc.) considering all load combinations
including earthquake, wind, erection, and other loads, as per prevailing IRC/BIS and
other Codes.
• Various codes and manuals in order of preference: The List of various codes and
manuals to be adopted for the design shall be as provided it the drawings given and
provisions in the contract agreement for the particular work. Wherever such codal
provisions are not available, executioner shall use sound engineering practices and
provide the complete logic for using the practice.
• Prepare the detailed design document which can be easily understood by the
approving. For this purpose, the design shall be comprehensive with full sequence of
the steps with design formulae used and relevant codal provisions brought out.
• Manage the design task for cost, schedule and performance compliance.
• Incorporate and co-ordinate changes in design due to system wide interfacing.
• Incorporate changes in design resulting from the approved proof consultant’s design
reviews.

Page 180 of 226


• Plan, design, detail, control, co-ordinate, and execute the design phase of the Works
for production of drawings, documents, and reports to meet the key schedule date
included in the Agreement and as
• Prepare and submit a Design Quality Control Plan wherever required, for approval.
• Maintain a Quality Control activity and an effective internal procedure for checking
the accuracy of Work and assuring compliance with contract requirements.
• Attend all meetings and prepare reports, notes and other documents of whatever
nature required during the work.
• Maintain a qualified design and drafting team for engineering services to prepare bar
bending schedules, shop and working drawings for the Works for compliance with the
design requirements and contract documents; to prepare supplemental reports,
calculations, recommendations, etc. or modify existing drawings as necessary to
incorporate system wise requirements and unforeseen conditions.
• Providing solutions to the various problems during construction raised by the field
engineers.
• The various details to be given in general for each type of design include, but are not
limited to, the following:
• Details to be given in Steel design for bridge:
• Detailed design booklet and soft copy of design as per conditions of contract
• Detailed drawing for each joint, bearing etc.
• General arrangement drawing and Detailed drawing for compression or tension
members and bracings.
• Fabrication drawings; temporary arrangement drawings and execution drawings,
where required.
• Details for load testing, where involved.
• Detailed drawing for foundation and sub-structure, where design of sub-structure is
involved.
• Attending the meetings with agency and Proof check Consultant as and when required
as per the decision of Engineer-in- Charge in connection with the above work. Liaison
with the proof check consultant for expeditious finalization of the designs and
drawings.
e) The scope of work for Proof Checking includes the following:
• The Detailed design and drawings should be submitted duly proof checked by
IITR/IITD/SERC Chennai/RITES/ Institution as approved by Authority. All institutions

Page 181 of 226


making Design / Proof check shall follow the conditions given below:
• Proof checking of designs and drawings, in consultation with officers of agency , for
incorporation of all relevant codal provisions, safety requirements for safe and
economic design of bridges and buildings with proper specifications for various works
and construction methodology including discussions at Ujjain, or any other location as
required on item rate basis as per the schedule of items given.
• Proof checking involves checking of all designs and working drawings prepared by the
design consultant of the required structure for substructure and superstructure,
construction scheme and methodology, temporary works etc and submitting
consolidated reports regarding the correctness and acceptability of the design, expert
comments with relevant copies of codal provisions, specifications etc complete. All the
design reports, drawings, schemes & methodology shall be scrutinized and certified
by the authorized and competent design engineer/s as per applicable codal provisions
and relevant specifications. Designs and drawings may be required to be proof
checked in stages as and when submitted by Design Consultant.
• The proof check consultant is required to check the design submitted by the Design
Consultant for the all elements of Bridge and other allied works.
• The report shall be complete, bringing out all details, procedure, checks, codal
provisions compliance, with proper recommendations for approval. A soft copy of the
same shall also be submitted.
f) Submission of detailed design and drawing for approval:
• After award of the tender the contractor shall submit the detailed design calculations
in 3 copies along with the drawings for approval as per time lines given in key
milestones.
• It shall be responsibility of the successful tenderer(s) to ensure continued attendance
and assistance of his design Engineer’s representative and get the design and drawings
approved.
• After the designs and drawings have been approved, the contractor is required to
submit 6 copies of approved design. The original being typed on machine on bond
paper, the report is being bound suitably and super scribed detail design calculations
for the proposed span. The format being as decided and approved by Engineer-in-
charge. The final design report shall be comprehensive text giving all the detailed
design calculations, brief theory for the basis of design etc., as directed by Engineer-
in-charge. The contractor shall also submit approved detail drawings on re-producible
(tracing / polythene film) media to the full drawing sheet A0 size as well as 4 sets of
drawings reduced to size using the standard reductions procedure.

Page 182 of 226


g) Design and drawings of temporary arrangements / form work design:
• The successful tenderer is also required to elaborate details of the method of
construction. He shall be required to give along with detail designs at each stage the
calculations for stresses and displacements at various constructions stages. These shall
also be got approved and shall form part of the reports as above. Nothing extra is
payable for above and the cost of the same shall be deemed to have been included in
the rates quoted for the various items of work.
• The Contractor shall ensure timely and regular attendance of his consultant for
discussion and checking of the detailed design calculations All the corrections as
required are to be done in the design and drawings as directed shall be carried out
promptly and the necessary corrected designs and drawings resubmitted within 7
days.
• The design and drawings after approval shall be the property of the agency shall have
exclusive right to use and reuse it elsewhere. The contractor shall have no claims
whatsoever in this regard.
• In case computer programs are used for analysis and design of the bridge structure,
the same shall be used to give a format of output as would be for manual calculations
copy of the computer programme shall be supplied. Design calculations shall, in such
a case be validated by sample manual calculations to the satisfaction. Otherwise, the
entire calculations shall have to be carried out by detailed manual calculations.
• The contractor shall specially note that while every effort shall be made to approve
the design and drawings expeditiously, no claim shall be entertained on account of
delay in approval of design and drawings for whatsoever reasons.

1.4.6. CODES AND SPECIFICATIONS:


In general following codes and specifications shall be applicable under the project: -
MORTH AND IRC STANDARDS:
• Ministry of road transport and Highways, specification for road and Bridge work (fifth
edition)
• Indian Roads Congress Codes and Specifications.
• IRC-5: Standard specifications and Code of practice for Road Bridges - Section-I – General
features of design.
• IRC–6: Standard specifications and Code of practice for Road Bridges - Section-II – Loads
& stresses.
• IRC–112: Design Criteria Concrete Road 4. IRC–21: Standard specifications and Code of
practice for Road Bridges - Section-III - Cement concrete (Plain & reinforced)

Page 183 of 226


• IRC–22: Standard Specifications and Code of Practice for Road Bridges, Section VI –
Composite Construction (First Revision)
• IRC–24: Standard specifications and Code of practice for Road Bridges - Section-V- Steel
Road Bridges.
• IRC–83: Bearings for bridges.
• IRC-78: Road Bridges.
• IRC–87: Design and erection of false work for road bridges.
INDIAN STANDARDS CODES & SPECIFICATIONS:
• IS: 34 – White lead for paints.
• IS: 57 – Red lead for paints and other purposes
• IS: 75 – Linseed oil, raw and refined
• IS: 77 – Linseed oil, boiled for paints
• IS: 102 – Ready mixed paints, brushing, red lead, non-settling, priming
• IS: 104 – Ready mixed paint, brushing, zinc chrome, priming
• IS: 123 – Ready mixed paints, brushing, finishing, semi-gloss, for general purposes to
Indian Colours etc.
• IS: 280 – Mild steel wire for general engineering purposes
• IS: 383 – Coarse and fine aggregates from natural sources for concrete
• IS: 456 – Plain and reinforced concrete
• IS: 487 – Brush, paint and varnish
• IS: 516 – Method of test for strength of concrete
• IS: 786 – Conversion factors and conversion tables
• IS: 800 – General construction in steel
• IS: 814 – Covered electrodes for manual metal arc welding
• IS: 816 – Metal arc welding for general construction in mild steel
• IS: 817 – Training and testing of metal arc welders
• IS: 819 – Resistance spot welding for light assemblies in mild steel
• IS: 875 (all 5 parts) – design loads (other than earthquakes) for buildings and structures
• IS: 883 – Design of structural timber in buildings
• IS: 887 – Animal tallow
• IS: 1024 – Welding in bridges and structures subject to dynamic loading
• IS: 1030 – Carbon steel castings for general engineering purposes
• IS: 1148 – Hot rolled rivet bars ( up to 40mm dia) for structural purposes

Page 184 of 226


• IS: 1149 – High tensile steel rivet bars for structural purposes
• IS: 1182 – Radiographic examination of butt joints in steel plates
• IS: 1200 (all relevant parts) – Method of measurement of building and civil engineering
works
• IS: 1261 - Seam welding in mild steel
• IS: 1270 – Metric steel tape measure
• IS: 1323 - Oxy-acetylene welding for structural work in mild steel
• IS: 1363 (all 3 parts) – Hexagon head bolts, screws and nuts of product grade C
• IS: 1367 (all 20 parts) – Threaded steel fasteners
• IS: 1786 - High strength deformed steel bars & wires for concrete reinforcement
• IS: 1791 – Batch type concrete mixers
• IS: 1852 - Rolling and cutting tolerances for hot rolled steel products
• IS: 1892 – Subsurface investigations for foundations
• IS: 1893: 1984, 2002 – Earthquake resistant design of structures
• IS: 1929 – Hot forged steel rivets for hot closing (12 to 36 mm dia)
• IS: 2004 – Carbon steel forgings for general engineering purposes
• IS: 2062 – Steel for general structural purposes
• IS: 2074 - Ready mixed paint, air drying, red oxide-zinc chrome, priming
• IS: 2131 – Standard penetration test for soils
• IS: 2132 – Thin walled tube sampling of soils
• IS: 2339 – Aluminum paints for general purposes, in dual container
• IS: 2386 (all 8 parts) – Tests for aggregates for concrete
• IS: 2595 – Radiographic testing
• IS: 2629 - Hot Dip Galvanize
• IS: 2633 – Methods of testing Uniformity of coating
• IS: 2720 (all 41 parts) – Method of tests for soils
• IS: 2911 – Design and construction of pile foundation (all 4 parts)
• IS: 3025 (all 49 parts) – Methods of sampling and test for water and wastewater
• IS: 3085 – Method of test for permeability of cement mortar and concrete
• IS: 3370 – concrete structures for storage of liquids.
• IS: 3400 (all 22 parts) – Methods of tests for vulcanized rubbers
• IS: 3502 – Steel Chequered Plates

Page 185 of 226


• IS: 3757 – High strength structural bolts
• IS: 3764 – Safety code for excavation work.
• IS: 3935 – Composite Construction
• IS: 3955 – Design and construction of well foundations
• IS: 4000 – High strength bolts in steel structures – code of practice
• IS: 4031 (all 15 parts)– Physical tests for hydraulic cement
• IS: 4081 – Safety code for blasting and related drilling operations
• IS: 4326 – Earthquake resistant design and construction of buildings
• IS: 4634 – Methods of testing performance of batch type concrete mixers
• IS: 4736 –1986.Galvanising of Mild Steel
• IS: 4759 – 1968 Hot Dip Zinc coating on structure and other allied structures
• 67. IS: 4991-1968 – Blast Resistance of design of structure for explosions above ground
• 68. IS: 5513 – Vicat apparatus
• 69. IS: 5515 – Compaction factor apparatus
• IS: 5624 – Foundation bolts
• IS: 5666 – Etch primer
• IS: 6586 – Metal spraying for protection of iron steel
• IS: 6639 – Hexagonal bolts for steel structures
• IS: 6745 – Determination of mass of zinc coating on zinc coated iron /steel article
• IS: 6925 – Methods of test for determination of water soluble chlorides in concrete
admixtures
• IS: 7205 – Safety code for erection of structural steel work
• IS: 7215 – Tolerances for fabrication of steel structures
• IS: 7293 – Safety code for working with construction machinery
• IS: 7320 – Concrete slump test apparatus
• IS: 8112 – 43 Grade OPC
• IS: 8500 – Structural steel – Micro alloyed (Medium and high strength qualities)
• IS: 8629 – Protection of iron and steel structures form atmospheric corrosion
• IS: 9103 – Admixtures for concrete
• IS: 9595 – Metal Arc Welding
• IS: 10080 – Vibration machine for casting standard cement mortar cubes
• IS: 10262 – Concrete mix design

