You are on page 1of 106

NIT Reference:01 /EE/2022-23 Dated: 07.09.

2022
OFFICE OF THE EXECUTIVE ENGINEER,
IRRIGATION CONSTRUCTION DIVISION, MATATILA,
IRRIGATION & WATER RESOURCE DEPARTMENT,
LALITPUR - UTTAR PRADESH

Tender Document
for
“Detailed Topographical and Cadestral Survey Work using Drone/
Unmanned Aerial Vehicle (UAV) in the gross command area of 2320
hectare of Pressurised Pipeline Irrigation Project in Gram- Sonakpura,
Barauta, Imlauta, Shahpura, Gurha etc of Tehsil Garautha, Dist Jhansi ”
KEY INFORMATION
S.No Particulars Amount
1 Estimated Cost Rs. 30,65,000.00 (Excluding GST)
2 Earnest Money Rs. 61,000.00
3 Price of Tender Document Rs. 854.00 (Including GST & Stationary Charges)
4 Time Period of Completion of Work 15 days from the date of order of commencement of work
KEY EVENT & DATE
S.No. Particulars Date Time
1 NIT Publishing Date 07.09.2022 -
2 Tender Document Download/Sale Start Date 16.09.2022 -
2 Bid Submission Start Date 24.09.2022 11:00 AM
3 Pre bid meeting Date 30.09.2022 11:00 AM
4 Bid Submission End Date 07.10.2022 03:00 PM
5 Technical Bid-Opening Date 07.10.2022 03:30 PM

Place of Pre-Bid Meeting: Office of the Superintending Engineer, Irrigation Construction Circle, Jhansi,
Betwa Bhawan Building, Civil Lines. Jhansi, (U.P)

Place of Opening of e-Bids: Office of the Executive Engineer, Irrigation Construction Division, Matatila,
Lalitpur (U.P.)

E-Tender Portal: http://etender.up.nic.in

1|
Page
OFFICE OF THE EXECUTIVE ENGINEER
IRRIGATION CONSTRUCTION DIVISION,
MATATILA, LALITPUR (U.P.)

The tenderers are advised to go through the PRE


QUALIFICATION OF TECHNICAL AND FINANCIAL BID documents
carefully and furnish the required details duly supported by documentary
evidence (which must be self-attested), as their eligibility for this contract will
be decided on the strength of the information/documents submitted by them.

Executive Engineer

2|
Page
OFFICE OF THE EXECUTIVE ENGINEER
IRRIGATION CONSTRUCTION DIVISION,
MATATILA, LALITPUR (U.P.)
Certificate by Divisional Account Officer

It is to be certified that the contract document of “Detailed


Topographical and Cadestral Survey Work using Drone/ Unmanned Aerial
Vehicle (UAV) in the gross command area of 2320 hectare of Pressurised
Pipeline Irrigation Project in Gram- Sonakpura, Barauta, Imlauta,
Shahpura, Gurha etc of Tehsil Garautha, Dist Jhansi” containing pages from
01 to 106 have been examined by me thoroughly in respect of financial aspect
and found no financial irregularity.

Divisional Account Officer

3|Page
INDEX
Name of work: Detailed Topographical and Cadestral Survey Work using
Drone/ Unmanned Aerial Vehicle (UAV) in the gross command area of 2320
hectare of Pressurised Pipeline Irrigation Project in Gram- Sonakpura,
Barauta, Imlauta, Shahpura, Gurha etc of Tehsil Garautha, Dist Jhansi

CHAPTER/
CLAUSE TITLE PAGE NO
NO.
PART-A: Key Data, Instructions, Annexure and Forms
1 Key Information, Events and Dates 1
2 Important Message & Certificates by Engineer-in-Charge and 2
Divisional Account Officer
3 Index 4
4 Notice Inviting Tender & Terms with Pre-Qualifying Criteria of 6
Technical Bid
s5 Instructions to Bidders 12
6 Documents to be submitted for Technical Bid 16
7 Annexure 1 17
8 Annexure 2 18
9 Annexure 3 19
10 Form A 20
11 Form B 23
12 Form C 24
13 Form D 25
14 Form E-1 26
15 Form E-2 27
16 Form F 28
17 Form G 29
18 Form H 30
19 ID Form No 111 31
20 ID Form No 112- Item rate tender of contract & Tender for work 47
21 Form 04- Tenderer Warranty 51
22 Form 05- Contract Bond 52
PART B: Conditions of Contract
1 Definition & Interpretation 55
2 General Conditions of Contract 57
3 Special Conditions of Contract 76
PART C: Technical Provision
1 Scope of Work 81
2 Technical Specification 84
3 Annexure-4-Drone Image Quality 90
4 Annexure-5- 2D/3D Topographic Survey Specification 91
5 Annexure-6- DSM & DEM Specification 92
6 Annexure-7- Breaklines Specification 93

4|Page
7 Annexure-8-DGPS Control Point Specification 94
PART D: SCEHDULES
1 A-Schedule of Consumption of Materials 97
2 B-Schedule of Material Issued by the Department 98
3 C-Schedule of Hiring Plant and Equipment by the Contractor 99
from the Department
4 D-Schedule of Progress 100
PART E: DRAWINGS
1 Annexure-9- RCC Pillar Drawing 102
2 Index Map & Location in Uttar Pradesh 103
PART F: SCHEDULE OF QUANTITIES
1 Bill of Quantity 106
Note- Some errors like spelling, grammatical or typing mistakes might be left while preparing this
document. Such errors and mistakes, if any, shall be ignored and treated with their usual meanings in
accordance with the dictionary meaning.

5|Page
6|Page
s

7|Page
8|Page
9|Page
10 | P a g e
11 | P a g e
INSTRUCTIONS TO BIDDERS (ITB)
A. Definition
In this document, the following words and expression have the meaning hereby assigned to them:

1. TENDERING AUTHORITY- means the Governor of Uttar Pradesh acting through the Executive
Engineer, Irrigation Construction Division, Matatila, Lalitpur.
2. APPLICANT- means the individual, proprietary firm, firm in partnership, limited company, or
corporation, eligible for tender.

B. Method of Applying
1. If the application is made by individual, it should be signed by the individual above his full typewritten
or printed name and current address.
2. If the application is made by a proprietary firm, it shall be signed by the proprietor above his full
typewritten or printed name and the full name of his firm with its current address.
3. If the application is made by a limited company or a corporation, it shall be signed by a duly authorized
person holding power of attorney for signing theapplication in which case certified copy of the power of
attorney shall accompany the application. Such limited company or corporation may be required to
furnish satisfactory evidence of its existence before the Pre- Qualification Technical Bid application is
filled.
4. Joint Venture /Consortium or Sub-contractors are not allowed for this Contract.

C. Submission of e-Bids
The e-Bid Submission module of e-tender portal http://etender.up.nic.in enables the bidders to
submit the e-Bid online against the e-tender published by the irrigation department. Bid Submission can be
done only from the Bid submission start date and time till the e-Bid submission end date and time given in
the e-Bid. Bidders should start the bid submission process well in advance so that they can submit their e-
Bid in time. The Bidders should submit their Bids considering the server time displayed in the e-tender
portal. This server time is the time by which the Bid submission activity will be allowed till the permissible
time on the last/end date of submission indicated in the e-tender schedule. Once the Bid submission date and
time is over, the Bidders cannot submit their e-Bid. For delay in submission of e- Bids due to any reasons,
the Bidders shall only be held responsible.

The Bidders must follow the following instructions for submission of their e-Bids:

1. For participating in e-tender through the e-Biding system, it is necessary for the Bidders to be the
registered users of the e-tender portal http://etender.up.nic.in. For this, the Bidders have to register
themselves by depositing required fee in the office of U.P. Electronics Corporation Limited, 10, Ashok
Marg, Lucknow-226001 for getting a valid User ID and password and the required training/assistance
etc. on e- tender portal http://etender.up.nic.in. The Bidders may contact U.P. Electronics Corporation
Limited (UPLC) at the contact details given in Section-I of e-tender document.
2. In addition to the normal registration, the Bidder has to register with his/her Digital Signature
Certificate (DSC) in the e-Biding system and subsequently he/she will be allowed to carry out his/her e-
Bids submission activities. Registering the Digital Signature Certificate (DSC) is a onetime activity till
its validity. Before proceeding to register his/her DSC, the Bidder should first log on to the e-Biding
system using the User Login option on the home page with the Login Id and Password with which he/

12 | P a g e
she has registered as enumerated in the preceding paragraph above. For successful registration of DSC
on e-Procurement portal http://etender.up.nic.in the Bidder must ensure that he/she should possess
Class-2/ Class-3 DSC issued by any one of certifying authorities approved by Controller of Certifying
Authorities, State governments of India. The Bidder may also apply to office of U.P. Electronics
Corporation Limited, (UPLC) for getting DSC at the address given in the preceding paragraph above on
a prescribed form available at UPLC’s website www.uplc.in along with the required fee. The Bidder is
also advised to register his/her DSC on e-tender portal well in advance before Bid submission end date
so that he/she should not face any difficulties while submitting his/her e-Bid against this e-tender. The
Bidder can perform User Login registration/creation and DSC registration exercise as described in
preceding paragraphs above even before e-Bid submission date starts. The UPLC shall not be held
responsible if the Bidder tries to submit his/her e-Bids at the last moment before end date of submission
but could not submit due to DSC registration or any other technical problems.
3. The Bidder can search for active Bids through "Search Active Bids" link, select a Bid in which he/she is
interested in and then move it to “My Bids” folder using the options available in the e-Bid Submission
menu. After selecting and viewing the Bid, for which the Bidder intends to e-Bid, from "My Bids"
folder, the Bidder can place his/her Bid by clicking "Pay Offline" option available at the end of the view
Bid details form. Before this, the Bidder should download the document and study them carefully.
The Bidder should keep all the documents ready as per the requirements of e-Bid document in the PDF
format.
4. After clicking the “Pay Offline” option, the Bidder will be redirected to the Terms and Conditions page.
The Bidder should read the Terms & Conditions before proceeding to fill in the Processing Fee offline
payment details. After entering and saving the Processing fee details, the Bidder should click "Encrypt
& Upload" option given in the offline payment details form so that "Bid Document Preparation and
Submission" window appears to upload the required documents, Technical Proposal Submission Form
etc. of this e-tender document. The details of the Demand Draft or any other accepted instrument which
is to be physically sent in original before Bid submission and date and time, should tally with the
details available in the scanned copy and the data entered during e-Bid submission time otherwise the e-
Bid submitted will not be accepted.
5. Before uploading, the Bidder must select the relevant Digital Signature Certificate. He may be prompted
to enter the Digital Signature Certificate password, if necessary. For uploading, the Bidder should click
"Browse" button against each document label in technical schedules/packets and then upload the
relevant PDF files already prepared and stored in the Bidder's computer. The required documents for
each document label of Technical. Schedules/packets can be clubbed together to make single different
files for each label.
6. The Bidder should click "Encrypt" next for successfully encrypting and uploading of required
documents. During the above process, the Bid documents are digitally signed using the DSC of the
Bidder and then the documents are encrypted/locked electronically with the DSCs of the Bid openers to
ensure that the Bid documents are protected, stored and opened by concerned Bid openers only.
7. After successful submission of e-Bids, a page giving the summary of e-Bid submission will be
displayed confirming end of e-Bid submission process. The Bidder can take a printout of the Bid
summary using the "Print" option available in the window as an acknowledgement for future reference.

D. Withdrawal and Resubmission of e-Bid


At any point of time, a Bidder can withdraw his/ her e-Bids submitted online before the e-Bids
submission end date and time. For withdrawing, the Bidder should first log in using his/ her Login Id and
Password and subsequently by his/ her Digital Signature Certificate on the e-procurement
portalhttp://etender.up.nic.in. The Bidder should then select "My Bids" option in the Bid Submission
menu. The page listing all the Bids submitted by the Bidder will be displayed. Click "View" to see the
details of the Bid to be withdrawn. After selecting the "Bid Withdrawal" option, the Bidder must click "Yes"
to the message "Do you want to withdraw this Bid?" displayed in the Bid Information window for the

13 | P a g e
selected Bid. The Bidder also must enter the Bid Withdrawing reasons and upload the letter giving the
reasons for withdrawing before clicking the” Submit" button. The Bidder must confirm again by pressing
"Ok" button before finally withdrawing his/ her selected Bid. Once the Bidder has withdrawn his /her Bid
he/she cannot re-submit this Bid again.

The Bidder must request the UPLC with a letter, attaching the proof of withdrawal and submission
of e-Bids Processing Fee in the office of Managing Director, UPLC, to return the e-Bids Processing Fee as
per the procedure.

The Bidder can resubmit his/ her e-Bids as and when required till the Bid submission end date and
time. The new one bid will replace the e-Bids submitted earlier. The payment made by the Bidder earlier
will be used for revised e-Bids and the new Bid submission summary generated after the successful
submission of the
revised e-Bids will be considered for evaluation purposes. For resubmission, the Bidder should first log in
using his/ her Login ID and Password and subsequently by his/her Digital Signature Certificate on the e-
procurement portal http://etender.up.nic.in. The Bidder should then select "My Bids" option in the Bid
Submission menu. The page listing all the Bids submitted by the Bidder will be displayed. Click "View" to
see the details of the Bid to be resubmitted. After selecting the "Bid Resubmission" option, click "Encrypt
&Upload" to upload the revised e-Bids documents by following the methodology provided in clauses of
submission of e-bids above.

The Bidders can submit their revised Bids as many times as possible by uploading their e-Bids
documents within the scheduled date & time for submissionof e-Bids.

No e-Bids can be re-submitted subsequently after the deadline for submission of e- Bids.