Page 186 of 226


• IS: 13920 – Ductile detailing of reinforced concrete structures subjected to seismic forces
• IS: 14268 – Uncoated stress relieved low relaxation seven-ply strand for pre-stressed
concrete specification.
• IS 1367 (Part 6) – 1994 (reaffirmed 2004) – Mechanical Properties and test methods for
nuts with specified proof loads
• IS 1367 (Part 8): 2002 – Prevailing Torque type Steel Hexagon Nuts – Mechanical and
Performance Properties.
• IS 1367 (Part XII):1983(reaffirmed 2001) – Phosphate Coatings for Threaded Fasteners.
• IS 3757 – 1985 (reaffirmed 2003) – Specifications for High Strength Structural Bolts.
• IS 4000: 1992 – High Strength Bolts in Steel Structures – Code of Practice.
• IS 6623:2004 - High Strength Structural Nuts - Specifications
• IS 6649:1985 - Specification for Hardened and Tempered Washers for High Strength
Structural Bolts and Nuts .
• SP 6, 7,16, 21, 22, 23, 24, 34, 36, 52, 60
• As per IRC, IS or Indian Railway Standard specification for fabrication and erection of steel
girder bridges and locomotive turn- tables. (B1-2001).
• As per IRC, IS Indian Railway Standard Code of Practices for metal arc welding for
structural steel bridges carrying rail cum road or pedestrian traffic (Adopted 1972 Revised
2001).
INTERNATIONAL CODES:
• BS-8081: 1989 Code of practice for ground anchorages (or latest edition)
• BS-5400 (all parts).
• Other relevant UIC and BS Codes for bridges and Structures
OTHER SPECIFICATIONS THAT ARE TO BE FOLLOWED:
• MP PWD Department Specifications, (Road and Bridge)
• UTIPEC Road Design Specifications
• MP UADD Specification
• CPWD Specifications
• Manual on Storm Water Drainage Systems - May 2019
• Guidelines on Accommodation of Utility Services on Roads in Urban Areas: IRC 98 – 2011
• Guidelines issued by CEA for Underground Cabling
• Guidelines issued by MoUD, IUT, ITDP for Urban Street/ Smart Roads, NBC
The design shall be carried out in terms of specifications/codes of the latest editions of IRC
(Indian Road Congress), BIS and IRS where specifically not mentioned in the General

Page 187 of 226


Arrangement Drawing.
The priority of the Codes and Specifications to be followed for bridge shall be IRC, IRS, IS and
other international specifications. In case of contradictory specifications, the specifications
given in the IRC code shall be prime governing. For bridges, IRC specifications and for IS
specifications shall govern first, followed by other specifications were referred or required.
NOTE:
a. Latest edition including correction slips up to the time of submission of the tender/
negotiated rates for acceptance, shall govern.
b. Codes indicated above are by no means not exhaustive. All IS, IRC and IRS codes pertaining
to the work shall be applicable.
c. Omissions, errors if any shall be exempted.
d. All relevant codes and as directed by Engineer-in-charge shall be made available by the
consultant at any time at his own cost. Authorized representative shall have free use of any
of the codes.
e. Among the International Codes, UIC will hold precedence, followed by other codes such as
BS Codes and Other relevant codes.

1.4.7. SUBSTRUCTURE:
(A) JUNGLE CLEARANCE: Before the work is started, the contractor shall clear the areas
between the toes of the new bank/cutting, all the jungle, grass shrubs, trees including roots
etc. In case the new bank is to be made in contact with the slope of the existing bank, slopes
of the existing bank/cutting coming in contact with the new earthwork shall be cleared of all
jungles, bushes, trees etc. The jungle and trees so cleared shall be given to the contractor free
of cost except trees having girth of more than 30 cm which will be the property of
government. The rates quoted for earth work are deemed t o include t h e ch a rg e s for
clearance of jungle, shrubs trees etc. and for providing benching on the existing banks slopes
as per specifications including all labour, T & P etc.
(B) EARTH WORK: Execution of earth work for Foundations shall be as per MORTH
specifications. Execution of earth work in embankment shall be as per MORTH
specifications.
(C) OPEN EXCAVATION: The work shall be carried out as per MORTH. Open excavation
when done for foundations, may be executed with sloping sides with or without timbering or
may be excavated with vertical sides properly timbering and shored from ground level up to
the bottom of excavation whatever method adopted for excavation the work should be
efficiently carried out in such a way so as to ensure its own stability, and safety of adjoining
lands, structures moving/rail traffic and labour working there on and also in such a way as to
prevent them from being in any way detrimentally affected. However temporary shoring with

Page 188 of 226


timbering is to be provided if necessary to protect the road embankment from slipping for
which the contractor will have to use his timbers. No extra rate will be paid for, and the rates
quoted for excavation will include the same. The excavation must also be always kept free
from water during the progress of the works by means of bailing or pumping out leading water
away from the excavation as well as diversion of water to prevent its increase into foundation
or otherwise till the work below water level is completed in all respects. Any unforeseen,
under laying cables, pipe lines etc, if met with during execution of work should be taken care
to either safeguard or divert the same with the approval of department concerned. All
necessary administrative help will be given in this matter. However, escalation over the
original agreement rates will not be entertained on account of delays in such clearness.
(D) DRILLING OF HOLES AND PROVIDING ANCHOR RODS: If the foundations are to be laid
on the rock bed met in the riverbed anchoring the rock surface by providing anchor rods of
25mm diameter MS/HYSD bars of suitable lengths at intervals as per the drawings. 40mm
diameter of holes are required to be drilled for this purpose at the bottom of foundation level
to suitable depths at required spacing as per drawing and the anchor rods of 25mm diameter
should be fixed with contractor's cement capsules. The other end of the rod should be made
bent suitably and buried in the foundation concrete for the bonding.
(E) EXECUTION OF MASONRY WORK: shall be as per IRC.

1.4.8. Specifications for Concreting , Steel Reinforcement & Steel


(i) Concrete: IS 456, IS 4926 (Ready Mixed)
(ii) Cement: IS 12269 (53 grade OPC)
(iii) Aggregates: IS 383-1970
(iv) Steel Reinforcement: IS 1786

A. CEMENT: Supply and usage of cement shall be as per the IS and IRC codes.
• The cement shall confirm to the specifications of ordinary port land cement as per the site
requirement and as approved by the Engineer-in-charge.
• In addition to confirming to IS specifications as detailed above, the contractor(s) shall
procure Cement from the approved vendors.
• The contractor should submit the bill of purchase of cement for Verification and record.
Contractor shall also submit a test certificate issued by the manufacturer for standard
properties of cement for verification & record.
• Cement has to be got tested at reputed Govt. laboratories (or) Engineering colleges as per
the directions of Engineer-in-charge and submit the report. Charges for such tests shall be
borne by the contractor.
Storage of cement:

• The contractor shall make his own arrangements for storage of cement and other

Page 189 of 226


materials and see that no damage takes place during storage. The storage of cement
should confirm to standard height in a column to avoid damage during storage.
• Agency reserves the right to inspect the storage accommodation of the contractor and to
reject in the event of any clotted cement is noticed or any other cement which is not
suitable for usage of work and not confirming to the specifications and no compensation
will be made for the loss if any sustained by contractor on this account. A ledger shall be
maintained at site showing the quantities of cement procured, date wise consumption
and balance available at site.

B. AGGREGATES shall be as per the MORTH

• Aggregate shall consist of naturally occurring stones, gravel & sand. They shall be hard,
strong, dense, durable, clear and free from injurious amounts of disintegrated pieces,
alkali, vegetable matter and other deleterious substances.
• Materials for concrete such as granite stone metal, sand, etc., should also be collected
from outside land and the Contractor shall pay all charges like royalties.
• Aggregate shall not contain any harmful material such as pyrites, coal, lignite, mica, shale
or similar laminated material.

C. COARSE AGGREGATE : Shall be as per the MORTH .

• Limestone, quartz and shale are not acceptable for concrete or masonry work. The
contractor will have to use hard granite/ basalt stone aggregate for RCC, PSC works and
other concrete items and quote the rates accordingly. Aggregate has to be got tested at
Govt. laboratories (or) Engineering colleges as per the directions of Engineer-in-charge for
chloride, Sulphates, abrasion, impact value and water absorption and submit the report.
Charges for such tests shall be borne by the contractor. The tests are to be conducted at
every stage of change in quarry besides occasional tests as ordered by the engineer or his
representative.

D. FINE AGGREGATE: Shall be as per the MORTH .

• Fine aggregate shall be of approved quality and Grading to IS 383, IS 456 & IS 1343
standards. It shall be free from impurities &deleterious substances. The decision of
Engineer in charge shall be final and binding on the contractor regarding the approval of
the coarse and fine aggregate for concreting works. The contractor shall be required to
carry outweighing and sieving aggregates, if directed by Engineer in charge and all costs
shall be borne by the Contractor.

E. CONCRETE WORKS shall be as per MORTH.

• Concrete required for all works shall be machine mixed using weigh batches. Hand mixing

Page 190 of 226


will not be permitted. The Contractor should keep vibrators of 25mm needle for jacketing
work and 40mm needle for concrete work. Standby needles and vibrators should be kept.
During concrete work if vibrator is not working the work shall be stopped. The materials
proposed to be used for the work should pass tests/analysis as prescribed in relevant
IRC/IS / IRS codes & manuals.
• The contractor shall prepare at his own cost, standard cubes of concrete at specified
intervals during concreting operations under the supervision of the Engineer or his
authorized representatives and submit the same to Engineer in Charge for testing and
approval. Contractor should arrange equipment for testing of concrete cubes at site.
Based on the discretion of Engineer–in–charge certain cubes shall be got tested at reputed
private/Govt. laboratories (or) Engineering colleges as per the directions of Engineer-in–
charge.
• While executing all concrete works below sub-soil water level the foundation pit must be
kept free of all seepage water by bailing or pumping or in any other manner. The rates
adopted for concrete items below bed/ground level are inclusive of the charges.
NOTE: For under water concrete 10% extra cement should be added over and above the
normal cement content of the concrete mix specified above.

F. DESIGN MIX: Nominal mix concrete shall be permitted for concretes of M-20 and
lower. For all other grades design mix concrete shall be used. All the concrete mixes
richer than M-20 specified in the schedule of items for various works shall be
designed by conducting tests on raw materials such as aggregate, sand and cement
on strength criteria only. The contractor has to submit the design for design mix
concrete from a recognized.
/Approved laboratory/ reputed engineering colleges. Designing of concrete mix
shall confirm to IS 10262. These design mixes will be approved by Engineer-in-
charge before commencement of concrete works, only after conducting tests and
sample test cubes cast as per design mix with the ingredients available at work spot
and intended to be used in the works. Minimum and maximum cement content in
the design must be as per MORTH and IS code, read along with all relevant correction
slips issued up to date.

G. SHUTTERING ARRANGMENTS shall be executed as per MORTH.

H. SUPPLY, FABRICATION AND ERECTION OF STEEL WORK shall be executed as Indian


Railways Unified Standard Specifications (Works & Materials),

The Engineer in charge reserves the right to inspect the storage yard of the
contractor, where the steel materials are stored and take samples wherever
considered necessary, got them tested by agency for Physical & Mechanical
properties, chemical composition as directed by the Engineer-in-charge at reputed
Govt. laboratories (or) Engineering colleges as per the directions of Engineer-in–
charge and submit the report. Charges for such tests shall be borne by the
contractor. If the steel is found to be not confirming to relevant IS: 1786 and IS:2062
provisions, the entire steel lot represented by the tested sample will be rejected. The

Page 191 of 226


contractor shall not use any such reinforcement & will lift them from site at his own
expenses. The contractor cannot claim in such an event any losses, damages,
expenditure incurred by him

b) All Reinforcement Steel (TMT Bars) and Structural Steel shall be procured as per
specifications mentioned in BIS’s documents – IS: 1786 and IS: 2062 respectively.
Independent tests shall be conducted, wherever required, to ensure that the
materials procured conform to the specifications. The Contractor shall submit a bill
copy along with manufacturer’s test certificate at the time of supply of material.

c) This steel shall be procured only from those firms, which are Established,
Reliable, Indigenous & Primary Producers of Steel, having Integrated Steel Plants
(ISP), using iron ore as the basic raw material, and having in- house iron rolling
facilities, followed by production of liquid steel and crude steel, as per Ministry of
Steels guidelines.

d) However, only certain isolated sections of structural steel, not being rolled by
ISPs, can be procured from the authorized re-rollers of ISPs or authorized licensee of
BIS having traceability system and who use billets produced by ISPs. The traceability
of the material shall be ensured by an officer authorized by the concerned CE/C on
case-to-case basis for this purpose.

I. SPECIFICATIONS FOR STRIP SEAL EXPANSION JOINT

1) Components:
Strip seal expansion joint shall comprise the following items:
2) Edge beam:
This shall be either extruded or hot rolled steel section or cold rolled cellular steel
section with suitable profile to mechanically lock the sealing element in place
throughout the normal movement cycle. Further the configuration shall be such that
the section has a minimum thickness of 6mm all along the cross section. The
minimum height of the edge beam section shall be 75mm.
3) Handing and Storage:
a) For transportation and storage, auxiliary brackets shall be provided to hold the
joint assembly together.

b) The manufacturer/supplier shall supply either directly to the Engineer or to the


bridge contractor all the materials of strip seal joints including sealants and all
other accessories for the effective installation of the jointing.

c) Expansion joint material shall be handled with care. It shall be stored under cover
on suitable number padding.

4) Installation:
a) The joint shall be installed by the manufacturer/supplier or their authorized

Page 192 of 226


representative who will ensure compliance to the manufacturer’s instructions for
installation.

b) Taking the width of gap for movement of the joint into account, the
dimensions of the recess in the decking shall be established in accordance with
the drawings or design data of the manufacturer. The surfaces of the recess shall
be thoroughly cleaned, and all dirt and debris removed. The exposed
reinforcement shall be suitably adjusted to permit unobstructed lowering of the
joint into the recess.

c) The recess shall be shuttered in such a way that dimensions in the joint drawing
are maintained. The form work shall rigid and firm.
d) Immediately prior to placing the joint, the pre-setting shall be inspected. Should
the actual temperature of the structure be different from the temperature
provided for pre-setting, correction of the pre-setting shall be done. After
adjustment, the brackets shall be tightened again.
e) The joint shall be lowered in a pre-determined position. Following placement of
the joint in the prepared recess, the joint shall be levelled and finally aligned and
the anchorage steel on one side of the joint welded to the exposed
reinforcement bars of the structure. Upon completion, the same procedure shall
be followed for the other side of the joint. With the expansion joint finally held
at both sides the auxiliary brackets shall be released, allowing the joint to take
up the movement of the structure.
f) High quality concrete shall then be filled into the recess. The packing concrete
must feature now shrinkage and have the same strength as that of the
superstructure, but in any case not less than M-35 grade. Good compaction and
careful curing of concrete is particularly important. After the concrete has cured,
the movable installation brackets and shuttering still in place shall be removed.
g) The neoprene seal shall be field installed in continuous length spanning the
entire roadway width. To ensure proper fit of the seal and enhance the case of
installation, dirt, spatter or standing water shall be removed from the steel
cavity using a brush, scrapper or compressed air. The seal shall install without
any damage to the seal by suitable hand method or machine tools.
h) As soon as the concrete in the recess has become initially set a sturdy ramp shall
be placed over the joint to protect the exposed steel beams and neoprene seals
from the site traffic. Expansion joint shall not be exposed to traffic loading
before the carriageway surfacing is placed.
i) The carriageway surfacing shall be finished flush with the top of the steel
sections. The actual – of the surfacing/wearing coat with the steel edge section
shall be formed by a wedge shaped – with a sealing compound. The horizontal
leg of the edge beam shall be cleaned beforehand. It is particularly important to
ensure though and careful compaction of the surfacing to prevent any
premature depression forming in it.

5) Acceptance Criteria:
a) All steel elements shall be finished with corrosion protection system.

Page 193 of 226


b) The manufacturer/supplier shall produce a test certificate, accordingly,
conducted in a recognized laboratory, in India or abroad.
c) The manufacturer shall produce test certificates indicating that anchorage
system had been test in a recognized laboratory to determine optimum
configuration of anchorage assembly under dynamic loading.
d) Prior to acceptance 25 per cent of the completed and installed joints, subject to
a minimum of one joint, shall be subjected to water tightness test. Water shall
be continuously ponded along the entire length for a minimum period 4 hours
for a depth of 25mm above the highest point of deck.
e) The width of ponding shall be at least 50mm beyond the anchorage block of the
joint one side. The depth of water shall not fall below 25mm any time during the
test. A close inspection of the underside of the joint shall not reveal any leakage.
f) As strip seal type of joint is specialized in nature, generally of the proprietary
type, the manufacturer shall be required to produce evidence of satisfactory
performance of this type of joint.

6) Tests and Standards of Acceptance:


The materials shall be tested in accordance with these specifications and shall meet the
prescribed criteria. The manufacturer/supplier shall furnish the requisite certificates
from the recognized testing laboratory of India or abroad.

J. BOW STRING STEEL GIRDER SUPER STRUCTURE: .

• Supply of MS structural steel members, fabrication and erection of steel girders


for making composite structure shall be executed as per specifications.
• The successful contractor shall submit detailed scheme for erection of steel girders
and casting of deck slab to make composite structure well before taking up the
work.
• During casting and curing operations involved for deck slab and other concrete
works, the contractor must take adequate safety measures. The rates quoted for
schedule items are all inclusive and no extra claims will be entertained.
• IS:2062, Quality “B0” Grade Designation E250 fully killed and with normalizing/
normalizing rolling/ controlled rolling where service temperature does not fall
below 0°C, shall be used for welded/riveted girders. Plates less than 12mm thick
need not be with normalizing/ normalizing rolling/ controlled rolling.
• Steel for bolts shall conform to property class 4.6 or 6.6 as specified in IS:1367
accordingly, as the structural steel specification is for mild steel or high tensile
steel.
• Steel for drifts shall be in accordance with IS:1875 for forged quality steel or IS:7283
for hot rolled bars.
• Steel for rivets shall comply with the requirement of IS:1148 for hot rolled rivet
bars for general structural purposes and IS:1149 for high tensile steel rivet bars
for high strength structural purposes. For high strength low alloy structural steel
rivet bars with enhanced corrosion resistance for use in bridges, steel shall comply
with the requirement of IRS:M-43.

Page 194 of 226


• The dimensions of all rolled sections must agree with the contract drawings or as
agreed to between the and the Contractor.
• The rolling and cutting tolerances shall be in accordance with IS:1852 or as agreed
to between the USCL and the Contractor if closer tolerances are desired, they shall
be shown in the drawing.
• All the steel sections used in the fabrication must have manufacturers test certificate
clearly indicating the specification to which the steel conforms and whether steel
is killed and normalized. All the cast mark numbers/ heat mark numbers shall be
recorded along-with the number of plates in a register as soon as the plates are
received in the workshop. Whenever the steel is received without any test
certificate, a sample test piece from plate of each cast mark number is to be cut
and sent for testing. Only when it is established that the plates are of required
specification, these shall be processed for cutting.

• Use of steel of any quality other than those mentioned above would require the prior
approval of the Engineer.

• The templates throughout the work shall be of steel. The template shall be used
for marking of cutting material and as well as profile machining for girders.
Templates shall be used for marking of drilling holes in steel structures. In case
where actual materials from a bridge have been used as templates for drilling
similar pieces the Engineer in Charge will decide whether they are fit to be used as
part of the finished structure.

a) Flattening and Straightening

• All steel materials, plates, bars and structural shall have straight edges, flat surfaces
and be free from twist. If necessary, they shall be cold straightened or flattened
by pressure before being worked or assembled unless they are required to be of
curvilinear form. Pressure applied for straightening or flattening shall be such as it
would not injure the material and adjacent surfaces or edges shall be in close
contact or at uniform distance throughout.

• Flattening and straightening under hot condition shall not be carried out unless
authorized and approved by the Engineer in Charge.

b) Planning and Shearing

• Except where otherwise indicated, cutting of all plates and sections shall be affected
by shearing or sawing. All edges shall be clean, reasonably square and true.
Wherever possible the edges shall be cut in a shearing machine, which will take the
whole length of the plate in one cut.

• Should the inspection find it necessary; the cut edges shall be ground afterwards.

• Planning or machining of the edges or surface shall be carried out when so specified
in the contract drawings or where specifically ordered by the Engineer. Where

Page 195 of 226


machining is specified, the plates or all sections shall be cut in the first instance to
such a size to permit not less than 3mm of metal being removed from each sheared
edge or end, in the case of plates or sections of 12mm or less in thickness and not
less than 6mm of metal being removed in the case of plates and sections exceeding
12mm in thickness.
• The butting ends of all booms and struts where spliced shall be faced in an end milling
machine after members have been completely fabricated. In the case of
compression members, the face shall be machined so that the faces are at right
angle to the axis of the members and the joint when made, will be in close contact
throughout. At the discretion of the Engineer in Charge, a tolerance of 0.4mm may
be permitted at isolated places on the butting line.

c) Flame Cutting

• Flame cutting by mechanically controlled torch/torches shall be accepted both in the


case of mild steel and high tensile steelwork. Provided the edge as given by the
torch is reasonably clean and straight, plates may be cut to shape and beams and
other sections cut to length with a gas cutting torch, preferably oxyacetylene gas
should be used.
• All flame cut edges shall be ground to obtain reasonably clean square and true edges.
Draglines produced by flame cut should be removed.
• Unless machining has been specifically provided for, special care is to be taken to
ensure that ends of all plates and members are reasonably in close contact and the
faces are at right angles to the axis of the members and joints, when made, are also
reasonably in close contact.
• Use of multi-head flame cutting machine having multiple oxy acetylene torches is
desirable for higher productivity and reducing the distortion due to cutting
operation. Plasma-arc cutting method can also be employed. This process offers
less heat input causing less distortion.

d) Drilling and Sub-punching

• All holes shall be drilled but the Contractor may, if he/she so prefers sub-punch them
to a diameter 6mm less than that of finished holes, e.g. a punched hole which is to
be drilled out to 25mm in diameter shall not exceed 19mm in diameter at the die
end. When the rivet holes are to be sub-punched, they shall be marked with a
centre punch and made with a nipple punch or preferably, shall be punched in a
machine in which the position of the hole is automatically regulated. The punching
shall be so accurate that when the work has been put together before drilling, a
gauge 1.5mm less in diameter than the size of the punched holes can be passed
easily through all the holes. Holes for Countersunk heads of rivets, bolts or screws
shall be drilled to the correct profile so as to keep the heads flush with the surface
Holes for countersunk heads of rivets, bolts or screws shall be drilled to the correct
profile so as to keep the heads flush with the surface

• No sub-punching shall be allowed in the main truss members of open-web girders.

Page 196 of 226


• Holes for turned bolts, should be 1mm under drilled in shop and should be reamed
at site to suit the diameter of turned bolt.
• Where the number of thicknesses to be riveted exceeds three or the total thickness
is 90mm or more, the rivet holes, unless they have been drilled through steel-
bushed jigs, shall be drilled out in place 3mm all round, after assembling. In such
cases the work shall be thoroughly bolted together.
• The steel bushes shall be case hardened by an approved process and checked for
diameter after the heat- treatment. The bores of bushes shall initially have a
tolerance of -0mm, 0.1mm. The tolerance shall be checked from time to time and
when the bores exceed a tolerance of, -0mm, +0.4mm, the bushes shall be rejected.
For this purpose, go and no-go gauges are to be used. Tolerances for checking jigs
from master plates shall be +0mm-0.13mm.
• The work shall be taken apart after drilling and all burrs left by the drill and the sharp
edges of all the rivet holes completely removed.

e) Parts in Contact

• All steel work intended to be riveted or bolted together shall be in contact over the
whole surface.