E. General Competitive Bidding


1. Letter of transmittal and forms for Pre-Qualification Technical Bid are attached.
2. All information requested for in the enclosed forms should be furnished against the respective columns in
the form. If information is furnished in a separate document reference to the same should be given against
respective column. If information is “NIL,” it should also be mentioned as “NIL” or “No such case.”
If any query is not applicable in case of the applicant, it should be stated as “not applicable” However, the
applicants are cautioned that not giving complete information in the forms required or not giving it in
clear terms or making any change in the prescribed forms may result the applicant being summarily
disqualified. Applications made by telegram or telex and those received late may be rejected. Moreover,
undertaking and relevant documentary proof should be attached wherever ask.
3. All the information must be submitted in English or in Hindi.
4. The application should be typed written and printed but not handwritten. The applicant's name &
signature should appear on each page of the application.
5. Overwriting should be avoided. Correction, if any, shall be made by crossing out, initialing, dating, and
rewriting all page of the tender document shall be numbered and submitted as a package with signed
letterof transmittal.
6. References, information, and certificate from the respective clients certifying suitability, technical know-
how or capability of the applicant should be signed by the client.
7. The applicant is advised to attach any additional information which he thinks is necessary regarding his
capabilities. No further information will be entertained after submission of tender document unless it is
called for by the Tendering authority.
8. Applications are invited for complete work as detailed in the brief note of this document. The tender
document in the prescribed form duly completed and signed shall be superscribed "TECHNICAL BID.”
Document submitted in connection with TECHNICAL BID will be treated as confidential and will not be

14 | P a g e
returned.
9. The cost incurred by applicants in preparing this application, in providing clarification or attending
discussion, conference in connection with this document will be borne by the applicant and the Tendering
authority will in no case be responsible or liable for these costs, regardless of the conduct or outcome of
the Pre-Qualification Technical Bid Evaluation process.
10. The scanned copy of the Treasury challan for tender cost worth Tender Fees +18% GST + Stationary
Charge and required Earnest Money, to be deposited, shall also be uploaded online accordingly.
11. The price bid/financial bid shall be uploaded online in a separate folder superscribed “FINANCIAL BID”
by the bidder from 24-09-2022, 11:00 AM. to 07-10-2022, 03:00 PM.
12. The Bidders must upload all the required documents electronically in the PDF format. It is suggested that
the PDF Files should be made in grayscale using the minimum readable appropriate resolution so that the
size of the files is minimized for fast uploading on bid portal http://etender.up.nic.in. The required
electronic documents for each document label of Technical (Fee details, Annexure etc.)
schedules/packets can be clubbed together to make single different file for each label. The size of Single
label file should not exceed 6-7MB size

F. Site Visit
The applicant is advised to visit and examine the site of works and its surrounding. He must
obtain all information on his own responsibility that may be necessary for preparing the Pre-Qualification
Technical Bid application. The cost of visiting the site shall be at applicant's own expense.

G. Final Decision Making Authority


The Tendering authority reserves the right to accept or reject any or all application without
assigning any reason. For this action, any claim from the firm/contractor will not be entertained.
(Admissible)

15 | P a g e
Documents to be submitted for Technical Bid

All bidders should upload the scanned copy of following documents in the Technical Bid part during e-
submission and submit it in original or self-attested copy after opening of the financial bid:

1. Letter of Transmittal. (Annexure-1)


2. Copy of valid contractor class Registration in Irrigation and Water Resource Dept,
Government of Uttar Pradesh or Registration in Company Act of Government of India
3. Character Certificate issued by District Magistrate/Collector or competent authority
4. Solvency Certificate of minimum required amount issued by Nationalized/Scheduled Bank
5. Self-Declaration Testimony Affidavit (Annexure-2)
6. GST Registration Certificate
7. PAN Certificate
8. Tender Fees Deposit Receipt showing Transaction No
9. Earnest Money Deposit Receipt showing Transaction No
10. 90 days Rate Validity Affidavit on Stamp paper of Rs.100.00 with revenue stamp of Rs.1.00 only
(Annexure-3)
11. Questionnaire for Pre-Qualification Technical Bid (Form-A) along with its attached required
documents
12. Financial, Business and Technical Capability (Form-B) along with its attached required documents
13. Work of similar type and magnitude to work under consideration substantially completed by the
contractor/firm (Form-C) along with its attached required documents
14. List of minimum essential equipment, instrument and software or T&P in workable condition to be
available withcontractor/ firm for work (Form-D) along with its attached required documents
15. Information about firm (Form-E-1) along with its attached required documents
16. Detail of personnel with contractor/firm for the work (Form-E-2) along with its attached required
documents
17. Further information (Form-F) along with its attached required documents
18. Additional information (Form-G) along with its attached required documents
19. Particulars of the near relatives of the tenderer (Form-H) along with its attached required documents
20. Signed copy of ID Form No-111, ID Form No-112, Form-04 (Tenderer Warranty) along with its
attached required documents

16 | P a g e
Annexure-1
LETTER OF TRANSMITTAL

To,
The Executive Engineeer
Irrigation Construction Division- Matatila,
Irrigation & Water Resource Department,
Lalitpur- Uttar Pradesh

Name of Work: Detailed Topographical and Cadestral Survey Work using


Drone/ Unmanned Aerial Vehicle (UAV) in the gross command area of 2320
hectare of Pressurised Pipeline Irrigation Project in Gram- Sonakpura,
Barauta, Imlauta, Shahpura, Gurha etc of Tehsil Garautha, Dist Jhansi
Sir,
Reference to your advertisement No 01/EE/2022-23 Dated:07.09.2022, I/We are interested in getting
ourselves qualified in technical bid for the aforesaid work.
Enclosed herewith, Please find the questionnaire duly filled in along with the document listed below for
perusal and consideration. I/We agree to abide by the terms and conditions as stipulated in this bid
document.

List of documents enclosed:-


(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
……………….. Your’s faithfully

Name..........................................
Designation:
(For and on behalf of contractor)

17 | P a g e
Annexure -2

Self-Declaration Testimony Affidavit

I/We hereby declare that the information furnished by me/us is true


statement of facts.

Date ................... (Name & Designation of Person signing)

18 | P a g e
Annexure-3

AGREEMENT
(TO BE GIVEN ON STAMP PAPER OF RS. 100.00 AND WITH REVENUE STAMP OF RS. 1.00 ONLY)

Tender invited by- Executive Engineer, Irrigation Construction Division, Matatila, Lalitpur
(U.P.)

Tender for: “Detailed Topographical and Cadestral Survey Work using


Drone/ Unmanned Aerial Vehicle (UAV) in the gross command area of 2320
hectare of Pressurised Pipeline Irrigation Project in Gram- Sonakpura,
Barauta, Imlauta, Shahpura, Gurha etc of Tehsil Garautha, Dist Jhansi ”

Name of Tenderer- ………………………………………….

In Consideration of the Government of Uttar Pradesh having treated the tenderer to be and
eligible person whose tender may be considered. The tenderer hereby agrees to the condition
that the proposal in response to the above invitation shall not be withdrawn with in Ninety
(90) days from the date of opening of the tender and also to the condition that if there after
the tenderer does withdraw his proposal within the said period the earnest money deposited
by him may be forfeited in the favour of the Government of U.P. at the discretion of the
Engineer-in-charge.

Signed this ………………………day of ……………………………………….

Witness :-

1. ……………………………………
2. …………………………………...

..…………………….
Signature of Tenderer

19 | P a g e
FORM- ‘A’
QUESTIONNAIRE FOR PRE QUALIFICATION
TECHNICAL BID
S.No Question Replies by the Firm/Contractor
1- Name of firm
2- Nationality of firm
3- Registered office Address
4- Head Office Address- Telephone/Tele-Fax
5- Former name of company (if any)
6- Branch office and Address
7- Status of organization- Individual / Partnership
8- Year of Establishment and where
9- The firm is a:
a) Member of a group of companies (if yes, give name
address, connection and descriptions of the other
companies)
b) Subsidiary of large organization (if yes, give
particulars)-
10- Have you executed work regarding the topographical
a. survey of command area in the last seven years or
similar such work if so, please furnish details and
particular of such work/works in the relevant format.

b. Attach a note as per format highlighting the detail of


works indicating degree of mechanization/technology
adopted, major equipment’s used and time schedule
adhered to in respect of each of the major works
pertaining to topographical survey of command area.

20 | P a g e
c. What best describes your firm,

a) Engineer & Contractors

b) Consulting Engineers & Contractors,

c) Contractors,

d) If other, please specify.

d. Quantity of work executed per year in last Five years


in said work under Central/State Govt.or in P.S.U. of
India.
11- Are you registered with any other Govt. Dept./Public
sector undertaking (If yes, give details)
12- Are you working anywhere on Turnkey/EPC basis
rate contract ?(if yes, give details)
13- What type of work d o you usually execute (give
detail)
14- For what countries/states/cities have you
performed such work (Give reference)
15- For what Bureau’s of Dept. have you performed such
work (Give reference).
16- Have your ever failed to complete any work awarded
to you (if so, give particulars)
17- In how many project have you asked for arbitration (if
yes, give details) how many cases were settled in your
favor? (Give detail)
18- In how many projects were you saddled with penalties
for delay?

19- In what other line or business are you engaged?

20- Do you own drones and DGPS? If yes, how many do


u own and when u own? (give details)

21- Were you ever debarred for tendering by any Govt.


Deptt./Public sector Undertaking of India or any other
country? (Give details).

a. For how many years have you been in business

21 | P a g e
under your present business name?

b. What were your working fields when your


organization was established? Whether any new
work areas were added in your organization? If so
when?
23- In what field do you claim specialization?

24- What are you sources of finance? (Please give


details, bank reference in the prescribed format)
25 Have your company ever been declared
a. bankrupt? (if yes, please give details)

b. Were you ever asked to suspend construction


work for a period of more than six months at a
stretch after start of work? If so, give details.
26 What is the maximum value of project/work
a. /supply that you have handled so far? (give
details).
b. What is the maximum value of the single contract
that you have handled so for? (give detail )
27 Give the last three years account with auditor’s
a. reports, balance sheets, profit and loss.

b. Attach a attested photocopy of last year's income


tax clearance certificate.

28- Do you intend to associate any other organization


for the works.

29- Whether the firm/contractor have criminal


record?. A certificate on this regard from the
district magistrate is to be attached.

I/We hereby declare that the above information furnished by me/us is a true statement of facts.

Signature of Contractor/Firm

22 | P a g e
Form - 'B'
FINANCIAL, BUSINESS AND TECHNICAL CAPABILITY
NAME OF FIRM /PARTNERS/DIRECTORS. –
Address of applicant:
Telephone No:
Latest balance sheet filed with.......................on.....................(Attach a copy)
Latest profit and loss statement from.............to ........................filed with ..........on.......... (Attach a copy)
Financial Position —
a) Cash………..
b) Current Assets……..
c) Current Liabilities……
d) Working Capital…….
e) Net Worth……..
Total Liabilities—
a) Current Ratio— Current Asset to Current Liabilities………
b) Acid Test Ratio — Cash, temporary investment held in lieu of cash and current receivable to current
liabilities…..
c) Total liabilities of Net worth. Capital- Authorized-Issued- Annual value of construction work
undertaken of each of the last five years and project for current year……..
Annual Financial Turover of last 7 years
Financial Year 2015-16 2016-17 2017-18 2018-19 2019-20 2020-21 2021-22
Home
Abroad
Total Annual Turnover
Income Before Tax:
a) Current Period (Till date- 01.04.2022)
b) During the last financial year (2021-2022)
c) During the year before last financial year (2020-2021)
d) During the year before last-to-last financial year (2019-2020)
The profit and loss statements have been certified through by....................
Applicant's financial arrangement (Check appropriate item)
a) Own Resources
b) Bank credits
c) Other (Specify)
Note: Copy of Certified Statement of Profit & Loss, Annual Financial Turnover and Audited
Balance sheet by Chartered Accountant for should be attached for the last 3 consecutive
financial years ending 2021-22

Signature of Contractor / Firm

23 | P a g e
FORM - 'C'
Work of Similar Type and Magnitude to Work under Consideration
Substantially Completed by the Contractor / Firm

Sl. Name Tendering Area surveyed in Tendered Cost of Period of Time Principal Claims
No. Of Authority hectares Cost work on Completion in which Features filled by
Work with in Rs. completion as work is the
location of in Rs. provided in completed applicant
work the original
(place, agreement
country)
1 2 3 4 5 6 7 8 9 10

Note: Copy of Work Orders and Corresponding Completion Certificates (clearly indicating the scope of work
and technology used) issued by the Tender Accepting/Executing Authority should be attached as proof. The
documents which do not clearly indicate the scope of work and technology used shall not be accepted

Signature of Contractor/Firm

24 | P a g e
Form - 'D'
List of minimum essential T & P (equipment, instrument and licensed
software) in workable condition to be available with the contractor/firm
Total useful
Sl.
No. Name of T&P in Make/capacity/ life of Past use in
workable condition Quantity/No. Year of new T&P in Hrs.
Hrs.
manufacture
1 2 3 4 5 6

1 Registered Drone (UIN….)

2 DGPS

3 Photogrammetric Data
Processing Software

Note:

1. Only that machinery/equipment/instrument/licensed software should be listed whose invoices are in


contractor’s/firm name. Attested copy of the invoices/proof of possession should be attached.

2. Other machinery/equipment/instrument/licensed software if any available with the firm / contractor may
also belisted.

Signature of Contractor/Firm.......................

25 | P a g e
Form - 'E-1'
Information about Firm
The applicant shall list in this schedule the key personnel (including first nominee and the second-choice
alternate) that he will employ at headquarter and at site to direct and execute the work along with their
qualification, experience, and positions held.

Name of (i) Nominee


Location Designation Summary of
(ii)Alternate qualification, experience
and present occupation
As per required qty

GIS Expert
CAD Professional
Headquarter
Other key staff (give
designation)

Licensed Drone Pilot

Surveyor
Site
Other Key Staff (Give
designation)

Signature of Contractor/Firm

26 | P a g e
Form - 'E-2'
Details of Personnel with the Contractor / Firm for the work
Name of Contractor / Firm ......................................................................................

Professional
Qualification experience
Sl. Strength
Designation Name & and detail of Remarks
No.
Date of work carried
appointment out
1 2 3 4 5 6

1 GIS Expert
2 Licensed Drone
Pilot
3 Surveyor

4 CAD Professional

Note:
1. Relevant documentary evidence should consist of CVs of Key Personnel and their Provident
Fund/ESI certificates along with appointment letter by applicant accompanied by his
declaration. All should be attached as proof.
2. Other Key Personnel if any available with the firm / contractor may also be listed along with designation
and strength

Signature of Contractor / Firm .................................

27 | P a g e
Form - 'F'
1. Please add any further information, which the applicant considers relevant regarding his capabilities.

2 Please give a brief note indicating why the applicant considers himself eligible for qualification in
technical bid for the work.

Signature of the Contractor/Bidder....................................

28 | P a g e
Form - 'G'
ADDITIONAL INFORMATION

1. Please add all information about LITIGATION HISTORY of last 5 years. If no history, then please provide
undertaking of it.

2. Please give a brief note about the work plan and methodology considering work management and technical
approach along with work scheduling. (Explain it with Bar/PERT Chart)

Signature of the Contractor/Bidder....................................