• Drifts as shown in Fig. 2 of IRS Specification for Bridge Fabrication and Erection of
steel girders serial No.B1-2001 may be used for drawing light members into
position but their use on heavy members should be restricted to securing them
in their correct positions. In no case, shall drifting be allowed to such an extent
that holes are distorted.

• Drifting to enlarge unfaired holes is prohibited. The holes that will have to be
enlarged to admit rivets should be reamed provided the Engineer permits such
reaming after satisfying himself about the extent of inaccuracy and the effect of
reaming on the soundness of the structure. The USCL retains the right to reject all
steel work if the holes are not properly matched.

f) Making of Joints

• Cleaning of permanent contact surfaces: - Surfaces which will have permanent


contact shall be removed of paints and mill scale down to bare metal, clean and
dried and immediately a coating of zinc chrome red oxide priming to IS:2074 shall
be applied. Care shall be taken to see that all burrs are removed, and no surface
defects exist before the parts are assembled.

Bolting and Drifting: - Only barrel drifts as per Fig. 2 of IRS Specification for
Bridge Fabrication and Erection of steel girders serial No.B1-2001 OR Equivalent
shall be used in erection. They may be used for drawing light members into position;
but their use on heavy members shall be restricted to securing them in their
correct position. Any apparent error in shop work, which prevents the assembling
and fitting up of the parts by the proper use of these drifts, shall be investigated
immediately. As all work is rigidly inspected in the manufacturers work before
despatch, these difficulties should not arise, and the cause should be first be sought

Page 197 of 226


in the use of incorrect components or the transposition of a correct part. It is usually
important that parts should be correctly handled. Should error persist, the matter
shall be immediately reported to the Engineer who will decide what action is to be
taken. No reaming shall be undertaken without the written authority of the
Engineer, except for the under drilled holes meant for turned bolts. If approved, the
Contractor shall supply, at his/her own expense, any special rivets that maybe
required. Copies of all correspondence relative to the recourse to reaming and the
use of over-size rivets shall invariably be sent by the Engineer for information to the
inspectorate concerned.

• Joints shall normally be made by filling not less than 50% of the holes with service
bolts and barrel drifts in the ratio of four to one. The service bolts are to be fully
tightened up as soon as the joint is assembled.

• Special methods of erection other than described in Appendix III of IRS


Specification for Bridge Fabrication and Erection of steel girders serial No.B1-
2001. In cases where the joints have to withstand stresses arising from special
method of erection, provision is to be made to take the whole stress that will or
may occur. Cylindrical drifts and turned bolts shall be used to withstand such
stresses and no reliance is to be placed on the service bolts for this purpose. Upto
maximum of 40% of the holes of each member of the joint are to be filled with
drifts and balance of strength required is to be attained with turn bolts. The
position and number of the drifts and bolts will be intimated by the Engineer. The
condition of clause 20.1 must be observed and the bolt fully tightened up as soon
as the joint is made.

• Where the manufacturing of girders has been done in accordance with clause 33
relating to steel girder bridges, the erection shall be done in accordance with
Appendix-III of IRS Specification for Bridge Fabrication and Erection of steel
girders serial No.B1-2001. However, if the Contractor desires to adopt any
other method of erection, he/she shall submit the scheme and obtain the
approval of the Engineer. It shall be ensured that when in position, the girder has
the camber as per drawing.

• Emergency Jointing: - In the event of an emergency arising such as the staging is in


danger of being carried away by floods before the riveting can be completed, the
joints shall be made secure by filling 40% of the holes with cylindrical drifts and
equal number with service bolts fully tightened .

g) Erection and Equipment


• The Contractor shall provide at his/her own cost all tools, machinery, equipment and
erection material necessary for the expeditious execution of the work and shall
erect the structural steel and iron work, in every respect as covered by the contract
and in accordance with the drawings and specifications.
• If any labour, material, plant staging haulage and storage facilities are to be provided
by the USCL, details of such items and the conditions under which these are to be
supplied shall be clearly specified in the contract agreements. In the absence of

Page 198 of 226


any such provisions in the agreement, the Contractor shall make his/her own
arrangement for such items.
• Before starting the work, the Contractor shall advise the Engineer fully as to the
method he/she proposes to follow and the amount and character of equipment
he/she proposes to use, which shall be subjected to the approval of the Engineer.
The approval of the Engineer shall not be considered as relieving the Contractor of
the responsibility for the safety of his/her method or equipment or from carrying
the work in full accordance with the drawings and specifications.
• All temporary work shall be properly designed and substantially constructed for the
loads, which it will be called upon to support. Adequate allowance and provision
of a lateral forces and wind loads shall be made according to local conditions and
ensure that support shall not settle during erection.
• Careful and periodical inspection of plants shall be made by the Contractor to ensure
that all tackle, ropes, chains and other important lifting gear and machinery are
in good order and fit for service and well upto the capacity for which they are
required.
• When chains are used for lashing, care must be taken to protect the edges of
members to avoid the marking and distortion otherwise caused.

• Span erected upon staging shall be supported upon suitable blocks, which shall
ensure that the girders shall be at the correct elevation and alignment when
completed. If other methods of erection be adopted where staging in situ is not
employed, special means shall be used to ensure this.
• The method used for lifting and slinging flexible members shall be brought to the
notice of the Engineer and shall be subject to his/her approval.
• Temporary bracing shall be provided to take care of stresses from erection
equipment or other loads carried during erection.

h) Bearings and Anchorages

• Bed plates shall be set to required level and fixed accurately in position by giving full
and even bearing by setting them on a layer of cement sand and cast-iron chips as
approved and directed by the Engineer.
• The Contractor shall drill the holes where necessary and set the anchor bolts. The
bolts shall be set accurately and fixed with cement grout, or any other grouting
material as approved by the Engineer completely filling the holes.

i) Rivets and Riveting

• The dimensions on the drawings referred to the diameters of the rivet holes and
their finished rivets. The rivet holes shall be 1.5 mm greater than the diameter of
the rivet bars used. The rivets shall be made to IS:1929. The shanks of the undriven
rivets shall be made of a length sufficient to fill the holes thoroughly and form the
head. The clearance i.e. the difference in diameter between the rivets measured
under head before being heated and the rivet hole shall not be less than 0.75mm.
Before riveting is commenced, all works shall be properly bolted so that the
sections rivetted are in close contact throughout. Rivets shall completely fill the

Page 199 of 226


holes and shall be machine driven by means of pressure or percussion rivetters of
approved design.
• All rivets shall be properly heated to straw heat for the full length of the shank, firmly
backed and closed. The head of the rivet, particularly in long rivets, shall be heated
more than the point and in no case shall the point be heated, more than the head.
Sparking or burnt rivets shall not be used. Where it is impossible to back up by
normal method of holding up, ‘double gunning’ may be resorted to. Alternatively
pneumatic holding device may be used.
• Gauges for rivet dimensions and contours shall be provided by the Contractor for
the use of the Inspecting.
• Rivets when driven shall completely fill the holes, have the heads concentric with
the shanks and shall be in full contact with the surface. Driven rivets when struck
sharply on the head with the 110-gm. rivet testing hammer, shall be free from
movement or vibration.

• While riveting built-up member’s great care should be exercised to ensure that the
set of holes for field rivets in each flange of the built-up member is aligned dead-
square in relation to that in the other flange and not ‘aborrated’. Use of assembly
fixtures shall be made to ensure this.

• All loose and burnt rivets and rivets with cracks badly formed, eccentric or deficient
heads shall be cut out and replaced. Permissible deviation of driven rivets shall
be as per Code ( Appendix IV of IRS Specification for Bridge Fabrication and
Erection of steel girders serial No.B1-2001.) Rivets shall also be cut out when
required for the examination of the work. Actual method of cutting out shall be
approved by the Engineer. Recapping and caulking shall in no circumstances be
resorted to.

• Riveting shall not be started until such time as the Engineer has personally satisfied
himself that the alignment of the girders is correct, the verticals plumb laterally,
the camber according to that shown on the camber diagram with camber jacks
screwed tight, all the joints and cover plates well up, service bolts tight and field
rivet holes coinciding. Special care should be taken that service bolts are frequently
re-tightened as the riveting proceeds.

• All field rivets shall be tested as directed by the Engineer.

• Where practicable all riveting shall be done by pneumatic or hydraulic riveting


machine. The working pressure to be employed when using pneumatic or
hydraulic tools shall be approved by the Engineer. Hand riveting shall only be done
when sanctioned by the Engineer. In such cases, means shall be adopted to
ensure the rivets being used in their entire length so as to fill the rivet holes
completely, the snap being used only to give the correct form of head.

• When all the rivets of joints have been finally passed, they shall be painted as under.

a) one coat of ready mixed zinc chrome primer to IS:104 followed by one coat of

Page 200 of 226


ready mixed paint red oxide zinc chrome primer to IS:2074

b) Finishing coat as per specifications.

j) Field Rivets, Bolts, HSFG Bolts, Nuts and Service Accessories

• The work is to include supply of all units, bolts, HSFG Bolts, nuts, washers etc. required
to complete erection at site with an allowance for wastage etc. of 12.5% of the net
number of field rivets, bolts and washers required subject to a minimum number of
five in each item.
• The Contractor shall be responsible for supplying site rivets/ HSFG Bolts of approved
length. The length of such rivets/HSFG bolts shall be verified by snapping a few
rivets/ HSFG bolts of each length in the presence of the Engineer in Charge. In the
case of rivets with long grips (with grip exceeding 6 times the diameter) specimen
rivets on the test piece shall be cut to see if the holes are totally filled even though
the rivets are tight under the usual hammer tests.
• Black hexagonal bolts (Service bolts) with nuts and ordinary platter’s washers and
drifts for use in the erection of the work shall also be supplied at 60% (45% bolts and
15% drifts) of the number of field rivets per span in each size (this includes wastage).
The USCL may however, specify a reduction in the quantities of service bolts etc. if
more than one span of each type is ordered.

k) Smithed Work

• All joggles shall be performed by pressure. Craned sections or knees can be formed
by forging or by gas cutting and welding by any approved electric arc process.
Any bending, forging, cutting or welding shall be carried out in such a manner as
not to impair the strength in the metal. Forging shall be annealed as indicated in
the drawing.

• If drop forging through dies is resorted to, excessive forging in one operation shall
be avoided. Where necessary, a series of intermediate stage dies shall be
manufactured and used.
l) Welding
• W e l d e d construction work shall be carried out generally in accordance with the
provisions of Standard Welded Bridge Code and subject to further specifications
given in the following paragraphs.

• All welds should be done by submerged-arc welding process either fully automatic
or semi-automatic. Carbon di oxide welding or manual metal-arc welding may be
done only for welds of very short runs or of minor importance or where access of
the locations of weld do not permit automatic or semi-automatic welding.

• Except for special types of edge preparation, such as single and double ‘U’ single and
double ‘J’ the fusion edges of all the plates which are to be joined by welding may
be prepared by using mechanically controlled automatic flame cutting equipment
and then ground to a smooth finish. Special edge preparation should be made by

Page 201 of 226


machining or gouging.

• Welding procedures:- The welding procedure shall be such as to avoid distortion and
minimise residual shrinkage stresses. Properly designed jigs should be used for
assembly. The welding techniques and sequence, quality, size of electrodes,
voltage and current required shall be as prescribed by manufacturers of the
material and welding equipment. The Contractor should submit full details of
welding procedure in proforma given at (Apppendix V of IRS Specification for
Bridge Fabrication and Erection of steel girders serial No.B1-2001) or equivalent .

• Site welding should not be undertaken except in special circumstances with the
approval of the Engineer. Site welding should be confined to connections having
low stresses, secondary members, bracings etc.

• Manual metal arc welding may be done taking adequate precautions as per IS:9595
and under strict supervision.

m) Sequence of Welding and Weld Pass

• For fabrication of welded composite girders, channel shear connectors shall be


welded on top flange plate prior to assembly of I-section. This facilitates correction
of any distortion of flange plate developed during the welding of channel shear
connectors.

• In making a typical I-section four fillet welds are to be made. The welding sequence
to be followed is indicated by number 1 to 4 as shown in the Fig. 3 of IRS
Specification for Bridge Fabrication and Erection of steel girders serial No.B1-
2001.

• Whenever a square butt weld in a 10 or 12mm thick plate is required to be made,


the sequence to be adopted is shown in Fig. 3 of IRS Specification for Bridge
Fabrication and Erection of steel girders serial No.B1-2001.

n) Bolts, Nuts and Washers

• Bolts, Nuts and Washers shall be in accordance with the following specifications:-
(i) Black hexagonal bolts to IS:6639 and Nuts to IS:1363.
(ii) Precision and turned bolts with nuts and hexagonal screws to IS:1364.
(iii) Plain washers to IS:2016 and IS:5369.
(iv) Spring washers - IS:3063.
(v) Taper washers - IS:5372 and IS:5374.

• Where the head and nuts bear on timber, square washers having the length of each
side not less than three diameters of the bolt and the thickness not less than one
quarter of the diameter shall be provided. Steel, wrought iron or malleable cast
iron taper washers shall also be provided for al heads and nuts bearing on bevelled
surfaces.

Page 202 of 226


• For black bolts a clearance (difference in diameter) of 1.5mm for all sizes of bolts
shall be allowed.

• Where turned bolts are required they shall be carefully turned and shall be parallel
throughout the barrel. Holes for turned bolts should be 1mm underdrilled in shop
and should be reamed at site to suit the diameter of the turned bolts.
• The following limits of tolerances, shall be permitted upon the diameter of the shank
of turned bolts and of the holes which they are to fit:

Limit of Shank of Hole(mm)


tolerance bolt(mm)

High 0.000 +0.125

Low - 0.125 0.000

• The shank of each turned bolt shall be of such a length that it is in full contact with
the work, throughout, the screwed portion being made at least 1.5mm less in
diameter than the shank or to suit the next smaller size of screw thread. The shank
portion shall be joined to the threaded portion by a 450 chamfer within the
thickness of the washer. Washers with perfectly flat faces should be provided with
all turned bolts.

• The washers under the nut shall have a hole of 1.5mm larger in diameter than the
shank of the bolt and shall have a thickness of not less than 6mm so that the nut,
when screwed up, shall not bear on the shoulder of the bolt.

o) High Strength Friction Grip (HSFG) Bolts :

HSFG bolts are high strength structural bolts which have been tightened such
as to induce predefined tension in the bolt shank. Provisions in this code apply to
non – galvanized Bolts of dia. M12 to M36 only.

o Types of Bolts: For the purpose of HSFG connections, only high strength
structural bolts of two property classes: 8.8 and 10.9 can be used. Bolts shall
conform to IS 3757. The bolts shall have the following characteristics.

(i) Identification: The property class of bolts (8.8 or 10.9) shall be embossed
or indented as 8S or 10S respectively on the top of head along with the
manufacturer’s identification symbol. Alternately, marking ‘8.8 S’ or ‘10.9 S’
are also acceptable. The suffix ‘S’ here denotes that the bolt is high strength
structural bolt with a large series hexagon.
(ii) Length: The length of bolt shall be chosen such as to hold the steel
members in position, with provision for the nut, washer(s) and some
projection beyond the bolt. Along with the overall length of the bolt, the
thread length has to be specified. At least 4 full threads shall remain clear

Page 203 of 226


between the bearing surface of the nut and unthreaded part of the shank
Further, minimum one full thread pitch must protrude from the nut after
tightening.
(iii) The minimum length of bolt shall be worked out on the basis of maximum
grip length (covering ply thicknesses and all washers) plus an additional
allowance as per table 1 of IS:4000.
(iv) Maximum grip length of all plies, including packings and packing washers,
shall not exceed 10 times the nominal diameter of the bolt.
(v) Surface Finish: All bolts shall be supplied with coating consisting of zinc
phosphate that is used in conjunction with suitable oil of rust preventive type
as per IS 1367 (Part XII).

• Nut: Each bolt shall be tightened using a high strength nut, conforming to IS
6623. The nut has to be strong enough to be able to impart the necessary
torque to the bolt and also withstand the force during the life of the
structure. Further, the threads in nut shall be matching with the threads in the
HSFG bolt and the nut shall be free running on the threads of the HSFG bolts.
Nuts shall have following characteristics:

i. Property Class: For HSFG bolts, the property classes to be used are 8 and 10 as
specified in IS 1367 (Part 6), suitable for bolts of property class 8.8 and 10.9
respectively. Normal height of nut shall be more than 0.8 times the nominal bolt
diameter.

ii. Identification of Nut: The nuts have the following markings:


a) Manufacturer’s identification symbol.
b) Property class marked as ‘8S’ or ‘10S’. (The suffix ‘S’ denotes a high strength
structural nut with a large series hexagon.) Alternately, ‘8.8 S’ or ‘10.9 S’ are also
acceptable. The marking shall be either on the top or the bottom face of double
chamfered nuts and shall be either indented or embossed on nonbearing surface of
washer faced nuts.

iii. Surface of Nut: All nuts shall be supplied with coating consisting of zinc phosphate
that is used in conjunction with suitable oil of rust preventive type as per IS:1367
(Part XII).
iv. Position of nut in bolt: Nuts shall be provided in bolts preferably as follows:
a) In girder web: Towards outside of the girder.
b) In flanges: Towards bottom (Except when in composite construction).
c) In composite construction: Towards inside of concrete.

d) In bracing: Towards the rolled section side so that the space for rotation of the
nut is not readily available.

Page 204 of 226


e) Where Tapered washer is used, the nut shall preferably be on the other side.

• Washer: Annular rings which are provided between the bolt head/ nut and the
members being joined are called washers. Washers for HSFG bolts shall conform
to IS 6649. The washers have the following characteristics:

i. Types: Three types of washers have been specified in IS 6649, clause 2:

a) Type A: Plain hole circular washers.


b) Type B: Square taper washers for use with channels (60 taper)
c) Type C: Square taper washers for use with I-beams (80 taper)

Identification: Type A washers shall be identified by provision of two nibs (small


projections) and manufacturer’s identification symbol in indented character. The
type B and C washers shall be identified by the type identification symbol, B or C and
the manufacturer’s identification symbol.

ii. Categories of washers:

a) Plain washer: Plain washers are used as per provisions of clause 28.10.2 where
other types of washers are not suitable. HSFG bolts shall be provided with minimum
one washer.
b) Packing washers: If the bolt is longer than required, plain washers may be
used as packing washers also. However, the maximum number of packing
washers shall be limited to 3, with maximum total combined thickness of 12 mm.

c) Tapered Washer: Where the angle between the axis of bolt and the joint surface is
more than 3 degree off normal, a tapered washer shall be used against the tapered
surface. Non rotating surface shall preferably be placed against tapered washer.
d) Direct Tension Indicators (DTI): The Direct Tension Indicators are special type of
washers with projections which get pressed when tension is applied. The pressing
of projections to required level indicates that the required tension has been applied
in the bolts. DTIs have multiple projections, between which the feeler gauge is to
be inserted to check if the bolt has been sufficiently tightened or not. The
projections shall be kept in the direction of nut/head of bolt and not towards
member.

iii. Calibration of Direct Tension Indicator: Before the DTI are brought to site, the
same shall be tested in the presence of engineer. Three nos. bolts of similar
diameter and property class as to be used in the work shall be taken and installed
with DTI. The installation procedure to be followed shall be similar to the one
given for plain washers. On full tightening, the projections on DTI washers shall
meet the requirements of checks specified after second stage tightening using
DTIs. Alternately, calibrated load cells may be used to check the calibration of DTI
washer. Only the DTIs which satisfy the calibration shall be brought to site for
work.

Page 205 of 226


iv. Surface Finish: All washers (except Direct Tension Indicators i.e. DTIs which may
have any surface finish, as specified by manufacturer, with condition that the
surface finish shall be compatible with the metallurgy of the steel structure and
the HSFG bolt/ nut) shall be supplied with coating consisting of zinc phosphate
that is used in conjunction with suitable oil of rust preventive type as per IS 1367
(Part XII).

p) Fabrication and Assembly of High Strength Friction Grip (HSFG) Bolts

Holes for HSFG Bolts: Normal holes in the steel members being connected by the
rivers shall be used for HSFG bolts also, subject to the following:

a) Making of holes: The holes shall be made by drilling only.

b) Nominal Diameter of Hole: The nominal diameter of hole shall be 1.5 mm more
than the bolt diameter for less than 25mm bolt and 2mm more than the nominal
diameter of the HSFG bolt for larger diameters.

c) Oversize Holes: In case the bolts are to be provided in existing structure, the
maximum size of hole shall not exceed 1.25 d or d + 4 mm whichever is less.

• Number of washers and their fixing:

i. DTIs are very good method of ensuring that the bolts are tightened properly, and this
method of tightening shall be preferred over the method with plain washers. Hence
DTI washers shall be preferably used. If there is some problem with availability of
DTIs, plain washers may be used for installation of HSFG bolts after approval of SAG
officer in- charge of the work
ii. The DTIs used shall be the ones which are compatible metallurgically and also
suitable for the bolts of property class 8.8 and 10.9. Suitable markings identifying the
bolt manufacturer, property class of DTI and its diameter shall be engraved suitably
on the DTI.

iii. Number of washers to be provided:


a) Two washers shall be provided, one against head and one against the nut.

b) One DTI shall be used in one bolt. In case DTI is being provided, the same will count
as one washer i.e.,one DTI and one plain washer shall be provided.
c) DTIs shall normally be provided below the head of the bolt (with projections
towards bolt head) in case nut is rotated. In case the bolt is to be rotated, DTI shall
normally be provided under nut (with projections towards nut). In case other side
is not accessible for measuring projection gap in DTI, the DTI may be provided
under nut which is being rotated. In this case, an additional washer shall be

Page 206 of 226


provided on the DTI side to protect the projections from damage due to the
abrasion during bolt tightening.

• Surface preparation for steel interface before providing HSFG bolts:

The steel interface between the plies which form a joint having HSFG bolts shall have special
surface preparation so that sufficient slip factor is available. The surface preparation shall be
as assumed by designer in design, based on slip factor specified in Table XIII of Steel Bridge
Code (IRS). The following surface preparation are recommended:

New construction: The interface between the plies which are connected together by the
HSFG bolts shall be “Aluminum metallized without any over coating”. The aluminum
metallizing shall be as per para 39.2.1
Existing structures: The interface of plies which are to be included in the HSFG bolts shall be
cleaned by wire brushing/ flame cleaning equivalent to the surface specified in IRBM para
217, 1 (b), (i) to (iv). The surfaces shall be cleaned to remove all loose rust and paint layers
(Only isolated patches of coatings/ rust can remain). If, however, in existing structures, rivets
are to be replaced by bolts but no surface preparation is possible, the slip factor shall be
suitably reduced as per Table XIII of Steel Bridge Code.

• Personnel For Tightening: The tightening of HSFG bolts is a technical procedure.


Only trained personnel who understand the procedure shall carry out the
installation of HSFG bolts. Before any person is deployed for installation, his
knowledge of the procedure for tightening shall be checked and if found
satisfactory, a competency certificate shall be issued by an engineer t. The
competency certificate once issued shall be valid for six months. Any person
deployed for installation of HSFG bolts must possess a valid competency certificate.
• Procedure for tightening: Bolts shall be tightened so as to impart bolt tension as
specified in para 7.12.6 of IRS Code Of Practice For “The Design Of Steel Or Wrought
Iron Bridges” carrying Rail, Road Or Pedestrian Traffic. The following steps shall be
followed for tightening of bolts:

(i) The holes shall be brought in alignment by using drifts etc. such that the bolt threads are
not damaged during insertion of bolts. Drifting shall not distort the metal or enlarge the holes.
(ii) The members being joined shall be held in position by insertion of few HSFG bolts
(tightened to first stage (as defined in para 28.10.5) only). These bolts shall not be tightened
to second stage as defined in para 28.10.5 till all the bolts in a joint are inserted and tightened
to first stage.)

(iii) After the alignment/ geometry of members is verified to be correct as per drawings,

Page 207 of 226


balance bolts shall be inserted and tightened upto first stage of tightening. The drifts inserted
as above shall also be replaced by HSFG bolts one by one.