29 | P a g e
Form “H”
PARTICULARS OF THE NEAR RELATIVES OF THE TENDERER EMPLOYED IN
THE IRRIGATION DEPARTMENTs

Sl. Name of nearrelatives Place ofposting Relationship with the


Designation
No. tenderer

Signature of Tenderer

30 | P a g e
ID Form No-111
CLAUSE 1 The person or persons whose tender is accepted (hereinafter called the contractor)
shall within one week after his or their tender has been accepted deposit with the
Government of Uttar Pradesh (hereinafter called the “Government”) either in cash
or in securities as provided in paragraphs 614 & 615 of the Financial Handbook,
Volume VI, such sum as with the earnest money deposited with the tender amount
to rupees …………………. & where any security so deposited is not payable to
bearer, the contractor shall endorse or transfer it to the said Government in such a
manner that the sum represented by it can be realized without the consent or Further
assistance of the contractor. The contractor shall also permit Government at the
time of making any payment to him for work done under the contract to deduct Deposit
10% (Ten Percent) of all money so payable on account of security deposit until
such deduction along with the sum already deposited as earnest money to be
adjusted in the last deduction, will amount to be over all 10% of the face value of
contract (As per A-2-3591/10-82, Dt. 22/2/83 Read with C.E. (Audit Section) DO.
No. G-340/Audit Section/C.W., Dt. 19.12.88 unless he is/they are exempted from
payment of security deposit.
(i) In individual cases or has/have deposited the amount of the security at the rates
mentioned above in cash or in the form of Government securities of Fixed Deposit
receipts or Guarantee bonds of any Scheduled Bank of India. If the security is
furnished in the form of guarantee bonds, the contractor undertakes to renew or to
furnish fresh guarantee to cover the period of time extension, if any and failure on
his part to do so shall be construed as a breach of this contract and without
prejudice to any other remedy provided in these conditions. The Engineer-In-charge
shall have the right to withhold payment and deduct the entire security amount from
any money becoming payable to the contract. The amount of the security money
shall, if not withheld on account of breach of contract be refunded after six months
of the date of the completion of the work or after payment of the final bill Deduction
whichever is later subject to the condition that in case of building work of the first from Payment
rainy season comprising of month June, July, August and September is fully
covered within the period of six months mentioned above the amount of security
money may, if not withheld on account of breach of contract be refunded after the
expiry of the first rainy season comprising of the months mentioned above or after
the payment of the final bill whichever is later.
Provided that in case the payment of the final bill is not made within six months of
the completion of the works 75% of the amount of the Security money can be
refunded with the prior approval of the authority next higher to the person
accepting the contract on behalf of the Government.
(ii) All compensation or other sums of money payable by the contractor to
Government under the term of this contract may be deducted from or
realized by the sale of a sufficient part of his security deposit, or from the interest
arising therefore or from any sum which may be due or may become due to the
contractor by Government or on any account whatsoever and in the event of his
security being reduced by reason or any such deduction or sale as aforesaid, the

31 | P a g e
contractor shallwithin ten days thereof made good in cash or Government Securities
endorsed as aforesaid any sum or sums which may have been deducted, from or Security
raised by sale of his deposit or any part thereof. Deposit
EXPLANATION : For the purpose of this clause if the work under this contract
includes construction, reconstruction or repair of any structure having roof it, the
whole work will be classed as building work.

CLAUSE Time is the essence of the contract. The contractor shall commence and shall
2(A) complete the work covered by the tender on the dates fixed by the Executive
Engineer for commencement and completion of such work and shall in the interval
between those dates keep the work up to the schedule of quantities and dates shown
in the progress statement to be signed by the contractor and attached to the
tender. Ifthe work falls in arrears of the Progress Statement either in quantity orin
time, then for every day that the work is so in arrears the contractor shall be liable
to pay as compensation an amount equal to one percent or such smaller amount as
the Executive Engineer (Whose decision in writing shall be final) may decide, on
the estimated cost of whole work provided always that the entire amount of
compensation to be paid under the provision of this clause shall not exceed ten
percent of the estimated cost of the work as shown in tender.

CLAUSE To be used instead of 2 (A) when the latter is from the nature of the work Compensation
2(B) Impracticable. for delay

CLAUSE Time is the essence of the contract. The contractor shall commence and shall
2(C) complete the work within the period specified in the tender, such period shall be
reckoned from the date on which the order to commence work is given to the
contractor. The contractor shall at all times during such period proceed with the
work with due diligence and he shall pay as compensation an amount equal to one
percent or such smaller amount as the Executive Engineer (Whose decision in
writing shall be final) may decide on the amount of the estimated cost of the whole
work as shown in the tender for every day that the work remains uncommented, or
unfinished after the proper dates, and further, in order to ensure good progress
during the execution of work the contractor shall be bound in all cases in which the
time allowed for any work exceeds one month, to complete one fourth of the value
or quantity (as the Executive Engineer may determine) of the whole of the work
before one fourth of the whole time allowed under the contract has elapsed, one-
half of the value or quantity (as the Executive Engineer may determine) of the
work before one half of such time has elapsed and three-fourths of the value or
quantity (as the Executive Engineer may determine) of this work before three-
fourths of such time has elapsed. If the contractor fails to comply with this
condition, he shall be liable to pay as compensation an amount equal to one
percent or such smaller amount as the Engineer (Whose decision in writing shall
be final) may decide on the said estimated cost of the whole work for every day that
the quantity of work remains incomplete. Provided always that the entire
amount of compensation to be paid under the provision of this clause shall not exceed
ten percent of the estimate cost of the work as shown in the tender.

32 | P a g e
CLAUSE In any case in which under any clause or clauses of this contract the contractor shall Action by
3(i) have rendered himself liable to pay compensation amounting to the whole of his which whole
security deposit (whether paid in one sum or deducted by installments), the security
Executive Engineer shall have power to adopt such of the following courses as he deposit is
may deem best. forfeited
a) He may rescind the contract by giving the contractor 7 days
notice of rescission signed by the Executive Engineer and may then take
the whole of the contractor’s security deposit for the use of Government as
compensation for the loss caused by the contractor’s default.

He may after giving the contractor 7 days’ notice in writing of his intention to
b) do so measure up the work done by the contractor and then employ and pay
laborer and supply or procure materials and carry out all or any part of the work
himself on behalf of Government debiting the contractor with the actual cost and
crediting him at the contract rates with the value of the work so done, and may
postpone till completion of the work, so taken over, assessment of the
compensation to be paid by the contractor. If any work is so taken
over by the Executive Engineer the certificate in writing of the Executive
Engineer or the Sub- Divisional officer as to cost and value shall be final and
conclusive against the contractor. Vide G.O. No. 5645 A N/XXII I-B-550/62
dated nil… 1967.
c) He may, after giving the contractor 7 days’ notice in writing of his intention to
do so, measure up the work done by the contractor, take the work out of his
hands and give a contract for its completion to another contractor and may
postpone till the completion of the work, assess the compensation to be paid by
the original contractor. If the Executive Engineer decides to give the completion
of work to another contract, the original contractor shall pay any expenses which
any be incurred in excess of the sum which have been paid to him if the whole
work had been carried out by him, and a certificate in writing of the
Executive Engineer or of the Executive Engineer shall be final and
conclusive against the original contractor as to the amount of any such as
expenses.
i If the Executive Engineer does desire to do so the work, the contractor shall
not be entitled to compensation for any loss sustained by him by reason of his Contractor
having purchased or procured any materials, or entered into any engagements or remains
made any advances on account of or with a view to the execution of the work or liable to pay
the performance of the contract and shall not be entitled to recover or be paid or compensatio
be given credit for any work thereof actually performed by him under this n
contract, unless and until the Executive Engineer or the Sub-Divisional Officer If taken
acting under this order shall have certified in writing the performance of such under
work and the value thereof the contractor shall only be entitled to be paid the Clause 3
value as so certified.
ii If upon any occasion, the Executive Engineer abstains from exercising the
powers given to him by this clause. Such abstention shall not prevent him from
exercising such powers upon a subsequent occasion if the contractor again
makes default nor shall such abstention absolve the contractor from liability to
any compensation for any default which he may have made.

33 | P a g e
CLAUSE If the Executive Engineer exercises any of the powers given to him by clause 3, he
4 may, if he so desires, take possession of all or any tools, plants, materials and stores
in or upon the work, or the site thereofand belonging to the contractor or procured by
him and intended to be used for the execution of the work or any part thereof, and Power to
may pay or allow the contractor for the same at the contract rates, or in the case of take
these not being applicable, at current market rates to be certified by the Executive possession of
Engineer whose certificate thereof shall be final and if the Executive Engineer does or
not desire to do so, the Executive Engineer may by notice in writing to the contractor
Require
or his clerk, to the work foreman or other authorized agent require him to remove
removal of
such tools, plants materials or stores from the premises (Within a time to be
specified in such notice), and if the contractor fails to comply with any or
such requisition the Executive Engineer may remove them at the contractor’s sell
expenses and at his risk in all respects by auction or private sale and certificate of the contractor’s
Executive Engineer as to expenses of any such removal and the amount of the plants.
proceeds and expenses of any such sale shall be final and conclusive against the
contractor.

CLAUSE If the contractor desires an extension of the time for completion of the work on the
5 ground of any unavoidable hindrance to its execution having arisen, he shall apply Extension
in writing to the Executive Engineer within 3 days the existence of such hindrance of
first becomes known to him and the Executive Engineer shall if in his opinion which time
shall be found on reasonable grounds be shown therefore, authorize such extension
of time as may, in his opinion be necessary or proper.

CLAUSE The extension of time up to 50% of the stipulated period or 6 months whichever
5(A) is less shall be considered and accorded by the officer accepting the tender, and the
extension beyond this period shall besanctioned by the next higher authority over the
authority accepting tender (In terms modified orders)

CLAUSE On completion of the work contractor shall send a registered notice to the
6 Divisional Officer (hereinafter called Engineer-In-charge) giving the date of
completion and shall also send a copy of such notice to the Executive
Engineer/Superintending Engineer and shall request the Engineer-In-charge to give
him certificate of completion. No such certificate will be given nor shall the work be
considered to be completed until the contractor has removed from the premises on Final
which the work has been executed all scaffolding surplus materials and rubbish and Certificate
cleaned all wood work, doors, windows, walls, floors or other parts of any building
in upon or about which the work has been executed or of which he may have had
possession for the purpose of the execution thereof and if the contractor fails to do
so, on or before the date fixed for completion of the work the Engineer-In-charge
may do so, and may sell such scaffolding and materials as have not been
removed by the contractor and the contractor shall forthwith pay all expenses so
incurred and shall have no claim in respect of any such scaffolding, surplus materials
as aforesaid except for any sum actually realized by the sale thereof. On
completion the work shall be measured by Engineer-In-charge, whose measurement
shall be binding and conclusive against the contractor.

34 | P a g e
CLAUSE In case of work estimated to cost more than rupees one thousand the contractor
7 shall, on submitting the bill thereof be entitled to receive a monthly payment
proportionate to the part thereof than approved for such purpose by the Engineer-In
charge whose certificate approval and passing of the sum so payable shall be final Payment on
and conclusive against the contractor. But any such payments will only be made as intermediate
advances to be credited to Government in the final settlement of accounts, with the certificate to
contractor and not as payment for work completed and passed, and the making of any be
such payment shall not either preclude the Executive Engineer of Sub-Divisional
regarded as
Officer from requiring the contractor toremove or reconstruct or re-erect any work on
advance.
the ground that such works bad, imperfect or unskilled or prevent Government from
enforcing any claim against the contractor on account of any default by him or
conclude, determine or affect in any way the powers of the Engineer-In-charge under
these conditions or any of them as to the final settlement and adjustment of the
accounts or otherwise or in any other way vary or affect the contractor. The
Engineer-In-charge’s certificate of the total amount payable for the work shall be
final and binding on all
parties.

CLAUSE If the contractor abandons, or is unable to complete the work, the Engineer-In-
8 charge may certify in writing the value ofthe work done by the contractor towards the
completion of the contract. Such a certificate shall be final and conclusive against Inability to
the contractor and he will not be paid more than the value of such work as so complete the
certified irrespective of the contract rates. work
CLAUSE When the estimate on which a tender is made includes lump sum in respect of
9 parts of the work, the contractor shall be entitled to payment in respect of the items
of work involved, or the part of the work in question at the same rates as are payable
under this contract for other such items of work, unless the parts of the work in
question is not in the opinion of the Engineer-In-charge, capable of measurement in Lump sum in
which case the Engineer-In-charge may pay such lump sum as he may determine to estimates
be the value thereof, and the certificate in writing of the Engineer-In-charge shall be
final and conclusive against contractor as to the basis upon which payment is to be
made in such cases and as the amount to be paid.

CLAUSE Every month on or before a date to be fixed by the Engineer-In-charge, the contractor
10 shall if so required, submit a bill for all works executed by him during the previous
month and the Engineer-In-charge shall take or cause to be taken all measurements
necessary for checking the contractor’s bill and adjusting his claim as speedily as Bills to be
possible. If the contractor does not submit his bill within the time so fixed, submitted
the Engineer-In-charge may after giving the contractor 7 day’s notice in writing monthly.
measure or depute someone to measure such work in the presence of the
contractor whose signature on the list of measurements shall be sufficient authority
to the Engineer-In charge to draw up a bill passed on such measurements and any bill
so drawn up shall be binding on the contractor. If the contractor fails to attend when
such measurement are taken, such measurements shall be binding on him, and if
he attends but refuses to sign the list of measurement the matter shall referred to
the immediate superior of the Engineer-In-charge whose decision shall be binding on
the contractor.

35 | P a g e
CLAUSE The contractor shall submit all bills on the printed form which will be supplied to Bills to be
11 him at the office of the Engineer-In-charge and all items in such bill shall be charged on
at the rates specified in the tender or in the case of any extra work ordered in printed
pursuance of these conditions, and not mentioned or provided for in the tender, at the form.
rate hereinafter provided for such work.

CLAUSE If the specification or estimate or the work provides for use of any special
12 description of material to be supplied from the Engineer-In-charge’s store or it is
required that the contractor shall use certain stores to be provided by the Engineer-In-
charge (such materials and stores and the prices to be charged therefore as here in
after mentioned being so far as practicable and for convenience of the contractor
specified in the schedule hereto annexed but not so as in any way to control the
meaning or effect of this contract) the contractor shallbe supplied with such materials
and stores as may from time to time be required by him for the purpose of the
contract but only for such purpose and he shall pay for the same at rates specified in Store
the said schedule or if no rate is so specified at cost price as defined in clause 13
thereof. Supplied
All materials so supplied to the contractor will become the property of the by
contractor but shall not on any account be removed from the site of the work until the Government.
whole work is certified to be completed by the Executive Engineer except with the
written permission of the Executive Engineer, and shall at all times be open to
inspection by the Engineer-In-charge. The Executive Engineer shall however have
the option to take over any such materials, if unused at time of the completion or
termination of the contractor at the specified issue rate or the current market rate
whichever is less.