(iv) Clearance between plates : The final tightening shall not proceed until the gap between
the plates has been closed. Residual gap, if any, shall be less than 2 mm at edges. There shall,
however, be no gap in the central portion. In case the central portion is not in close contact
or gap at edges is more than 2 mm, straightening of members may be done after opening out
the bolts inserted and the entire procedure i) to (iii) above shall be repeated.

(v) Sequence of tightening: During tightening of bolts also, the steel members can continue
to deform and hence the tightening of subsequent bolts can lead to loosening of already
tightened bolts. In order to minimize the loosening of already tight bolts, tightening in the
two stages shall be done starting from the stiffest part to the free edges. Stiffest parts of joint
are generally towards the centre of the joint.

• Procedure for Installation of HSFG Bolts Using Direct Tension Indicator:

The tightening is done in two stages so that the bolts already tightened do not get loose when
the subsequent bolts are tightened. The procedure shall be as follows:

First Stage of Tightening: As a first stage, all bolts in the joint shall be tightened to ‘snug tight’
condition in proper sequence for tightening. Snug tight condition means the nut is
tightened using an ordinary wrench by an average worker, applying maximum force on the
wrench. This stage is required to bring the plies in close contact.

(b) Checks after First stage tightening: After first stage of tightening, the joint shall be checked
to see if the plies are in close contact, and the clearances are not exceeded.

(c) Second Stage of Tightening: During the second stage of tightening, torque wrench is
used to tighten the bolts until the indentations on the DTI indicate full tightening. The bolts
shall be tightened in proper sequence of tightening.

(d) Checks after Second stage tightening: 0.40 mm thick feeler gauge shall be used to check
100% of the bolts for proper tightening. If 0.40 mm thick feeler gauge cannot be inserted in
the space between indicator positions on a DTI, it is called a ‘refusal’. If a 0.10 mm thick feeler
gauge cannot be inserted in the space between indicator positions on a DTI, it is called ‘full
compression of the indicator’. The joint/bolts shall be said to be properly tightened if the

Page 208 of 226


following condition is met with:
Number of indicator positions in DTI Minimum number of feeler gauge
washer refusals*

4 3

5 3

6 4

7 4

8 5

9 5

*No more than 10% of the indicators in a connection bolt group shall exhibit full compression
of the indicator.

• Procedure for Installation of HSFG Bolts without DTI washers: The tightening shall
be done in two stages so that the bolts already tightened do not get loose when the
subsequent bolts are tightened.

i. First Stage Tightening: In the first stage, a calibrated wrench with an accuracy of ±10% shall
be set to 75% of the torque computed for the complete tightening of the bolt. The torque
computed shall be as per manufacturer recommendation, duly certified to impart the bolt
tension specified in para 7.12.6 of IRS Steel Bridge Code. All the bolts in the joint shall be
tightened to this torque in proper sequence for tightening. After checking all bolts after the
first stage, permanent marks shall be made with suitable marker on the bolt as well as nut
steel member to indicate the relative position of the two. The mark shall be such that the
same shall be visible for inspection upto 1 year after the date of installation.

ii. Checks after first stage: After the first stage of tightening, following shall be checked:

a) The steel members that make up the plies of the joint with HSFG bolts shall be checked for
proper contact as specified in para 28.10.4 (iv).
b) 10% bolts, subject to minimum 2 per joint shall be tried to be rotated with a separate
calibrated torque wrench set at 75% of the proof load for the bolt. Any bolt turning by more
than 150 during the check shall be rejected. If the improperly tightened bolts thus found are
more than 5 but less than 1% of the total, another 10% of the bolts shall be checked. If the

Page 209 of 226


total improperly tightened bolts thus found exceed 1% of the total, the tightening procedure
and personnel involved shall be reviewed, the torque wrench used for tightening shall be
calibrated afresh and the entire lot shall be checked for tightness.
iii. Second Stage Tightening: The bolts tightened to first stage shall be turned by a further
amount in proper Sequence of tightening as specified below:
Total nominal thickness “t” of parts to Further rotation to be applied, during
be connected (including all packing and the second stage of tightening
washers), d = dia. of bolt

Degrees Part turns

t < 2d 60 1/6

2d ≤ t < 6d 90 1/4

6d ≤ t ≤ 10d 120 1/3

iv. Checks after second stage tightening: After the second stage of tightening, following shall
be checked:

a) 100% bolts shall be checked and certified to have been turned through the requisite
amount by verifying the permanent marks on the bolt and the nut/steel member.

b) 1% of the bolts, subject to minimum of 10 per size of bolts shall be checked for gross under-
tightening as per procedure given in Annexure D of IS 4000.

Painting during initial installation: In case of HSFG bolts with “Direct Tension Indicating”
device, the final coat in field applied on complete structure may be applied on HSFG bolts
also. In case part turn method of tensioning is used without “Direct Tension Indicating”
device, the HSFG bolts shall not be painted and the permanent location marks made on the
bolts shall be visible after 1 year of installation.

(ii) Painting in service: HSFG bolts shall be painted as per normal painting schedules and
painting methodologies as specified girder as a whole.

• Retensioning of bolts:

(i). The HSFG bolts are tightened beyond yield stress level and undergo plastic deformation
once tightened fully. If the bolt is opened out after complete tightening, its length gets

Page 210 of 226


increased permanently as compared with the initial length. The initial few threads which
transfer the load from the nut to the bolt suffer the maximum damage. Therefore, a bolt
completely tightened shall not be reused under any circumstances.

(ii). A bolt which has been snug tightened or partially tightened (tightened to first stage of
tightening) and then opened out will not be considered to have been fully tensioned and
reuse of such bolt will be permissible in the same or different hole, as required.

Specifications of torque wrench: Except for works of minor nature where number of HSFG
bolts to be installed in very less, only mechanical torque wrenches (pneumatic, hydraulic,
electronic etc.) shall be used for tightening of bolts. For small quantum of work, manual
torque wrenches may be used with permission of site-in- charge.

Calibration of torque wrench: Calibrated torque wrenches, accompanied with a certificate to


the effect, shall be brought to site. Torque wrenches shall be calibrated periodically at least
once in a year to an accuracy of ±10%. These shall be recalibrated in case of any incidence
involving the wrench during use resulting in heavy impact (such as fall, mishandling etc.,) or
if the joint is found to have been improperly tightened using the same. The procedure for
calibration of torque wrench shall be as specified by the manufacturer.

q) Connecting Pins

All connecting pins shall be finished accurately to gauge and parallel throughout, straight
and with smooth surface entirely free from flaws and of sufficient length to ensure that all
parts connected thereby shall have a full bearing on the pin. They shall be turned to a smaller
diameter at the end for the thread and driven to place with a pilot nut, where necessary to
preserve the thread.

r) Pin Holes

Pinholes shall be bored smooth straight and true to gauge and at right angles to the axis of
the member. Boring shall only be done after the member has been rivetted up and the
diameter of the pin shall not be less than that of the hole by more than 0.5mm.

s) Bearing and Expansion Gear

• All steel bed and bearing plates or plates over saddle castings shall be made
perfectly level and all rivet heads on their bearing surfaces shall countersunk and
dressed flush.

• The saddles, knuckle-bearers and roller bedplates shall be planed on all bearing

Page 211 of 226


surfaces and elsewhere as indicated on the Contract Drawings and all bolt-holes
shall be drilled. The bottom edge of ribs should be machined and welded to the
bottom slabs after which the top edges of the ribs should be machined as a whole,
and the top plate welded. Subsequently the top and bottom surfaces should be
machined to the specified tolerances as given in Appendix VI of IRS Specification
for Bridge Fabrication and Erection of steel girders serial No.B1-2001. Generally,
in connection with the bearing gear all meeting surfaces including the sides of the
roller frames, shall be machined, all bolts except anchor bolts turned and fitted,
all washers faced, the rollers knuckles, and pins polished to smooth surface and
the whole finished in the style of first class machined work.

• Tolerances shall be as specified in Appendix VI of IRS Specification for Bridge


Fabrication and Erection of steel girders serial No.B1-2001 and shall be shown on
the drawings.

t) Erection in Contractor’s Works

The work shall be temporarily erected complete at the Contractor’s Works for inspection
by the site engineer , except for such riveting as has to be done at site, so that accuracy of fit
and perfection of workmanship may be assured. The work shall be put together with sufficient
numbers of parallel drifts or turned bolts or both to bring the pieces into place. When so
erected all holes left to be filled at site shall be so fair that a parallel gauge turned to a
diameter 0.8mm less than that of the hole, of a length equal to the depth of the hole, can be
passed through them without difficulty. No drift shall be used anywhere in the work larger in
any part than the hole in which it is to be driven. Holes for turned bolts, which have been 1
mm under drilled in shop, should be reamed at site by the erecting agency.

u) Camber

• In order to ensure that the fabrication and erection of main girders shall be such
as to eliminate secondary stresses in the loaded span, the nominal length (i.e. the
lengths which will give no camber) of member shall be increased or decreased by
the amount shown on the camber diagram.

• For setting of the angles of intersection of the chords and web members and also
for templating the gusset, full size of panels with nominal lengths of the members,
shall be used. Similarly, the machining of all chords butts shall be to suit the
nominal outline as defined in clause No. 34.1.

• The procedure for erecting the span at Contractor’s work shall be as specified. The
site rivetting holes shall be riveted or bolted and drifted as specified in Appendix
III of IRS Specification for Bridge Fabrication and Erection of steel girders serial
No.B1-2001.

• When supported on blocks or staging’s, the girders shall be erected to the camber
specified in the fabrication drawings according to which the girders have been

Page 212 of 226


manufactured. A camber diagram indicating the relevant height of each panel
point when erected on blocks at the manufacturing works

• The cambering of the main girders along with pre–stressing, when all panel points
are supported on the blocks or staging’s, shall be carried out in accordance with
Appendix ‘A’ of Steel Bridge Code.
• Special methods of erection will require special erection drawings approved by the
Engineer, which must not be deviated from.
• In the case where the girders are erected on yielding supports such as a service
span, due allowance shall be made for the anticipated yield when the camber
blocks are set out.

• Frequent checks shall be made of the camber of girders during erection and care
taken to see that the camber as per drawing is obtained when the girder is
completely assembled. When span is supported on ends and intermediate
supports are removed the dead load camber shall be recorded and entered in
bridge register. This will provide the reference to compare the camber checked
during technical inspection to ascertain the loss of camber.

v) Testing
• The Engineer in Charge shall be empowered, at his/her discretion to make or have
made under the supervision, any of the tests specified in the specifications
mentioned herein in addition to such other tests as he/she may consider
necessary, at any time upto the completion of the contract and to such an extent
as he/she may think necessary to determine the quality of all materials used
therein. In doing so, he/she shall be at liberty under any reasonable procedure,
he/she may think fit to select, identify, have cut-off, and take possession of test
pieces from the material either before, during or after its being worked up into the
finished product.
• He shall also be empowered to call for a duly authenticated series of mechanical
tests to be obtained from the maker for these materials used in the work and to
accept the same in lieu of other tests to the extent he/she deems fit. The
Contractor shall supply the material required for the test pieces and shall also
prepare the test pieces necessary.
• The test shall be carried out by the Contractor, for which Contractor shall provide
all facilities including supply of labour and plant. Engineer in Charge may at his/her
discretion direct the Contractor to despatch such test pieces as he/she may require
to the approved labs or elsewhere as he/she may think fit for such testing
purposes.

w) Check on Tests Made at Contractor’s Work

• The Engineer in Charge may at his/her discretion, check test results obtained at
Contractor’s work by independent tests at approved.

• The Engineer in Charge shall at all times be empowered to examine and check
the working of the Contractor’s plant before and after using it. Should the
Contractor’s plant be found, in the Engineer in Charge’s opinion, unreliable, he/she
is empowered to cancel any tests already carried out in this contract and have

Page 213 of 226


these tests carried out at any approved lab or elsewhere, as he/she may think fit.

x) Analysis

The Contractor shall supply authenticated copies of analysis of any materials used in the
contract when required to do so by the Engineer in Charge who shall be empowered to accept
them to the extent, he/she thinks fit. In addition to the above samples may, at the Engineer
in Charge’s discretion be subjected to complete analysis at the approved lab or elsewhere as
the Engineer in Charge may determine, the cost of the same to be borne by the USCL.

y) Inspection - General

The Engineer in Charge shall have free access to the works of the Contractor at all reasonable
times and shall be at liberty to inspect the process of manufacture at any such time and to
reject in whole or part, any work or material that does not conform to the provisions of this
Specification and may order the same to be removed, replaced or altered at the expense of
the Contractor. All gauges and templates necessary to satisfy the Engineer in Charge of the
complete interchangeability of parts must be supplied by the Contractor free of cost.

z) Oiling, Painting and Metallizing

No part of the work shall be painted or coated, packed, or despatched, until it has been finally
inspected and approved by the Engineer in Charge. Dry Film Thickness shall be measured
by elcometer or any other approved method.

When so specified by the USCL, the whole of the work except machined surfaces shall be
given protective coating using one of the systems of painting or metallizing given in clauses
39.2.1 to 39.2.4. Prior to the application of protective coating, the surface of work shall be
carefully prepared removing mill-scale, rust, etc. using wire brushes, sand or grit blasting as
stipulated and approved by the USCL.

For locations where the girders are subjected to salt spray such as in close vicinity of the sea
and/or over creeks etc. the protective coating by metallizing with sprayed aluminium as given
in the Appendix VII of IRS Specification for Bridge Fabrication and Erection of steel girders
serial No.B1-2001 followed by painting as per painting schedule given below may be applied:

(i) One coat of each primer to IS:5666.


(ii) One coat of zinc chrome primer to IS:104 with the additional proviso that zinc chrome to
be used in the manufacture of primer shall conform to type 2 of IS:51.

Page 214 of 226


iii) Two coats of aluminium paint to IS:2339 brushing or spraying as required. One coat shall
be applied before the fabricated steel work leaves the shop. After the steel work is erected at
site, the second finishing coat shall be applied after touching up the primer and the finishing
coat if damaged in transit.

For locations where girders are exposed to corrosive environment i.e. flooring system of open
web girders in all cases, girders in industrial, suburban or coastal areas etc., protective coating
by metallising followed by painting as mentioned in clause 39.2.1 or by painting using epoxy
based paints as per the following painting schedule may be applied:

i) Surface Preparation

a) Remove oil/grease from the metal surface by using petroleum hydrocarbon solvent to
IS:1745.
b) Prepare the surface by sand or grit blasting to Sa 2-1/2 to IS:9954 i.e. near white metallic
surface.

(ii) Painting

(a) Primer Coat: Apply by brush/airless spray two coats of Epoxy Zinc Phosphate primer to
RDSO Specification No. M&C/PCN/102/86 to 60 microns min, dry film thickness( DFT) giving
sufficient time gap between two coats to enable the first coat of primer to hard dry.

Intermediate Coat: Apply by brush/ airless spray one coat of Epoxy Micaceous Iron Oxide paint
to RDSO Specification No. M&C/PCN 103/86 to 100 microns minimum DFT of 100 and allow
it to hard dry.

(c) Finishing Coat: Apply by brush/airless spray two coats of polyurethane aluminium finishing
to RDSO Specification No. M&C/PCN-110/88 for coastal locations or polyurethane red oxide
(red oxide to ISO 446 as per IS:5) to RDSO Specification M&C/PCN-109/88 for other locations
to 40 microns minimum DFT giving sufficient time gap between two coats to enable the first
coat to hard dry. The finishing coats to be applied in shop and touched after erection if
necessary.

For other locations, protective coating by painting as per painting schedule given below may
be applied:

Page 215 of 226


a) Primer coat: One coat of ready mixed paint zinc chrome priming to IS:104 followed by one
coat of ready mixed paint red oxide zinc chrome priming to IS:2074. or Two coats of zinc
chromate red oxide primer to IRS:P-31

b) Finishing Coat Two finishing coats of red oxide paint to IS:13607 with colour/shade to be
specified by of any other approved paint shall be applied over the primer coats. One coat shall
be applied before the fabricated steel work leaves the shop. After the steel work is erected at
site the second finishing coat shall be applied after touching up the primer and the finishing
coat if damaged in transit.

Note:
(i) The colour/shade of finishing coat should be generally matching with the Smoke Grey
colour/shade No. ISC 692 mentioned in IS:5- 2004.
(ii) The colour/shade can be changed as per the local requirements.

Where the life of protective coating is required to be longer to avoid frequent paintings, the
problem of accessibility of locations and for other locations where metallising or epoxy based
painting is recommended vide Clause 39.2.2 but there are no facilities available for the same,
protective coating by painting as per following painting schedule may be applied with the
approval of the USCL:

a) Primer coat : One coat of ready mixed zinc chrome priming to IS:104 followed by one
coat of zinc chrome red oxide priming to IS:2074

b) Finishing Coat: Two coats of aluminium paint to IS:2339 shall be applied over the primer
coats. One coat shall be applied before the fabricated steel work leaves the shop. After the
steel work is erected at site, the second coat shall be applied after touching up the primer
and the finishing coat if damaged in transit..
39.3 Surfaces which are inaccessible for cleaning and painting after fabrication shall be
applied one heavy coat of zinc chrome red oxide priming to IS:2074 before being assembled
for riveting/welding.

39.4 All rivets, bolts, nuts, washers etc. are to be thoroughly cleaned and dipped into boiled
linseed oil to IS:77

39.5 All machined surfaces are to be well coated with a mixture of white lead to IS:34 and

Page 216 of 226


Mutton tallow to IS:887.

39.6 For site painting the whole of the steel work shall be given the second finishing coat
after finally passing and after touching up the primer and finishing coats if damaged in transit.
Name Plate
A neat casting bearing the name of the agency, Contractor, the place and year of
manufacture, drawing number, the contract number and the standard of loading to be
specified by the USCL shall be bolted conspicuously on both end of span.. The drawing of the
name plate shall be approved by the Engineer.
Erection Mark
Every portion of the work shall be distinctly stencilled with paint with letter size not less than
10 mm for guidance in the erection in the field and stamped with the letters specified in the
drawings. In the case of non-interchangeable work, the system of marking shall be in
accordance with the drawings prepared by the tenderer and approved by the USCL.
Packing
All projecting plates or bars shall be kept in shape by timber or angle bars spiked or bolted
to them, and the ends of the chord lengths, end posts and plate girders at their shipping
joints shall be protected and stiffened so as to prevent damage or distortion in transit as
the Engineer in Charge may direct.
All threaded ends and machined surfaces are to be efficiently protected against damage in
transit. The parts shall be sent out in lengths convenient for transport.
All straight bars and plates except small pieces are to be sent out in convenient bundles
temporarily riveted or bolted together or bound with wrought iron or suitable wire as the
Engineer in Charge may direct. All rivets, bolts, nuts, washers, plates under 300 mm square
and small articles generally are to be packed separately for each span in cases each weighing,
when full, not more than 350 kg, or in strong petroleum casks, or in barrels approved by the
Engineer in Charge. If not entirely filled by the contents the space left shall be closely packed
with wood shaving or other suitable material. Bolts and rivets of different sizes shall be
separately packed in bags, each bag having a label indicating its contents. A list of the contents
shall be placed in the top of each case or cask.
In the case of imported material all cases shall be made of 32mm boards with ends nailed
with 90mm wire nails strengthened by battens and 38mmx 1.6mm (No. 16 BG) hoop -iron
and made thoroughly secure for transit to India. All casks shall be in sound condition, and if
not entirely filled by the contents the space left shall be closely packed with wood-wool or
other suitable material. The heads shall be firmly secured by means of hoops in the usual way,
and in addition each head shall be further secured by a strong wooden batten and not less
than two strips of 1mm(No.16BG) hoop-iron passing over the head and nailed to the staves

Page 217 of 226


on both sides. The hop-iron shall be long enough to pass over two hoops on each side of the
cask and be nailed in such a manner that the hoops cannot slack back. Bolts and rivets of
different sizes shall be packed in a separate canvas bags, each bag having a label in dictating
its contents. End field holes to be bolted in case of members having split in plate and channels
Dispatch or Shipping Marks
Each package, case or bundle is to have clearly stencilled on it in good oil paint the address
as stated in the order of contract, gross and net weight description of contents and such
marks as may be required by the USCL must be shown against each item in the invoice. The
Contractor is to provide necessary stencil plates for marking. Every piece of bundle shall be
marked and in the case of material (shipped to India) all cases or casks shall be clearly cut or
branded, not merely painted, with their net and gross weights and with such shipping marks
and other particulars as the Engineer in Charge may direct and each bundle shall also have a
metal label securely attached with wire stamped with similar marks. The marking shall be
done with thick oil paint and in such a manner that it cannot be washed off or obliterated.
Loading
All trucks or wagons are to be loaded to as near their full capacity as is consistent with safe
transport. While loading the material in wagon, truck or trailor, care should be taken that
heavier material is loaded first and lighter material is kept on top so that lighter material is
not damaged due to heavy weight. While transporting the material by road, adequate safety
precautions shall be taken as per extant instructions.
The Contractor shall apply all dunnage and lashing required to hold the material securely in
position free of charge.
While handling any girder or girder component it shall be ensured no damage to material
takes place in the form of dent/cut mark etc. Wooden blocks, rubber pads shall be used
to avoid direct contact between materials to be handled and handling equipment.
Quantities
In case where the estimated quantities are given with the schedule, it must be understood
that the USCL will not be responsible for their accuracy and if the Contractor makes use of
them in preparing his/her tender, he/she does so at his/her own risk, as he/she will not
be entitled to make any claim or demand nor to raise any question whatsoever, on
account of any error or miscalculations in or misunderstanding of the said quantities, as these
are given for the convenience of the USCL.
Rivets and Bolts Lists
The Contractor shall also supply, without charge, three complete lists of the rivets, bolts,
HSFG bolts, service bolts, washers and drifts required for erecting the work at site, showing
the parts of the work to which, the various rivets and bolts belong and having each item
marked so as to indicate the particular case in which it will be found.

Page 218 of 226


Photographs
The Contractor shall also supply without charge, two sets of large well-executed, unmounted
photographs of the after every fifteen days or any specific milestone. The contractor shall
submit drone videography of launching of girder at both end and meeting of two spans.
Attestation of Tracings etc.
The tracings, photographs and lists shall be examined and signed by the Site Engineer. They
shall be supplied with the first instalment of the work delivered.
Alterations in Work
The Contractor shall not in any case or in any circumstances have authority to make any
alterations in, modifications of, substitution for, addition to, or omission of work or any
method or system of construction, unless an alteration order in writing directing such
alteration, modification, substitution, addition, omission or change shall have been given by
the USCL prior to the commencement of the work or part of work.
If any deviations between drawings and actual work is observed at a later date, it shall be
redesigned, riveted and no extra payment shall be made to the contractor.
All altered, modified, substituted, additional and changed work, labour and materials and all
omitted work shall be valued by the USCL on the basis of the rates specified in the schedule.
POT-PTFE Bearings:
POT-PTFE Bearings are to be supplied as per the Design and testing shall be done as per IRC-
standards with latest correction slips. Materials used in manufacture of bearings shall be
confirmed to the specification indicated in IRC Code. Contractor has to submit the
manufactures test certificate bearing the information contained in appendix-3 of IRC. In
addition to this, physical testing shall be done either in IIT, DGS&D or any other Govt.
Institution as indicated by Engineer-in-charge. Fixing of the bearings to precast concrete
surface may be done by application of epoxy resin adhesive to interface, after specified
surface preparation. The specification of adhesive material workmanship and contract shall
be approved by the Engineer. Supplying, Acceptance inspection & Testing, and Installation
of POT-PTFE Bearings

1.4.9. Superstructure
Quality Assurance Programme (QAP) of Steel Girder Fabrication:
To ensure the proper quality of fabrication Quality Assurance Plan (QAP) is to be prepared.
QAP must indicate stage wise manufacturing process covering various steps, tests, checks
& their frequency, sampling plan, authority for grant of clearance etc. for all activities from
inspection and testing of raw material to trial assembly and erection. The QAP must cover
following aspects.