CLAUSE In case where the contractor is himself to supply the material he must obtained the Work to be
12(A) articles required for the construction of the work from the firms with which the Executed in
Director of Industries made arrangement while in the case of material for supply for accordance
which no such arrangements has been made by the Director of Industries but in with
respect of which officers have in consultation with consuming departments Specification,
prescribed specification and/or test the material supplied by the contractor must drawing,
conform to such specification and/or test. orders
etc.

CLAUSE Provided always that the contractor shall not be entitled to any
12 (B) compensation for damages caused or loss sustained by him due to no or late supply
of materials of store by the Engineer-In-charge for the reasons beyond his control.

CLAUSE All articles required by the contractor for the construction of the work and which the
13 contractor is to supply himself, shall be obtained by the contractor from the firms
with which the Director of Industries has made arrangements and if for the
supply of any articles no such arrangements have been made, any such articles
supplied by the contractor shall conform to such specification and/or tests, if any,
asmay be prescribed by the Director of Industries in consultation with the consuming
department

36 | P a g e
CLAUSE The contractor shall obtain from the stores of the Engineer-In-charge, all such
14 imported stores or materials as may be required in any considerable quantity for Stores
the work or any part thereof or making up articles required thereof or in connection importedfrom
there with. The value of such stores and articles as may be supplied to the Europe to be
contractor by engineer-in-charge will be debited to the contractor in his account at obtained from
the rates shown in the schedule attached to the contract and if they are not entered Government
in Schedule, they will be debited at the cost price which for the purpose of this
contract shall include the cost of carriage and all other expenses whatsoever which
shall have been incurred on obtaining delivery of the same at the stores aforesaid,
the Executive Engineer may issue materials to a contractor from existing stock if
he asked for any excess of those entered in Schedule. In such cases, the price
charges will be stock rate or market rate whichever is greater.

CLAUSE The contractor shall execute the whole and every part of the work in the most Work to be
15 substantial and workman like manner and in every respect in strict accordance executed in
with the specification both as regards materials and otherwise. The accordance
contractor shall also confirm exactly, fully and faithfully to the designs, drawings with
and instructions in writing relating to the work signed by the Engineer-in-charge Specification,
and lodged in the office, and the contractor shall also be entitled to inspect the drawings,
same during office hours and may at his own expense have copies of the orders etc
specification and of all such designs, drawings and instructions as aforesaid made
for his owns use.

CLAUSE The Engineer-In-charge shall have power to make such alteration in or additions to Alteration in
16 the original specifications, drawings, designs and instructions as may appear to specifications
him to be necessary or advisable during the progress of the work, and the and designs
contractor shall be bound to carry out the work in accordance with any instruction
which may be given to him in writing signed by the Engineer-In-charge and such Do not
alteration shall not invalidate the contract, and any additional work which the invalidate
contractor may be so directed to do shall be carried out by the contractor on the
contract.
same conditions in all respect on which he agreed to do the main work, and at the
same rates as are specified in the tender for the main work. The time for the
completion of the work shall be extended in the proportion that the additional work Extension of
bears to the original contract work, and the certificate of the Engineer-In-charge time in
shall be conclusive as to such proportion. If the additional work includes any item consequence
for which no rate is specified hereunder, the contractor shall carry out the work at of
the rate entered in the Schedule of rates of the District but if the Schedule does not alterations
contain any rate for such work, then the contractor shall not begin such work until
a rate in respect of such work, has been settled by mutual agreement between him Rates for
and the Engineer-In-charge with approval of the officer accepting the contract and additional
if they are unable to agree upon a rate within two weeks from the date when the work
contractor received the order the Engineer-In-charge may by notice in writing not in
cancel the order for such work and carry it out in such manner as he may estimate
think best. In the event of dispute, the decision of the Superintending or schedule of
Engineer shall be final and binding on the contractor.
rate of the
district

37 | P a g e
CLAUSE The Executive Engineer acting on the written orders of his immediate superior, No
17 may at any time by notice in writing to the contractor either stop the work all compensation
together or reduce or cut it down. If the work is stopped altogether the contractor for alteration
will only be paid for work done and expenses legitimately incurred by him on or in
reparation for the execution for the work up to the date on which such notice is or restriction
received to him. Such expenses shall be assessed by the Executive Engineer, whose of
decision shall be final and binding on the contractor. If the work is cut down the work to be
contractor will be paid for the work as so cut down but, in neither case, will be paid
carried out.
any compensation whatever for the loss or profit which he might have made if he
had been allowed to complete all the work included in the tender.

CLAUSE- If the Engineer-In-charge is satisfied that the construction of any part of the work is
18 faulty or that materials used in the same are inferior to those for which the
specification provides or that any materials or articles provided by the contractor are
not in accordance with the contract, he may, notwithstanding that suck work,
materials or articles may have been passed, certified or paid for, serve the contractor
with notice in writing specifying the work, materials or articles of which he
complains and requiring the contractor to remove such defects or to replace such Action and
materials or articles within a specified period of time. compensation
If the contractor fails to comply, in all respect with the requirements to any such payable in
notice within ten days after the expiration of the period specified in that notice the case
Engineer-In-charge may himself remedy such defects, or as the case may be, replace of bad work.
such materials or articles and contractor shall pay all expenses incurred by the
Engineer-In charge in so doing and the certificate in writing of the Engineer-In-
charge as to the amount of any such expenses shall be final and binding upon the
contractor.
CLAUSE Government shall have the right to accept at the reduced rate substandard
18(A) or defective work, and to cause and audit any technical examination of work and
running and final bills of the contractor including all supporting vouchers, abstract
etc., to be made before or after the payment of the final bills and if as a result of
such acceptance of sub-standard or defective work, audit and technical examination,
any sum is found to have been over paid in respect of any work done by the
contractor under the contract or any work claimed to have been done by him under
the contract but found not to have been actually executed, the contractor shall be
liable to refund the amount of the over payment and it shall be lawful for
Government to recover the same from him in the manner prescribed in clause above
or any other manner legally permissible 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 may be. duly paid by
Government to the contractor. Provided that the sub-standard or defective work
accepted if not considered to be seriously defective by the Engineer-In-charge and
the rate of the work accepted is suitably reduced by him to compensate the
government and such reduction will be binding on the contractor.

38 | P a g e
CLAUSE (A) No labour below the age of 14 years shall be employed on the work.
19(A)
(B) The contractor shall pay to his labours a fair wage.
(C) The contractor before he commences the work shall (a) post in a conspicuous
place on the work a notice giving the rates of wageswhich have been certified as
fair by the Executive Engineer, and (b) send a copy of the notice to Executive
Engineer.
(D) The contractor shall be bound and shall be responsible to comply with the
provisions of the labour laws in force in the state of Uttar Pradesh and Madhya
Pradesh including the Minimum Wages Act or any enactment insurer session,
extension or modification there of which may be passed at any time or from time
to time by a competent legislative body and may have effect in the state of Uttar
Pradesh/Madhya Pradesh and the rules and regulations made there under or any
amendments or modifications thereof for the time being in force. All expenses
in connection with the compliance of such laws and rules shall be borne by the
contractor, and the contractor shall neither demand nor claim nor shall be
entitled to any additional payment for the reason that he failed to take into
account any such expenses in his tender or that any subsequent amendments in
such laws or rules have changed the basis on which he worked out such
expenses while submitting his tender.
In every case in which by virtue of the provisions of the labour laws in
force in the state of Uttar Pradesh/Madhya Pradesh and the rules and regulations
made there under, the Government is obliged to pay any sum in the execution of
the work. Government will recover from the contractor the amount so paid, and
without prejudice to the other rights of the government, the Government shall be
at liberty to recovers such amount or any part thereof by deducting it either from
the security money deposited by the contractor or to his credit under clause 1 of
these conditions or from any other sum due by government to the contractor
whether under this contract or otherwise.
(E) The contractor shall engage labour for the work through the nearest
Employment Exchange.
(F) The contractor will request the employment exchange to provide him labour on
wages to be mentioned by him which shall not be less than the fair wages for
the locality of the work to be fixed by the Superintending Engineer in
consultation with the district magistrate concerned. He will also specify the
period of the supply of labour which shall not be less than a week from the date
of contractor’s request for labour at the employment exchange. If employment
exchange fails to supply labour within the specified period the contractor will
have option to engage labour from other sources.
(G) The labour employed through employment exchange will be kept apart
with and shall have no preference over the labour engaged by the contractor
privately as regards their transport, wages, accommodation, working hours
and amenities. The contractor will have the option to dispense with the labour
without any reference to the exchange when such labour is not required for the
work and when he is not satisfied with it, but he will give due information of the
discharge of labour to the exchange. Vide G.O.1318-IBD-50/XXIII-1B-89-B-
123W, Dated26.05.1950

39 | P a g e
CLAUSE 20 In order that the work may be measured and the correct dimensions thereon be
taken, the contractor shall not cover up any part of the same or otherwise place it
beyond the reach of measurement until he has either obtained the consent in Notice to be
writing of Engineer-In-charge or of the subordinate in charge of the work or until he given before
has given to Engineer-In-charge or to such subordinate five days’ notice in writing work is
that the work is ready for measurement If the contractor covers up any work of places coveredup.
it beyond reach of the measurement without such consent and before the expiration of
the period of such notice, the contractor shall either, as he may elect strip such
work at his ownexpense in order that it may be measured or shall forfeit the price of
such work and of the materials used in its construction.

CLAUSE 21 All work to be executed under the contract shall be executed under the direction Direction of
and subject to the approval in all respects of the Engineer-In-charge for the time being work.
who shall be entitled to direct at what points and in what manner they are to be
commenced, and from time to time carried on.

CLAUSE 22 Except where otherwise specified in the contract the decision of the Exectuive
Engineer for the time being shall be final, conclusive and binding on all parties to the
contract upon all questions relating to the meaning of the specifications, designs,
drawings and instructions herein before, mentioned. The decisions of such Engineer
as to the quality of workmanship or material used on the work or as to any other
question, claim, right, matter or thing whatsoever in any way arising out of or relating
to the contract, design or drawing, specification estimates, instructions, order or these
conditions, or otherwise concerning the works or the execution or failure to execute
the same whether arising during the progress of the work or after the completion or
abandonment of the contract by the contractor shall also be final, conclusive and
binding on the contractor.

CLAUSE 23 If the contractor, or his work people or servant shall break, deface, injure or Contractor
destroy any part of building on or in which they may be working or any building, liable
road, fence, enclosure, or grass land or cultivated ground contiguous to the premises for damage
on which the work or any part of it is being executed or if any damage shall happen to done
the work while in progress from any cause due to the negligence of responsibility (the and for
decision of Engineer-In-charge shall be final) the contractor shall at his own expense imperfectio
make good such damage, or in default, the Engineer-In-charge may cause the same to ns
be made good and the contractor shall pay any expense so incurred and the certificate
for
of the Engineer-In charge as to the amount of such expenses shall be final and binding
three months
on the contractor.
aftercertificate
.

CLAUSE The contractor shall supply at his own cost all materials (except such special
24 materials, if any, as may in accordance with the contract be supplied from the

40 | P a g e
Engineer-In-charge’s stores) plants, tools, appliances, implements, ladders, cordage, Contractor to
tackle, scaffolding and temporary works, requisite for the proper execution of the supply
work, whether original, altered or substituted and whether included in the plants,
specifications or other document forming part of the contract as referred to in these ladders,
conditions or not, or which may necessary for the purpose of satisfying or complying scaffolding
with the requirements of the Engineer-In-charge as to any matter as to which under etc.
these conditions he is entitled to be satisfied or which he is entitled to require and
shall pay for the carriage of all such things to and from the work. The contractor shall
also supply without charge works man with the means and materials necessary for
the purpose of setting out of works and for counting, weighing, and assisting in the
measurement or examination of the work or material at any time. If the contractor
fails to do so the same may be provided by the Engineer-In-charge and the contractor And liable for
shall pay the cost of the same as certified by the Engineer-In-charge whose certificate damages
shall be final. The contractor shall also provide all necessary fencing and lights arising
required to protect the public from accident and shall bear the expense of defense of from
every suit, action or other proceeding at law that may be brought by any person for provision
injury sustained owing to neglect of the above precautions, and shall also pay any of light,
damages and costs which may be awarded in any such suit, action or proceeding to fencing etc.
any such persons or, which may with the consent of the contract be paid to
compromise any claim by any such person.

CLAUSE 25 The contractor shall not employ female labour in the execution of the work or any Female
part thereof within the limits of a cantonment. labour not to
be employed.
CLAUSE 26 The contractor shall not assign or sub-let the contract without the written Work not to
approval of the Executive Engineer and if the contractor does or attempts to do or be sublet.
becomes insolvency proceedings or make attempts to make any composition with his Contract may
creditors, or if he or any of his servant or agents either directly or indirectly, gives be rescinded
offers or promises any bribe, gratuity, gift, loan, perquisite, reward or advantage and security
pecuniary or otherwise to any public officer or person in the employ of Government deposit
in any way relating to his office or employment or if any such officer or person shall forfeited if
become in any way directly or indirectly interested in the contract without having subletting,
first obtained the permission in writing of the government. The Executive Engineer bribing, or
may there upon by notice in writing rescind the contract and the security deposit of contractor
the contractor shall there upon stand forfeited and be absolutely at the disposal of become
insolvent. Sum
Government and the same consequences shall ensure as if the contract has been
payable by
rescind under clause hereof and in addition the contractor shall not be entitled to
way of
recover or be paid for any work therefore actually performed under the contract. compensation
to be
CLAUSE 27 Any sum payable by the contractor as compensation under any of these conditions considered as
shall be deemed to be reasonable compensation for the act or default in respect of reasonable
which the same becomes payable without proof of the actual amount damages or loss compensation
sustained. without
reference to a
actual loss

41 | P a g e
CLAUSE 28 In the case of tender by partners, the contractor shall state the name of the Changes in
members of the firm and shall notify to the Engineer-In-charge any change in the constitutionof
constitution of the firm as soon as such change occurs. firm.
CLAUSE 29 In the case of any class of work for which there is no such specification as is
mentioned in rule I, such work shall be carried out in accordance with the guide
lines for Planning and Design of Pipe Irrigation Network by Central Water Action where
Commission New Delhi, U . P . I.D. specification, U.P.P.W.D. detailed no
Specifications, Circulars issued from Engineer-in Chief/Chief Engineer (Pariyojna- specification
Betwa) Irrigation and Water Resources Deptt. U.P. Lucknow from Time to Time, is given.
and if there is no I.D. specification, the work shall be carried out in all respects in
accordance with instructions and requirements of the Engineer-in-charge.