Page 219 of 226


• Brief Details of project
• Contract Agreement No.
• Loading Standard
• Governing Specification
• Drawing references
• Roles and responsibilities of various agencies involved in fabrication erection and
inspection.
A sample QAP for 30.5m welded open web girder is given at Annexure of Guidelines on
Fabrication of Steel Girder BS-110 issued by RDSO B&S Directorate or use any other
equivalent.
QAP is to be scrutinized and approved by the inspection agency.
Field Engineer should ensure that work is carried out strictly as per the approved QAP and
no deviation takes place from QAP. All the stages should be studied in detail, prior to start
of work.
Scrutiny & Approval of Welding Procedure Spec. Sheet (WPSS) :
WPSS is process sheet indicating plate/section used, welding process, type of joint, welding
consumables quality, welding parameters, acceptance standard, tests applicable etc. Field
Engineer should ensure that welding is carried out as per approved WPSS. It is to be ensured
that welding consumables to be used are from approved source and a proper record of
their consumption is maintained.
Raw Material and Gauge Certification
Inspection of Raw Materials: Passing of raw material is done on the basis of visual
inspection and lab test for mechanical properties, chemical composition, ultrasonic
examination, Charpy Impact Test, lab test report etc. Rivets and other consumables like
paint etc. should also be got tested from NABL Lab as per relevant codes/specification.
All the required tests should be got done through independent NABL Labs and compared
with the mill test results given by the supplier before passing the material for use. Material
test certificate register must be maintained by fabricator as per Annexure available in IRS:
B1-2001 (Appendix-I, Performa-7) and signed by EIC as well as fabricator.
All angle/channel rolled section to be used for open web girder fabrication shall be checked
for rolling tolerance as stipulated in IS:1852.
In addition to above visual inspection shall be done to ensure that steel is free from surface
defects like pitting, laminations, imperfect edges, twist, other harmful defects etc. and
recorded in the register.
Temporary Arrangements for Casting of Deck Slab:

Page 220 of 226


• While casting deck slab all precautionary measures shall be taken to avoid accidents
and secure the centering firmly and the contractors have to take all such measures
while quoting the rates. The centering/staging and shuttering shall be approved by the
Engineer before concreting is done.
• For erection of steel girders on to the bearings and casting of deck slab to make
composite structure, the contractor has to make/erect suitable All precautionary
measures shall be taken to avoid accidents and secure the temporary arrangements
firmly and the contractor is deemed to have taken all such measures into consideration
while quoting the rates.. Scheme of launching shall be approved by Eng In charge and
client will not supply any staging materials free of cost/hire charges and the contractor
has to make his own arrangements for erecting suitable staging as required.
• In case any of the components of Bow string girder/composite structure break or
damage during any of the operations of erection/casting, testing etc., due to whatever
reason before completing the work on the span, the contractor is responsible for
replacement/ rectifying such defects at his cost and no extra payment of compensation
for the cost of materials and labour of carrying out such replacement/rectifications will
be paid.
• While erection/casting of composite structure any damages occurred to the property,
the cost of the same will be recovered from the contractor as per extent rules.
• Any other staging materials and fittings if required for erection/casting will have to be
arranged by the contractor at his cost. The materials after usage will be taken by the
contractor.
• It is proposed to conduct the load test on span after the bridge is completed, all
arrangements shall have to be carried including providing staging by the contractor at
his cost without causing any infringements for the moving dimensions.

1.5. Third Party Inspection:


The third-party inspection at different stages of execution of Bridge shall be shall be carried
out, by agency like RITES or any other agency as approved by USCL, in accordance with
relevant IRC, IRS and IS Codes with latest correction slips. All testing facilities and tests will
be carried out by the contractor at his own cost.
Prefabrication stage
(1) Approval of Quality Assurance Plan (QAP) QAP is to be scrutinized and approved by the
inspection agency.
(2) Scrutiny of Welding Procedure Specifications Sheets (WPSS)
(3) Welders Qualification Test i.e. Welding Procedure Qualification Records (WPQR)

Page 221 of 226


(4) Inspection and clearance of raw material
(5) Inspection of layout on template floor (Nominal Camber)
(6) Inspection of jigs and fixtures with master plates.
(7) Inspection of bearings, expansion joints.
During Fabrication:
(1) Approval of Quality Assurance Plan (QAP). QAP is to be scrutinized and approved by the
third party engaged by USCL for inspection.
(2) Scrutiny of Welding Procedure Specification Sheets (WPSS)
(4) Inspection and clearance of raw material
(5) Inspection of layout on template floor (Nominal Camber)
(6) Inspection of jigs and fixtures with master plates.
During Fabrication:
(1) Use of approved raw material
(2) Use of approved welding consumables
(3) Use of approved welders
(4) Use of approved welding procedures and parameters (WPDS) Welding Procedure Data
Sheet to be maintained for all welds.
(5) Fabrication with approved set of jigs
(6) Bearings placement
After Fabrication:
(1) Inspection of joints/riveting/welds
(2) Structural and dimensional inspection
(3) Trial assembly (First Girder)- Camber Values, Dimensions, Fairness of Holes by Go-No-
Go Gauge, Butting of Flange in Top Chord.
(4) Inspection of Dismantled Components of 1st Trial Assembly – Check for elongation of
Holes/Abnormal stress marks/cuts etc. & Removal of shortcomings noted during Trial
Assembly
(5) Metalizing/ Painting
(6) Load test
Note: During fabrication, internal inspection to be done to ensure that only approved
welders carry out welding as per approved WPSS, work is as per dimensional tolerances

Page 222 of 226


and other quality aspects and should satisfy itself before sending Inspection call to Third
party for Trial Assembly or components Inspection.

1.6. List of Equipment for Testing Laboratory to be Established by the Contractor at the
Site of Work
Contractor should provide a testing lab at site/nearest stations /or nominated /specified
location as instructed by the Engineer-in-charge with following facilities:
SNo List of Equipment Nos.
1. IS set of sieves with base & top lid 65mm, 40mm,20mm, 16mm, 10mm, 2 Sets
4.75mm, 2mm, 600 mic, 425 mic, 212 mic, 75 mic. Equipment for
checking moisture content, maximum dry density etc., (core cutters
with cap, hammer, stove, Electronic weigh balance, kerosene stove/
oven, pan etc and other tools/plant/materials required for doing soil
compaction test), Plastic limits apparatus, Liquid limit apparatus,
Moisture meter with accessories, Standard modified proctors test
apparatus, etc.
2. Hand/motor operated sieve shaker for above sieves 2 Nos.
3. Balance
a) Pan balance - 10 Kg capacity (with 1.0 gm least count) 2 Nos.
b) Electronic/digital balance – 10 kg capacity (with 1 gm Least Count) 2 Nos.
4. Sieve brush - Wire brush As required
5. Concrete Cube testing Machine -200Tonne capacity - 1 No.
Electrical-cum-hand operated with single pressure gauge
6. Slump cone test apparatus with tamping rod 2 Nos.
7. Cube moulds 150x150x150mm 24 Nos.
8. Vikat’s needle test apparatus with dashpot 1 No.
9. Flakiness Index Test apparatus 1 No.
10. Elongation Test Apparatus 1 No.
11. Aggregate impact value test apparatus 1 No.
12. Auto Level with accessories 2 Nos.
13. Thermometer for concrete 2 Nos.
14. Digital camera off 10.0megapixel or above of reputed brand like Sony, 1 No.
Canon, etc with still/video shooting and SD card
15. Desktop PC, with LCD monitor minimum 21“ wide or Note book with 1 No.
WIN- 7 OS, MS office & MS Project
16. All in one A3 size ink jet printer & mobile /portable colour Printer 1 No. each
17. Screw Gauge 1 No.
18. Vernier Callipers 1 No.
19. Total Station 1 No.
NOTE: The above list is only indicative, and the actual requirement will be given by the
Engineer in charge before commencement of work. Land/ open space required for the
laboratory will be arranged by the contractor on its own cost. After completion of the work,
contractor can take back all machinery and establishments etc. Contractor is deemed to
have taken this into consideration while quoting his rates.

Page 223 of 226


1.7. Drawings
The Concept Drawings are separately attached with this document. Detailed Design and
Drawings shall be done by contractor. The contractor shall get the vetting/proof checking
of these designs and drawings through Institute approved by the Engineer in Charge.

1.8. Quality Assurance Plan


The Contractor shall submit quality assurance plan, stating the methodology/ responsibility
for sampling, testing/ confirmatory testing, testing frequencies, statistical quality controls,
observation/ report formats, acceptance criteria, issue and resolution of Non-Conformance
Reports etc.

1.9. Health and Safety COVID -19 Plan


The Contractor shall submit a Plan for the health and safety measures they will put in place
on site in relation to COVID-19 prevention and controls, including but not limited to, PPE
requirements, site set-up, training, induction and mobilization of new personnel,
equipment and plants cleaning and other hazard management measures while undertaking
site work activities, site visitors health and safety protocols, as well as the approach to the
monitoring and reporting of the Plan. The Plan should be fit for purpose for the particular
construction works of this contract and be aligned with relevant government regulations
and guidelines on COVID-19 prevention and controls, as well as workplace safety
requirements.

1.9.1. COVID-19 Health and Safety Protocols


General Obligations of the Contractor:
• To take all necessary precautions to maintain the health and safety of the Contractor’s
Personnel.
• To depute a health and safety officer at site, who will have the authority to issue
directives for the purpose of maintaining the health and safety of all personnel
authorized to enter and or work on the site and to take protective measures to prevent
accidents, including spread of COVID19.
• To ensure, in collaboration with local health authorities, access to medical help, first
aid and ambulance services are available for workers/labors, as and when needed.
• Provide health and safety training/orientation on COVID19 to all workers and staff and
other employees of the sub-contractor (tips on cough etiquette, hand hygiene and
social distancing).
• Prepare a detailed profile of the project work force, key work activities, schedule for
carrying out such activities, different durations of contract and rotations, confirmed

Page 224 of 226


addresses of the labor and any underlying health conditions that increases the risk of
severe infection, to facilitate tracking of workers in case of COVID-19 exposure.
• All laborers to be provided with photo ID cards for accessing the construction site.
• All laborers engaged at construction site to be provided with the required Personal
Protection Equipment (PPE) – safety helmet and shoes, secured harness when working
at heights, electrical gloves, eye protection for welding etc., without which entry to the
construction site shall not be allowed.
• In relation to COVID19, masks, adequate hand washing/ sanitization, clean drinking
water and sanitation facilities to be provided at construction site.
• All workers/labor to be regularly checked for symptoms before allowing entry to the
work site.
• Paid leave to be mandatorily given if labor contacts COVID-19 and/or any other
contagious disease while working at the construction site or in the labor camp.
For Labour Camp:
• Contractor to provide hygienic living conditions and safe drinking water.
• Separate toilets for male and females and adequate hand washing/sanitization
facilities.
• Monthly/weekly health check up to be organized at the camp for all labors/family.
• Organize awareness campaign for social distancing and general health and hygiene.
Construction Management in Upgrading of Existing Facilities:
• Maintain a roster of workers/staff at work site indicating their health condition and
symptoms and ensure screening procedures (non-physical temperature measurement)
at work sites.
• Depute and assign monitoring and reporting responsibilities on environmental
management, health and personnel safety.
• Preventing a worker from an affected area or who has been in contact with an infected
person from returning to the site for 14 days or (if that is not possible) isolating such
worker for 14 days.
• Place posters and signage’s at/around the site, with images and text in local languages
relating to personal safety, hygiene and on COVID-19 symptoms and guidelines.
• Ensuring hand washing facilities supplied with soap, disposable paper towels and
closed waste bins exist at key places throughout site, including at entrances/exits to
work areas; where there is a toilet, canteen or food distribution, or provision of

Page 225 of 226


drinking water; in worker accommodation; at waste stations; at stores; and in common
spaces.
• Segregate lunch hours at worksite of workers to maintain social distancing.
• Securing the construction site with entry only for authorized personnel and disinfecting
of the worksite to be undertaken at close of work every day or as may be required.
• Any medical waste produced during the care of ill workers should be collected safely
in designated containers or bags and treated and disposed of following relevant
requirements (e.g., Biomedical Waste Rules-2018, WHO).

Page 226 of 226

You might also like