CLAUSE 30 In these conditions unless there is something in the subject or context repugnant
to such an interpretation, the expression work or works mean the work to be done Definition of
or executed under the contract whether such work is permanent or temporary and Work
whether it is original, altered, substituted or additional.

CLAUSE 31 i- In every case in which by virtue of the provisions of section 12 sub-section


(I) of the Workmen’s Compensation Act, 1932, Government is obliged to pay
compensation to workmen employed by the contractor by any sub-contractor
from him in the execution of the work. Government will recover from the
contractor the amount of the compensation so paid, and without prejudice to Compensati
the rights of Government under, section 12 sub-section (2) of the said Act, on
Government shall be at liberty to recover such amount or any part thereof by to workmen.
deducting it either from the security money deposited by the contractor or to
his credit under clause 1 of these conditions or from any other sum due by
Government to the contractor whether under this contractor otherwise.

ii-
Government shall not be bound to contest any claim made against it under
section 11, sub-section (1) of the said Act, except on the written request, of
the contractor and upon his giving to Government full security for all costs for
which Government might become liable in consequence of contesting the
claim.
CLAUSE 32 Notwithstanding anything stipulated in the aforesaid clause, government shall have
power to retain any sum due to the contractor (s) and sell of all claims against him
(them) whether arising out of the particular contractor out of any other transaction
or contract held by him (them) alone or in partnership with others.
CLAUSE 33 Quantities are liable to variation on either side to any extent without entitling
the contractor to compensation on this account.
CLAUSE 34 Contractor shall himself make proper living accommodation, water and sanitary
arrangements etc. for labour which ordinarily should be arranged through
Employment Exchange. He will give preference to Ex. servicemen. He will have
to remove any undesirable labour if ordered by the department.
CLAUSE 35 Claim not referred within 48 hours of occurrence are liable to be rejected.

42 | P a g e
CLUASE i- If the contractor considers any record or ruling of the Engineer-In-
36(A): charge or his representative in respect of any of the provisions of this contract to
be unfair or considers any work demanded by him to be outside the requirement
of the contract, he shall immediately ask upon such record or ruling being made
or such work, such work being demanded, in writing for written instructions or
decisions on receipt whereof, he shall proceed without any delay, to confirm to
the record or ruling or to perform the work demanded and within 15 days after
date of receipt of the written instruction of decision, he may file written protest
to the Engineer-In-charge stating clearly and in detail the basis of his objection.
Except for such protest objections as or made on record in the manner herein
specified and within the limit stated, rulings, instruction or decisions of the
Engineer-In-charge shall be conclusive and binding on the contractor.
Instructions and/or decisions of the Engineer-In-charge contained in letter
transmitting drawing to the contractor shall be considered as written
instructions, decisions, subject to protest or objection as herein provided.

CLAUSE ii- If the contractor is dissatisfied with the final decision of the Engineer-In-
36(A) charge on the protest or objection made by the contractor in accordance with the
procedure prescribed in clause 36 (A) (i) the contractor in accordance may
within twenty eight (28) days after receiving notice of such decision, give notice
in writing to the Engineer-In-charge requiring that the matter be submitted to
arbitration and furnishing detailed particulars of the dispute or difference
specifying clearly the point at issue. If the contractor fails to give such notice
within the period of 28 days as stipulated above, the decision of the Engineer-In-
charge shall be conclusive and binding on the contractor.

CLAUSE iii- Every dispute, difference or question which may at any time arise between
36(A) the parties hereto or any person claiming under them, touching or arising out or
in respect of this deed or the subject matter thereof shall be referred to the
arbitrator of……………..or any person nominated by him. It will be no objection
to any such appointment that the arbitration so appointed is a Government
servant that had to deal with the matters to which the contractor relates and that
in the course of his duties as Government servant had expressed views on all or
any matter in dispute or difference. In the event of the arbitrator to whom the
matter is originally referred being transferred or vacating his office or being
unable to act for any reason………….shall either enter upon the reference
himself or appoint another person to act as arbitrator. Such person shall be
entitled to proceed with the reference from the stage it was left by his
predecessor. No person other than a person appointed aforesaid should act as
arbitrator and if for any reason that is possible, the matter is not to be referred to
arbitrator at all.

43 | P a g e
That the party invoking the arbitrator shall specify the dispute or disputes
to be referred to arbitrator together with the amount or amounts claimed in
respect of each disputes.
Subject as aforesaid the provisions of the “Arbitration and conciliation Act
1996” any statutory modification or re-enactment thereof and the rules made
there under and for the time being in force shall apply to the arbitration
proceeding.
The arbitrator may from time to time with the consent of the parties enlarge the
time for making and publishing the award.

CLAUSE iv- If work under the contract has not been complied when a dispute is reconstituted
36(A) during the arbitration proceedings and no payment due to the contractor within
the provision of the contract shall be withheld on account of arbitration
proceedings unless authorized or required by the arbitrator.

CLAUSE v- The cost of such arbitration shall be borne by the parties or party as decided by
36(A) the arbitrator.
CLAUSE i- Every dispute, difference or question which may arise between the parties here
36(B) to or any person calming under them, touching or arising out or in respect of this
deed or the subject matter there of shall be referred to the arbitration of or any
person nominated by him. It will be no objection to any such appointment that
the arbitrator so appointed is a Government servant that he had to deal with the
matter to which the contract relates and that in the course of his duties as
Government servant he had expressed views on all or any of the matters in
disputes or difference. In the event to the arbitrator to whom the matter is
originally referred being transferred or vacating his office or unable to act for any
reason………………………………….. shall either upon the reference himself
or appoint another person to act as arbitrator. Such person shall act from the stage
it was left by his predecessor.

CLAUSE ii- No person other than a person appointed as aforesaid should act as arbitrator and
36(B) if for any reason that is not possible the matteris not to be referred to arbitrator at
all.
CLAUSE iii- The party invoking the arbitrations shall specify the dispute or disputes to be
36(B) referred to arbitration together with the amount or amounts claimed in respect of
such dispute.
Subject as aforesaid the provisions of the Arbitration and conciliation Act
1996 or any statutory modification or re-enactment there and the rules made there
under and for the time being in force shall apply to the arbitration proceedings.
The arbitrator may from time to time with the consent of the parties enlarge
the time for making and publishing the award.

44 | P a g e
CLAUSE No extra payment shall be made to the contractor for making profiles and
37 namunas in connection with the execution of work as per G.O. N.355-3B/66
XXIII-IB-II dated 22-06-1966
CLAUSE During the course of construction if any emergency is forwarded due to any clause
38 or claims of works the contractor shall send a registered notice to the Engineer-In-
charge within a fortnight of the origin of the claims. If he fails to do so or if he
postpones submission of such claims till the completion of work, he will not be
entitled to any compensation.

The contractor shall not influence or direct labour borne on the muster roll or by
CLAUSE any other contractor, by paying higher wages or providing extra facilities without the
40 permission of the Engineer-In-charge and if he does so contrary to the above, will be
responsible for the loss of or damage caused or claimed by other parties and the
decision of the Engineer-In-charge as to the amount of such damage shall be final
and binding on both parties.

CLAUSE This agreement is subject to the standard specifications. The clearance of site shall
41 be done by the contractor at his own expenses.
CLAUSE Income-tax and surcharge (If any) as per rules shall be deducted from the bill in
42 terms of sub-section (i) of section 194 (c) of income tax Act,XVI of 1972.

CLAUSE FOR FAMILY PLANNING PURPOSE IN CONTRACT – The contractor


43 agrees to persuade all his labour and other employees, including casual labour
employed by him, to adopt family planning techniques (including Vasectomy and
Tubectomy) in lines with policies and program me announced by the State
Government from time to time in relation to the state Government in so for as may
be applicable and to furnish to Engineer-In-charge monthly report in this behalf as
per G.O. No. 5032/76-23/C-3/1975/76 dated 8 Sept. 1976.

Note: In case of contradiction, lastest e-tender GO/RULES will over-ride

45 | P a g e
Schedule showing (approximate) materials to be supplied from I.D.
Store or works contracted to be executed and the rates at which they are to be
charged for vide clause 12 of conditions

Rate at which the materials will


Particulars be chargedto the contractor Place of delivery

— — — — — — — — — — NIL — — — — — — — — — —

Signature of Contractor Engineer-in-charge

46 | P a g e
ID FORM NO 112
ITEM RATE TENDER OF CONTRACTS
Name of work: Detailed Topographical and Cadestral Survey Work using Drone/ Unmanned Aerial
Vehicle (UAV) in the gross command area of 2320 hectare of Pressurised Pipeline Irrigation Project
in Gram- Sonakpura, Barauta, Imlauta, Shahpura, Gurha etc of Tehsil Garautha, Dist Jhansi

Name of contractor: …………...............................


GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF CONTRACTORS
1. All works proposed for execution by contract will be notified in a form of invitation to tender pasted
on a board hung up in the office of Executive Engineer and signed by him.
This form will state the work to be carried out, as well as the date for submitting and opening tenders
and the time allowed for carrying out the work, also the amount of earnest money to be deposited with
the tender, and the amount of the security deposit to be deposited by the successful tenderer and the
percentages, if any, to be deducted from bills. This set of contract documents consisting of copies of
drawing and details of the proposed work specification, schedule of quantities of various items of
works and a form of the printed conditions of contract together with the form of tender to be used
signed for the purposes of identification by the Sub-Divisional Officer/Executive Engineer and
approved by the authority competent to make the contract shall be available for the public inspection at
the office of the Sub-divisional officer / Executive Engineer during the office hours.
2. In the event of the tender being submitted by a firm it must be signed separately by each member
thereof, or in the event of the absence of any partner it, must be signed on his behalf by a person
holding a power of attorney authorizing him to do so.
3. Receipt for payments made on account of work when executed by a firm must also be signed by
the several partners, except where the contractors are described in their tender as a firm in which case
the receipt must be signed in the name of the firm by one of the partners or by some other persons
having authority to give effectual receipts for the firm.
4. Any contractor who submits a tender shall fill up the prescribed form of tender striking out the
alternative offer on third page (Tender for work) of this form not applicable to the case. Tenderer
who propose any alteration in the work specified in the form of notice inviting tender or in the time
allowed for carrying out the workor which contain any other conditions of any sort, or are not filled up
in English or not accompanied by the deposit of earnest money notified, will be liable to rejection.
Tenders shall have the name of the work to which they refer written outside the envelope.
5. A. The Executive Engineer or his duly authorized assistant will open tender in the presence of any
intending contractors who may be present at the time and will enter the amounts of several tenders in a
comparative statement in suitable form. In the event of tender being accepted, a receipt for the earnest
money forwarded herewith shall thereupon be given to the contractor, who shall thereupon for the
purpose of identification, sign copies of the specification and other documents mentioned in Rule 1. In
the event of a tender being rejected the earnest money forwarded with such unaccepted tender shall
thereupon be returned to the contractor making the same.
B. When tenders are received by the Sub-Divisional Officer, he will open and deal with them in the
manner specified above, and will submit them to the Executive Engineer for orders. The earnest
money if in currency notes shall be credited in the cash book and paid into the Treasury, a receipt in
Account form No. 3 being given to the party tendering. If earnest money is preferred in any of the
securities specified in Rule 9 it shall be entered in the register of securities. Account Forms 85 and 86.
Earnest money received in currency notes shall be returned to unsuccessful tenders as soon as their
tenders are rejected after the usual receipt being taken.

47 | P a g e
6. The accepting authority shall have the right of rejecting all or any of the tenders.
7. The receipt of an accountant or a clerk for the earnest money paid by the contractor will not be
considered as any acknowledgement of payment to the Sub-Divisional Officer/ Executive Engineer
and the contractor shall be responsible for seeing that he procures a receipt signed by the Sub-
DivisionalOfficer/ Executive Engineer.
8. The memorandum of work tendered for shall be filled in and completed in the Office of the Sub-
Divisional Officer/ Executive Engineer before the tender form is issued.
9. The amount of the earnest money should ordinarily be - Rs.
(a) When the amount of the tender does not exceed Rs.2,000 == 50.00
(b) When exceeding Rs. 2,000 and not exceeding Rs. 5,000== 100.00
(c) When exceeding Rs. 5,000 and not exceeding Rs. 10000= 200.00
(d) For each additional Rs. 5,000 or portion of a further sum of Rs.5,000 ==
100.00

Such earnest money shall be deposited by the contractor in Government treasury or sub treasury as
laid down in paragraphs 340 (b) (1), 344 and 345 (b) of the Financial Hand Book Volume V. Part I,
Account Rules and the receipted treasury challan attached to the tender.

Note - The Officer calling for tender may, in special cases where it would be inconvenient for tenderers to
deposit money into Government treasury, relax the rule and permit contractors to deposit earnest
money with him in cash or currency notes up to a limit of Rs. 100 instead of into a treasury. Such
depositshould be treated as "Public work Department deposit."

48 | P a g e
TENDER FOR WORK

I" OR "We" Hereby tender for the execution for the Governor of
(a) If several sub-work are included they should Uttar Pradesh of the works specified in the
be detailed in a separate list underwritten memorandum within the time
specified in each memorandum at the rate specified
therein, and in accordance in all respects with the
specification, designs, drawings and instructions in
writing referred to in rule 1 thereof and in clause 2
of the conditions of contract and with such
materials as are provided for by and in all other
respects in accordance with such conditions so far as
applicable.

MEMORANDUM
b) Vide rule 9 on Page 2 (a) General description
(b) Estimated cost Rs.
(c) Earnest Money Rs.
(d) Time allowed for the work from date of
written order to commence.....................months

c)Strike out the alternative and attach Signature to it.

1. N.B.- (When tenders are to be submitted at a


percentage above or below the rate in the (e) Rate Tendered
Approximate (e) Sanctioned
sanctioned estimate the information in all the Item Item of
Number or Unit per
column should be filled by the sub-Divisional No. Work
quantity
Officer/Executive Engineer.
(f) In figure
(f) In words
2. In the case of works when contractors are Rs. P.
required to quote their own rates for the different
items of works the column (f) should be left blank As per Schedule “A’ Bill of quantity
for the tenderer to fill in.

_____________________tender
at _______________percentage
above/below rates entered “I‟ or “We” above.

__________Tender at the above


rates.

49 | P a g e
Tender at the above rates.

Strike out the alternatives Should this tender be accepted I or we hereby agree to abide by and fulfill
and attach signature to it.
all the terms and provisions of the conditions of contract annexed to the
approved set of contract documents, or in default thereof to forfeit and pay
to Governor of Uttar Pradesh or his successor’s in-office the sums of money
mentioned in the said conditions.

Give particulars and number The sum of Rs……………is herewith forwarded in currency notes/F.D.R. as
earnest money the full value of which shall be retained by the Government
on account of the security deposit specified in Clause 1 of the said conditions
of contracts.

Signature o f w i t n e s s Dated the Day of 2022


of contractors signature Witness
Address
Occupation _

Signature of contractor
before submission of
Tenders Date Sub-Division Officer Sub-Division

Here enter
Recommend or not
Recommended
Signature Date Executive Engineer Division

Signature of Official The above tender is hers by accepted by me on behalf of the Governor of
designation of the Uttar Pradesh.
Accepting authority.
Date the _ Day of 2022

50 | P a g e
TENDERERS’S WARRARTY
(FORM NO. 04)

The Executive Engineer Irrigation Construction Division, Matatila, Lalitpur has invited tenders for execution of
the various work required for “Detailed Topographical and Cadestral Survey Work using Drone/
Unmanned Aerial Vehicle (UAV) in the gross command area of 2320 hectare of Pressurised Pipeline
Irrigation Project in Gram- Sonakpura, Barauta, Imlauta, Shahpura, Gurha etc of Tehsil Garautha, Dist
Jhansi” and the tenderer herein after referred to as “The contractor being desirous of tendering for works for
which the above mentioned tenders have invited and having carefully studied the entire contract document,
Specification etc. accompanying the tender papers and the local site conditions” DO HEREBY WARRANTY
THAT:-

1. The tenderer is familiar with all the requirements of the tender documents.
2. The tenderer has investigated the site and satisfied himself regarding the character of the work and local
conditions that may affect the work or its performance.
3. The tenderer is satisfied that the work can be performed and completed as required in the contract.
4. The tenderer has/had no collusion with other contractors, with any of the men of the Engineer-in-charge, or
with any other person in the preparation of bid.
5. The tenderer accepts all risks directly or indirectly connected with the performance of the contract.
6. The tenderer has not influenced by any statement or promise of the Government or Engineer-in-charge, but
only by the tender documents.
7. The tenderer is financially solvent.
8. The tenderer is experienced and competent to perform the contract to the satisfaction of the Engineer-in-
charge.
9. The statements submitted with the bid are true.
10. The contractor is familiar with all general and special laws, acts, ordinance, rules, and regulations of the
Municipal, District, Ministry of Civil Aviation, Ministry of Environment, Forest and Climate Change,ss
State and Central Government that may affect the work, its performance or personnel employed therein.

…………………….
Signature of Tenderer

51 | P a g e
CONTRACT BOND
Form No 05
THIS AGREEMENT made this..............................day of..........................year....................
corresponding, to the day of ........................between the Governor of Uttar Pradesh, India (here in after
called the Government) represented by the Executive Engineer, Irrigation Construction Division,
Matatila, Lalitpur- Uttar Pradesh on the one part and Shri/M/s…………………………..
Indivdual/Firm/Company registered under UP Irrigation in category…………or under Indian company
Act, having its registered office at…………………………… ……………………..(Hereinafter called
the contractor) on the other part.

WHEREAS the Government of Uttar Pradesh is desirous of starting the actual work at an early
date for the benefit of the people and Whereas
Shri/M/s.................................................................................................................... have offered to undertake
the work of Detailed Topographical and Cadestral Survey Work using Drone/ Unmanned Aerial
Vehicle (UAV) in the gross command area of 2320 hectare of Pressurised Pipeline Irrigation Project in
Gram- Sonakpura, Barauta, Imlauta, Shahpura, Gurha etc of Tehsil Garautha, Dist Jhansi as per
specification and condition mentioned hereinafter.

NOW THEREFORE, it is agreed between the parties as follows: -

ARTICLE -I: SCOPE OF WORKS:

The contractor shall perform faithfully everything required to be performed and shall furnish all the labour,
materials, tools, instruments and equipment required to perform and complete in a workman like manner all the
work covered by the contract documents in strict accordance with the drawings and conditions of contract,
technical provisions including annexure, form and list of corrections and amendments to drawings and
conditions of contract and technical provisions, which are part of this contract and in strict compliance with
the contract documents, shall do everything required by this contract and the other documents constructing a
part thereof.

ARTICLE – II: PAYMENTS:

The Government have sufficient funds in Indian currency for the execution of the works and will pay the
contractor in Indian currency for the satisfactory performance of this contract and in accordance with the
provisions embodied in the documents made a part of this contract.

ARTICLE – III: TIME OF COMPLETION:

The work to be performed under this contract shall be commenced by the contractor within two days of the
date of receipt of notice to start the works and shall be diligently executed and completed ready for handing
over to the Engineer-In-charge before due date of completion.

As the work to be performed under this contract is to be done within 15 days from the date of order of
commencement of work. The contractor shall plan his work and arrange the Drones, DGPS, all manpower,
labour, T&P etc. in such a manner that the work is commenced immediately. The work shall be diligently
executed and completed within the stipulated period given in the agreement and should be ready for handing
over to Engineer-In charge after the completion period.

52 | P a g e
ARTICLE –IV: COMPONENT PARTS OF THE CONTRACT :
The contract consists of the following five component parts all of which are as fully a part of this contract if here
in setout verbatim or if not attached as if here to be attached.
Part - I (i) Contractor’s warranty.
(ii) Schedule of quantities and bids.

Part – II Conditions of Contract.

Part - III Technical provisions & specifications.

Part – IV Drawings

Part - V Additional papers as per Index.

Witness : Signed by Contractor

1. ……………………………………………………………

2. ............................................................. ..

Witness : Signed by ... ................. ..


For and on behalf of the Governor of Uttar Pradesh.
1. ......................................................
2. ………………………………………………....

53 | P a g e
54 | P a g e
DEFINITIONS & INTERPRETATIONS

For the purpose of this contract special conditions, schedules, technical specifications, and annexures
there to including list of corrections and amendments, the following words will have the meaning herein
assigned to them.

1. The “GOVERNMENT” shall mean the Governor of Uttar Pradesh.


2. The “GOVERNOR” nominated by the president of India from time to time shall mean the administrative
head of the state of Uttar Pradesh.
2. The “CHIEF ENGINEER” shall mean the Chief Engineer (Pariyojna/ Betwa) Irrigation Department U.P.,
Jhansi.
3. The “SUPERINTENDING ENGINEER” shall mean the Superintending Engineer, Irrigation Construction
Circle, Jhansi.
4. The “ENGINEER IN CHARGE” means the Executive Engineer, Irrigation Construction Division,
Matatila, Lalitpur. Wherever the word “ENGINEER IN CHARGE” occurs in the text of the contract, it
would be taken to imply theEngineer in charge as aforesaid.
5. The “CONTRACT” shall mean the agreement in I.D. Form No.112 and all its component parts such
as technical specifications, drawings etc. including the list of corrections and amendments, if any.
6. The “CONTRACTOR” shall mean the tenderer (s) whether an individual/or a proprietary firm/or a firm in
partnership or a limited company or a limited corporation whose tender has been accepted by the Uttar
Pradesh Government or by the Officer duly authorized on behalf of the Government and shall include
contractor’s representative, successors, and assignees.
7. The “WORK” wherever used in this contract shall be held to comprises not only works of survey but also
all accessories there to and all matters and things, pertaining to the work executed or to be carried out
under the contract.
8. The word “SPECIFICATION” shall mean collective all the terms and stipulations contained in the
conditions of contract, special conditions, if any technical specifications and annexure there to
including the list of corrections / amendments.
9. The word “DRAWING” shall mean collectively all accompanying general drawing as well as all detailed
drawings supplemented drawings or reproduction thereof which show the location, character and details
of the work to be done and are issued by the Engineer-in charge from time to time during the period of
contract.
10. Wherever figure is shown after the word 'Elevation or reduced level' or an abbreviation there of shall
mean the height in meters above sea-level.
11. The word used in the contract in the singular number shall be interpreted to include the plural number
and the plurals the singular number.
12. The words “PLANT”, “MACHINERY” and “EQUIPMENT” shall mean and include plant, machinery,
tools and other equipment or instruments of all description necessary for the execution of the work as per
specification and plans in a workman like manner.
13.The word “RATES” or “TENDERED RATES” shall mean the rates are entered in the “schedule of

55 | P a g e
quantities and bids” annexed hereto.
14. The word “WORK SITE” shall mean the site of proposed work as detailed in the specifications or any
other place where works are to be executed underthe contract and such land in the vicinity of works as may
be notified by the Engineer-in-charge as the work site.
15. The word “MONTH” shall mean the calendar month and “DAY” shall mean the calendar days including
Sundays and Holidays.
16. The word “WRITING” shall include any manuscript, typewritten cyclostyled or printed statement, under
and over signature or seal as the case may be.
17. The word “SUB-CONTRACTOR” shall mean the person, named by the contractor for any person to
whom any part of the contract has been sublet by the contractor with the consent in writing of the
Engineer-in-charge and the heirs, legal representatives, successors, and assignee of such person.
18. The word “PARA” or “PARAGRAPH” shall mean clause also.
19. The word “DEPARTMENT” shall mean the IRRIGATION AND WATER RESOURCE
DEPARTMENT,UTTAR PRADESH.
20. The word “LIQUIDATED DAMAGES” shall mean the amount prescribed in the specification and to be
paid to the government or to be deducted from any payments due to or to become due to the contractor
for any delay in completing the whole or any special portion of the work beyond the time allowed in the
specification.
21. Metric system shall be followed in all interpretations and executions of the work in this contract. Any
conversion found necessary shall be in accordance with figures given in Indian Standard conversion
Factor and conversion table (I.S. 786-1956) and its subsequent revision.
22. The word “APPROVED/APPROVAL” shall mean approval in writing.
23. The word “TEMPORARY WORK” shall mean all temporary works of every kind required for the
performance of the contract.
24. LANGUAGE OF THE CONTRACT: All written material and correspondence in connection with the
contract shall be in English or Hindi.

56 | P a g e
GENERAL CONDITIONS OF CONTRACT
The work constitutes completion of all the works and services for completing Topographical and Cadastral
Survey of Gross Command area of 2320 hectare of Pressurised Pipeline Irrigation Project in Gram-
Sonakpura, Barauta, Imlauta, Shahpura Khurd, Gurha etc of Tehsil Garautha, Dist Jhansi in Uttar Pradesh
using Unmanned Area Vehicle (UAV) and preparation of 2D/3D contour map (1:1000 / 2500) at 0.5 m
interval and other ancillary required during the course of the execution will also be considered part of the
work. The ancillary requirements required for the fulfillment of the work shall be supplied by the contractor
free of cost.

The following conditions shall be in addition to the conditions contained in I.D. Form No.111
attached. If any of these conditions are found to be in conflict or inconsistent with the conditions of
contract (I.D. Form No. 111), the latter shall prevail.

1. NOTICES AND INSTRUCTIONS:


A. The Engineer-in-charge shall operate the contract and give necessary instructions and orders to the
contractor from time to time. The contractor will correspond only with the Engineer-in-charge or his
authorized regarding the execution of the contract.

B. The contractor shall furnish the postal address of his site office. Any notice or instruction to be given to
the contractor under the terms of contract shall be deemed to have been served if it has been delivered to
his authorized agent or site representative or sent by registered letter to the site or sent by registered letter
to the site office, or to the address of the firm as provided by the contractor.

2. TRANSFER OF CONTRACT AND SUB-CONTRACT:-


A. This contract is made in reliance upon the qualifications and responsibilities of the contractor. Therefore,
the contractor shall not in any condition assignor transfer this contract, or any part thereof, or any moneys
due or to become due under this contract. However, the contractor may sublet the work to be performed
here under to such persons as the Engineer-in- charge may expressly approve in writing for which
purpose the contractor shall inform the Engineer-in-charge in writing the names of all sub- contractors
proposed for the work together with the extent and character of the work to be done by such sub-
contractor on this work. Violation of this clause by the contractor will invite the cancellation of the
contract itself.

B. If, for any reason, at any time during the progress of the work, the Engineer- in-charge determines that a
sub-contractor is incompetent or undesirable, he will notify the contractor accordingly and immediate
steps shall be taken for cancellation of the sub-contract, and immediate removal of sub- contractor from
the site. Subletting by the contractor shall be subject to the same regulations as the contract but nothing
contained in this contract shall create any contractual relationship between any sub-contractor and the
Government, disallowing any sub-contract and disapproval of any sub- contractor shall not under any
circumstances operate to relieve the contractor of any of its obligations under the contract and shall not
entitle the contractor to any claim. Also, approval of any sub-contractor shall not clause or be deemed to
create any right in favor of such sub-contractors against the Government. All sub-contractors shall be
deemed to be the agents of the contractor. The work carried out by the sub-contractor shall be deemed to

57 | P a g e
be carried out by the contractor whom the main work is awarded. The main contractor cannot absolve
himself form the wrongs done by the sub-contractor. All sub-contractors and all approvals of sub-
contract shall be understood to be based upon the requisite performance by the sub-contractors in
accordance with this contract and should any sub- contractor fail to perform this work to the satisfaction
of the Engineer-in- charge, the later shall have the absolute right to resigned his approval and to require
the performance of such work by the contractor himself wholly or in part, or through other approved sub-
contractors.
3. COMMENCEMENT & SCHEDULE OF WORKS:
A. The time limit for completing the work is 15 days after the date of the order for the commencement of
work.
B. The contractor shall begin the work under this contract within two days after thedate of receipt of order to
proceed with the work. Any delay by the Engineer-in-charge in the issue of the order to proceed with the
work, shall not be considered a ground for any claim for compensation by the contractor, nor shall the
contractor be entitled to any extension of time if the issue of the order to commence work is delayed due
to any fault of the contractor provided necessarily to be complied with by the contractor remaining
uncompiled or due to any other lapse on the part contractor provided that if the issue of the order to
commerce work is delayed due to no fault of the contractor, fair and reasonable extension of time
corresponding to the delay in issue of such order will be admissible to him.
C. The progress of the work shall be maintained generally as per following time schedule: -

(i) 15% of the work to be completed in ¼ of time.

(ii) 55% of the work to be completed in 1/2 of time.

(iii) 85% of the work to be completed in ¾ of the time.

(iv) Balance of the work to be completed within time allowed

D. The contractor will plan the execution of work and inform the Engineer-in-charge of the number and
hours of shifts he proposed to work and obtain prior approval of his proposal from the Engineer-in-
charge. He shall work in shifts and hours as may be specified by the Engineer-in- charge from time
to time.

4. WORK PROGRAMME/PLAN:
A. Immediately after signing of the contract the Contractor shall designate representative who will work
closely with the Engineer-in-charge for the execution of the work.
B. The Contractor's representative is obliged to work closely with the Engineer-in charge and abide by the
directives issued to him that are consistent with the terms of the contract. The Contractor's representative
will be responsible for managing the activities of its personnel.

C. The successful contractor must submit the details of manpower, equipment details and the Work-Plan
which includes details of manpower, equipment to be deployed for these works and details of input
required from the department along with time schedule before entering into the agreement and the plan

58 | P a g e
must be approved by the competent authority.

D. The tenderer must submit the description of how the work will be executed and the timeline for
completing all the activities had to be made available in the form of Bar Chart.

E. The bidder must indicate the expected input from the department including the timeline.

F. This program may be reviewed and revised at the end of each day.

5. DATA & DRAWING TO BE FURNISHED BY THE CONTRACTOR:


A. The works shall be carried out in accordance with the directions of Engineer - in - charge, in accordance
with the drawings and specifications, which form part of the contract and in accordance with such further
drawings, details and instructions as may, from time to time, to be given by the Engineer - in- charge.

B. The contractor shall submit the following information, in required copies, to the Engineer-In-charge for
approval within the time stipulated against each item noted below: -
(i) General layout plan map of final area of survey just immediately after sign of contract.
(ii) Drawing or prints showing the location of the major plants or equipment and other camp facilities which
he proposes to put up at the site, including any changes in the general layout, at least 1 day prior to the
commencement of the respective work.

C. Signed drawings alone shall not be deemed to be an authority for work unless it is entered in the
agreement or schedule of drawings under proper attestation of the contractor and the Engineer-in-charge
or unless it has been sent to the contractor by the Engineer-in-charge with a covering letter confirming that
the drawing is an authority for work in the contract.

6. BENCH-MARKS AND SURVEY STAKES:


The Bench/Reference Marks, points or lines will be fixed by the department. The contractor shall establish at
his cost, at suitable points additional reference line and bench marks as may be necessary. The contractor
shall remain responsible for the efficiency and accuracy of all his bench marks and reference lines. He shall
take precautions to see that the lines, points, and bench marks fixed by the departments are not disturbed by
his work and shall make good any such damage.

7. TOOLS, PLANTS, EQUIPMENT & POWER :


A. The contractor shall provide at his own expense all tools, plants and equipment required for the execution
of the work. All the T&P, equipment, personal etc. as listed by the contractor in prequalification bid shall
be deemed to be available at site for work. Nothing will be provided by Government.

B. If the tools, plants, machinery, and other resources deployed by the contractor are found to be inadequate
or defective in the opinion of the Engineer-in- charge and the Engineer-in-charge does not elect to take
action for termination of contract, Engineer-in-charge may give notice in writing to the contractor to
make up the deficiency. After expiration of ten days from the date of issue of notice, if in the
opinion of the Engineer-in-charge the means deployed by the contractor are still inadequate, he shall have
the right to supplement the tools, plants machinery and other resources including labour at the rate
decide by the Engineer-in-charge andcost of all such tools, plants and labour shall be recovered from the
contractor. Any action by the Engineer-in-charge under this clause shall not absolve the contractor from

59 | P a g e
any of his obligations under this contract.
C. The contractor will arrange power supply at his own cost. All the work job and camp site shall be
suitably lighted by the contractor at his own expenses, to the satisfaction of the Engineer-in-Charge.
The contractor shall not be entitled to any compensation due to failure of power supply in order to
avoid any mishaps due to power failure or voltage fluctuation the contractor shall make his own
arrangement for diesel generators etc. sufficient to operate the tools, plants and the equipment.

8. LAND
A. Right of Way: The contractor shall submit to the government within a reasonable time after the
award of the contract the details of land required by him for the work at site and should any private
land which has not been is acquired, by the contractor for his use, the same will be acquired by the
contractor at his own cost by private negotiations and no claim shall be admissible to him on this
account.
B. Surrender of occupied land: The Government land as herein before mentioned shall be surrendered
to the Engineer-in-Charge within 7 days after the issue of the completion certificate. Also, no land
shall be held by the contractor longer than the Engineer-in-charge shall deem necessary and the
contractor shall on the receipt of the due notice from the Engineer-in-charge, vacate and surrender
the land which the Engineer-in-charge may certify as no longer required by the contractor for the
purpose of the work. All areas of operation of contractor’s staff and colonies shall be handed back in
good condition to the Engineer-in-charge except areas under works constructed as per this contract
or those for this specific approval has been obtained from the Engineer-in- charge. The contractor
shall make good to the satisfaction of the Engineer-in-charge any damage to areas which he has to
hand-over back or to other property of land handed over to him for purpose of this work.

C. Crop compensation to farmers, if contractor or any of his men or labour destroy any crop plant in farmer
field by himself and without any instruction of Engineer-in-charge, shall be borne by the contractor.
9. CAMP SITE:
A.The contractor shall provide, maintain, and operate under competent direction, camp and facilities
convenient to the works, sufficient for the housing and accommodation of all his employee including
labour. He shall also provide facility for community latrines, bathrooms, kitchens, dining halls, etc.
and recreation facility for labourers. The location, operation and maintenance and facility shall be
subjected to the approval of Engineer-in-charge. No camp construction of any kind, other than of the
most temporary nature, shall be undertaken unless drawing and specification have been approved by
the Engineer-in-charge. The contractor shall perform such grading, surfacing and maintenance of the
streets on camp sides, as in the opinion of the engineer-in-charge may be required to provide for safe
and satisfactory use. The contractor shall construct suitable side works to serve all parts of campsite.
The Department will assume no responsibility for damage to or interference with contractor’s camp
due to any operation under the contract otherwise.

B. Contractor’s office: The contractor shall have an office, near the works site where notices or
directions or instructions from the Engineer-in-charge may be served. The contractor shall have a
clerk or some authorized person always present in his office who shall receive such notices or
directions and instructions on behalf of the contractor. The name of such authorized persons shall be
intimated writing to the Engineer-in-charge.

C. Removal of Camp: After the completion of the work covered by this contract and before final
payment is made, the contractor shall remove from any camp site located on lands owned or

60 | P a g e
controlled by the Government, in vicinity of the work all buildings and all other construction above
the ground surface except building not owned by the contractor. He shall neatly fill with earth
basement and other excavated areas and shall leave the site in a clean and tidy condition. Should the
contractor refuse of fail to remove the building and other construction as here-in provided with in a
period of 10 days and other improvement shall become the property of Department and adoption of
Department all or any part thereof shall be demolished as herein, provided and in such an event the
cost of such removal will be deducted from the final payment due to the contractor.

D. Water Supply and Fire Protection:


(i) The contractor’s camp site shall be provided with adequate water supply of pure water for domestic
purposes. The water for this purpose shall be treated to give potable water for drinking. The
contractor shall also make arrangement for adequate water for fire protection.

(ii) The camp site and its premises shall be maintained in clean and hygienic condition by the
contractor to the satisfaction of the Engineer-in-charge. All garbage and refuse shall be collected
regularly and shall be disposed of by burial or other satisfactory means.

(iii)The Engineer-in-charge at any time consider the arrangement made by the contractor to be
unsatisfactory, he will give a notice to the contractor to make necessary improvement within a
week (in case of epidemics this period will be 24 hours). If the contractor fails to improve the
arrangement within the specified time, the Engineer-in-charge may take the necessary
improvements and recover the cost thereof from the contractor’s dues.

E. Payment for Camp Construction: No payment will be made to the contractor for construction,
operation and maintenance of camp and other camp facilities and the entire cost of such work shall
be deemed to have been included in the tendered rate for the various items of work in the schedule
of bids.

F. Medical Aid: The camp area shall be provided by the contractor with adequate medical facilities on
scale commensurate with camp requirements. Facilities for first aid shall be arranged by the
contractor at work site.

G. Explosive and Fuel Storage Tanks: No explosive shall be stored within 1 km. of the limits of the camp
sites. The storage of gasoline and other fuel shall confirm to the regulations of Uttar Pradesh Government
and the Government of India. Any tank above ground having a capacity in excess of 2000 liters shall not
be located within the camp area nor within 100 meters of any buildings.

10. LABOUR:
A. No labour below the age of 14 years shall be employed on the work. Fair wages not less than minimum
wages that may be fixed from time to time in accordance with the law or any Act or rules made there
under applicable to the area covered by the work shall be paid by the contractor to all labour. The
payment of wages labourers shall be made at regular and reasonable intervals and shall be governed by
the contractor’s labour regulations enforced from time to time. Proper acquaintance records for such
payments shall be maintained by the contractor. In the event of their being a complaint from the labourers
the matter will be investigated by the Engineer- in- charge and if found to be correct, the dues shall be
recovered from the contractor’s bill and paid to the labour.

61 | P a g e
B. The contractor shall furnish to the Engineer-In-charge information on the various categories of labour
employed by him in the form and at such intervals as may be specified and statistic.
C. The contractor shall in respect of labour employed by him comply with or cause to be complied with the
provisions of the various labour laws and rules and regulation as applicable to them regarding all matters
provided therein and shall indemnify the government in respect of all claims that may be made against the
government for noncompliance thereof by the contractor.

D. In connection with the performance of work under this contract, the contractor will not employ any
person being tried in court of criminal offence or any person who has been convicted for criminal .

E. In connection with the performance of work under this contract, the contractor will not discriminate
against any employee or applicant for employment because of race, caste, creed or colour or national
origin and shall incorporate the foregoing provisionin all sub-contracts her under.

F. Removal of Contractor’s Men: The contractor shall, on the written direction of the Engineer-In-charge
immediately remove from the works; any person employed thereon who may, in the opinion of the
Engineer-In-charge be incompetent or has misconduct himself. Such Person shall not be employed again
without the written permission of the Engineer-In-charge.

F. Notwithstanding anything contained herein, the Engineer-In-charge may take such actions as maybe
necessary for compliance of the various labour laws and recover the costs thereof from the contractor.

11. MATERIALS AND WORKMANSHIP:


A. Quality: All materials, articles and workmanship shall be of the most suitable quality for the work. All the
materials supplied by the contractor should be as per relevant latest I.D. Specifications or Indian
Standard Specifications. All samples, required for testing the quality of materials or works, shall be
given by the contractor free of cost. Labor required for sampling and testing of the materials at site
shall be provided by the contractor free of cost.

B. Test, Inspection, Rejection of defective materials and work: The contractor shall without any extra cost
provide samples and cooperate in the testing of materials and inspection of the works. The engineer-in-
charge shall always have access to the places where materials are being stored for use under the contract,
and determine that the work is proceeding in accordance with the drawings and specifications.
The Engineer-In-charge may reject at stage, any work which he considers to be defective in quality and
he shall not be debarred from rejecting wrought materials by reason of his having previously passed them
in an unworked condition. Any portion of the work or materials rejected shall be removed from the work
site at the contractor’s expense, upon written instruction to that effect by the Engineer-In-charge.
Replacement of such work or material shall be made at the contractor’s expense.
In lieu of removing the work or materials which are not in accordance with the contract, the Engineer-In-
charge may allow such. Work or materials to remain, and in that case such work may be paid at the
reduced rates as may be decided by the Engineer-In-charge.
C. Covering of Works: No Work shall be covered up or put out of view without the approval of the
Engineer-In- charge and the contractor shall afford full opportunity for examination and measurement of
such work before it is covered up or put out of view. The contractor shall give due notice to the Engineer-
In-charge whenever such work is ready for examination and Engineer-In-charge shall within a reasonable
period, arrange for examination and measuring such work, unless he considers it unnecessary and advises
the contractor accordingly.

62 | P a g e
D. Opening of Works and Inspection: The contractor shall at the request of Engineer-In-charge open for
inspection any work covered up. in the case of works so opened. The Engineer-In-charge shall promptly,
after the receipt of a notice from the contractor that the work has been opened, make or cause the
inspection thereof to be made. Should the contractor refuse or neglect to comply with such a request, the
Engineer-In-charge may cause such work to be opened. If the said work has been covered up in
contravention of the Engineer-In-charge’s instructions, or if on being opened. Works are not found in
accordance with the contract requirements, the expenses of opening and replacing it shall be borne by the
contractor If the work has not been covered up in contravention of such instructions, or if on being opened,
it is found to be in accordance with the contract requirements, the expenses shall be borne by the
Government.
E. Contractor’s Superintendence and Supervision: The contractor shall provide all necessary
superintendence during the execution of the works and as long thereafter as may be necessary for the
proper fulfilling of the contractor’s obligations under the contract. the contractor or a competent
authorized agent or representative will be approved in writing by the Engineer-In-charge, which approval
may be withdrawn at any time. Competent authorized agent or representative is to be constantly present
on the works and shall give his whole time to the superintendence of the same.

The contractor shall provide and employ enough qualified men for supervision on all aspects of work.
F. Equipment, Instruments, Tool & Plants: The contractor shall provide necessary equipment,
instruments, tools & plants etc and shall use such methods and appliances for the performance of all the
operations connected with the work embraced under the contract as will secure a satisfactory quality of
work and rate of progress which will ensure the completion of the work within the time specified.

G. Setting Out Works: The contractor shall be responsible for the correct setting out of all works at his cost.
The contractor shall execute the word true to alignment, grade and levels as shown in the drawings and as
directed by the Engineer-In-charge and shall check these at frequent intervals. The contractor shall
provide all facilities like labour and instruments, and shall cooperate with the Engineer-In-charge to
check all alignments, grades, levels, and dimensions. Such checking shall not absolve the contractor of
his own responsibility of maintaining the accuracy of the work.

12. MEASUREMENT AND PAYMENTS:


A. The contractor or his authorized agent or representative shall be present at the time of recording of each
set of measurements and sign the measurement book or level field book in token of their acceptance. If
for any reason the contractor or his authorized agent is not available and the work is suspended by the
Engineer-in-charge to avoid recording of measurements during the absence of the contractor or his
authorized representatives, the department shall not entertain any claim from the contractor for any loss
account. If the contractor or his authorized agent of representative does not remain present at the time of
such measurements after the contractor has been given a three days’ notice in writing, such
measurements may be taken in his absence and shall be deemed to be accepted by the contractor.

B. Measurement for Intermediate Payments to be Provisional and subject to Correction


(i). Every measurement for intermediate payment on account of work, material or other things shall be
regarded as only provisional and approximate and all payment and shall respectively be subject to
revision and settlement by the Engineer-in-charge and in the event of his deciding that under any
circumstances the measurements of work executed returns of material provided and used or the estimate
of value previously made did not truly represent the quantity and quality of works executed and materials
provided and used, the Engineer-in-charge shall have the power from time to time and at any time up to
the time of the refund of the security deposit to correct the total results by recording measurement afresh

63 | P a g e
or by such other means as, after communication with the contractor or his duly authorized agent the
Engineer- in-charge may deemed to be just and such corrections shall be accepted by the contractor.

(ii). In case any item of work is not in order in any respect or possess errors or verification has not been done
by Engineer-in-Charge or his representative due to contractor, the item will be deleted from the bill or the
intermediate payment made at reduced rates, if in the judgment of the Engineer-in-charge sufficient
justification exists for doing so, the decision of the Engineer-in-charge in this respect will be final and
binding on the contractor. This, however, does not preclude the inclusion of the item by the contractor in
his next bill or bills.

(iii). Intermediate payments will only be made as advance to be credited to the Government in final
settlement of account with the contractor and not as payment for work completed and passed and the
making of any such payment shall not preclude the Engineer-in-charge from requiring the contractor to
remove or reconstruct any work on the ground that such work is faulty. Unsound imperfect or unskilled
or prevent the Government from enforcing any claim against the contractor on account of any default by
him or conclude, determine, or affect in any way the power of the Engineer-in-charge under these
conditions or any of them as to the final settlement and adjustment of the accounts. Intermediate payment
shall be made as following:

Sl. No. Progress of Item of Work Payment


1 Up to 75% Less than or Equal to 50% of contract rate
2 Up to 100% Not more than 90% of contract rate
3 After issue of completion certificate of work 100% of contract rate

(iv). Recoveries of full cost of materials supplied to the contractor by government if any, or hire of any
government T&P/machinery by contractor if any, or on account of services such as electric and water
supplies etc. and on account of expenditure if any incurred by the Government on contractor’s behalf
shall be made from the intermediate bills of the contractor.

(v). Deduction for Uncorrected Work: If the Engineer-in-charge deems it inexpedient to get corrected the
damaged work or works not done in accordance with the contract, an equitable or full reduction of the
contract rate as provided in the schedule of quantities and bids shall be made from the intermediate bills
of the contractor. However, any action by the Engineer-in- charge under this clause shall not, in anyway
absolves the contractor from his responsibility and liabilities as per terms of the contract

C. Measurement and Payment of Final Bill:


(i) Final bill shall be prepared on completion of the work only when the Engineer-in- charge has given a
certificate of completion of work.

(ii) Final payment shall be made to the contractor based on final measurements, after adjustment of all
above outstanding recoveries, or other recoveries of amounts due from the contractor. Credit shall
also be given to the Department for all intermediate payments to the contractor.

(iii) If the quantities of work items to be executed vary, on either side to any extent, account of changes

64 | P a g e
in design, drawing or any other reasons, a cost comparative statement shall be prepared for finally
executed quantities based on the rate of various tenders received. The amount of final payment of
the contractor shall not exceed the amount of first lowest thus calculated in the comparative
statement. Excess amount, if any, shall be recovered from the contractor

D. Release of Claims: After completion of work and prior to final payment, the contractor shall furnish to the
Engineer-In-charge, a release of claim against the government, arising out of the contract, other than
claims specifically identified, evaluated, and expected from the operation of the release by the contractor.
E. Deductions Towards Income Tax: Income tax at prevailing rates on the gross amount of any bill i.e.,
including cost of material etc. shall be deducted under section 194 C of income tax act, 1972 subject to
any amendments made. If the contractor can produce any certificate from the income tax department
stating that he is fully or partially exempted from such deductions, the instructions shall be complied
with.
F. Taxes and Duties:
(i) Rates are including all taxes including, local tax, royalty on quarry site, Octroi etc. except GST (Goods
and Service Tax) as per existing law and rates prevailing on date of tender. Any variation in the
expenditure on account of the above due to subsequent changes in the laws or regulations shall be fully
adjusted. Such adjustment will admissible only for the item and the quantities directly going into the
work.
(ii) The contractor shall, unless otherwise specifically provide in the contract, pay all duties, tolls, quarry fees,
royalties, and other taxes on all materials and that the he may use.
s
G. Lien to Withhold any payment due to the Contractor: The Government shall have a lien on and over
all or any moneys that may become due and payable to the contractor under the present and/or also on
and over the deposit or security amount under this contract, which may become repayable to the
contractor under the condition of the contract, in respect of any debit or sum that may become due
and payable to the Government by the contractor whether alone or jointly with another or other and either
under this or under any other contract of transactions of any nature whatsoever between the government
and the contractor and also in respect of any Government tax or taxes of other money which may become
due and payable to the Government by the contractor either alone or jointly with another under the
provision of the Government acts or any other statutory enactment or enactments in force in modification
or substitution hereof Government shall at all times be entitled to deduct the said debit or sum or tax due
from the contractor from the moneys, securities of deposit which may become payable or returnable to
the contractor under these clauses.
H. No claim for delayed payment due to dispute or other reasons etc: No claim for interest or damage
will be entertained by the Government with respect to any money or balance lying with Government
owing to any dispute, differences of misunderstanding between the Engineer-in-charge on the one hand
and the contractor on the other hand or with respect to any delay on the part of the Engineer- in-charge in
making intermediate or final payments or in any respect whatsoever.

I. Price Adjustment: No price adjustment is permissible.

J. Secure Advance Payment: No advance payment is permissible

13. CERTIFICATE OF COMPLETION OF WORK:


As soon as the work is completed, the contractor shall give notice of such completion to the Engineer-In-

65 | P a g e
charge and within ten days of receipt of such notice, the Engineer-In-charge shall furnish the contractor with
a certificate of completion or otherwise, inform him in writing of the reason for not granting the certificate.

14. EXTRA ITEMS:


Extra items of work shall not vitiate the contract. The contractor shall be bound to execute extra item of
work as directed by Engineer-In-charge if any extra item does not find place in the schedule of bids, it shall
be analyzed according to schedule of rates prevalent for the circle. In case the extra item cannot be analyzed
based on circle rate, then a sample work shall be done & rates be analyzed as per actual and shall be paid to
the contractor. In the event of dispute, the decision of the superintending engineer shall be final and binding
on the contractor.

15. ACCESS TO CONTRACTOR’S BOOKS:


Whenever, it is considered necessary by the Engineer-in-charge to ascertain the actual cost of extra items or
claims he shall direct the contractor to produce the relevant documents such as payrolls, records of
personnel, invoices of materials and any or all the date relevant to the item of necessary to determine its cost
etc. and the contractor shall, when so required, furnish information pertaining to the aforesaid items in the
mode and manner that may be specified by the Engineer-in-charge

16. DEVIATIONS, ALTERNATIONS AND ADDITIONS TO THE WORK:


The contractor shall not in any way alter any of the works without the previous written consent of the
Engineer-in-charge, but the Engineer-in-charge may, from time to time and at any time during the progress
of the works, by a written order under his hand, direct any deviations, alternation of additions to be made
form, in or to the work or any part thereof or may direct the contractor to curtail or to omit any of the
works or to execute any new or substituted work or to commence and execute the works or any part thereof
in such order and manner as he shall think fit. Any such directions of the Engineer-in-Charge and any
deviation, alteration, additions and omissions, made in pursuance thereof, shall not vitiate this contract or be
made the ground for any claim for compensation for all edge loss of profit in respect of committed works or
(except as hereinafter provided) for extra payment for additional works and any works so directed to be
omitted shall be omitted and any deviation so directed to be made shall be made to the satisfaction of the
Engineer-in-Charge in the same manner as if such works had been originally included in or omitted from the
specifications except that value of the same, whether by way of addition or deduction shall be estimated by
the Engineer-in-Charge according to the schedule of quantities and bids where applicable or otherwise
treated as an extra item. The contractor shall not however, on account of such modify new or extra works
executed by or for the Government be entitled to claim relief from the obligation to execute other works if
curtailments, omissions, deviations, alteration, andadditions and to the work aforesaid will be limited to 20%
(plus twenty %) of the cost of works.

I7. DAMAGE/RISK DURING WORKS:


A. If during the period of work or erection of an equipment, the contractor or his workmen or servants shall
injure or destroy any part of a building or other structure contiguous to the work in progress or if any
damage, or imperfection shall be caused from any cause whatsoever to any other property (whether in
progress or completed) the contractor shall make good such damage without any cost to the Government.
B. The contractor shall also be liable for and shall indemnify the Government in respect of all losses,
liabilities and costs resulting from the death, personal injury or loss/damage to the property, loss to the
system not yet accepted operationally resulting from the negligence of the contractor or his workmen or

66 | P a g e
sub-contractor.

C. The contractor shall indemnify and save harmless the Government against all action, suits, claims,
demands (other than those which may be attributable to the government or his employees) preferred prior
to the date of taking over the work by persons employed contractor or his sub-contractors on the work,
whether by common law or under the workmen compensation Act 1923 or any other statute in force on
the date of contract relating to the question of the liability of employers for injuriessuffered by employees
and will, if called upon to do so, takeout thenecessary policies of insurance to cover such indemnity.

D. In the event of any claim being made or action brought against the Government involving the contractor
and arising out of the matters referred to and in respect of which the contractor is liable under this
clause, the contractor shall be immediately notified thereof and he shall with the assistance, if he so
requests, of the Government but at the sole expenses of the contractor conduct all negotiation for the
settlement of the same

18. USE OF CONSTRUCTION FACILITIES:


The Government may undertake or award other contract for additional work at or in the vicinity of the
work site and the contractor will fully co-operate with such other contractors and Government employees
and carefully fit in his own work to such additional work as may be directed by the Engineer- in-Charge.
The contractor shall not commit or permit any Act which will interfere with the performance of the work
being done by the Government or by any other contractor of the Government. The contractor shall,
without charge, permit the government and other government contractors to use the roads, bridges, lighting
installations and any other facilities constructed or acquired by the contractor for use in the performance of
the work under these specification as are available without entailing any increase in the cost to the
contractor for maintenance or operation of such facilities.

19. FIND OF THE WORK:


Any finds on the site of work such as relics or fossils or articles of antiquity or other value or any hoards,
mineral etc. shall be the absolute property of the Government of Uttar Pradesh and shall be handed over
intact by the contractor to the Engineer-in-Charge. The contractor shall take reasonable precaution to
prevent his workmen or any other person or persons from removing or damaging any such articles or
things and shall immediately on discovery thereof and before removal acquaint the Engineer-in-Charge of
such discovery.

20. SANITATION:
The Engineer-in-Charge may establish sanitary and watch and ward rules and regulations for all forces
employed under this contract and if the contractor fails to enforce these rules, the Engineer-in-Charge may
enforce them at the expense of the contractor.

21. PENALTY FOR OFFERING ILLEGAL GRATIFICATION:


If the contractor or any of his servants or agents directly or indirectly give promises or offers any gratuity,
gifts, loans, reward, or advantage pecuniary or otherwise to any public officer, or person in the

67 | P a g e
employment of Government or in any way directly or indirectly tries to influence the action of such an
employee in anyway relating to his office or employment, the contract shall be liable to be rescind. In
the event of the contract being rescind the security deposit of the contractor shall stand forfeited to
Government and remaining unexecuted work will be carried out at the cost and risk of the contractor. In
such a contingency, no compensation shall be payable to the contractor.

22. PATENTS AND/OR COPYRIGHT:


The contractor shall hold and save the Government, its officers, agent, servants and employees harmless
from liability of any nature or kind, including costs and expenses for or on account of any copyright or
uncopyrighted composition, secret process, patented or unpatented invention, articles or appliances
manufactured or used in the performance of this contract, including their use by the Government, unless
otherwise specifically stipulated in this contract. Any patented invention, the use of which by these
specifications is required or permitted in the alternative to be used and which the Government of India has
the right to use royalty free shall be available to the contractor without the payment of royalty.

23. JURISDICTION:
The contractor shall be governed by the laws of India and of Uttar Pradesh for the time being in force and
be subjected to the jurisdiction of the High Court of Judicature at Allahabad and District Courts of Jhansi.

24. EMERGENCY:
A. In an emergency affecting the safety of life or of the work or of adjoining property, the contractor shall
immediately inform the Engineer-in-Charge of such emergency and of whatsoever measures are proposed
to be taken and the conditions that warrant such actions. In case sufficient time is not available to obtain
approval from the Engineer-in-Charge of the measures required to be taken to meet the emergency, the
contractor is permitted to act, at his discretion, to prevent such loss or injury. The measures that the
contractor will adopt to prevent such loss or injury shall however, not cause any damage to any other
work.

B. In case the contractor takes action to meet emergency at his own discretion, without obtaining approval of
the Engineer-in-Charge, he shall be bound to justify the soundness of the action taken by him. In case
action taken by the contractor is not found justifiable the contractor shall be entirely responsible for the
consequences thereof and shall make good any damage orloss at his own cost.

C. Any compensation claimed by the contractor on account of such emergency work shall be determined by
the Engineer-in-Charge and granted in case the details furnished for this are found as satisfactory. The
provisions of this clause shall not in any way limit the provisions of any other clause nor relieve the
contractor of any responsibility whatsoever under any other clause.

25. ERRORS, OMISSIONS AND DISCREPANCIES:


A. It the contractor discovers any error, omission and discrepancies in the contract drawings or
specifications or in the work undertaken and performed by him, he shall immediately notify the
Engineer-in-Charge and the latter shall promptly verify and set right the same. The contractor shall not

68 | P a g e
take advantage of errors or omissions as full instructions shall be available to the contractor, should any
errors or omission be discovered. Even after detection of such error or omission and prior to the
correction thereof if the contractor proceeds with any works affected thereby, he shall do so at his own
risk and the work so done shall not be considered as work under the contract and in performance thereof.
However, payment for extra work done as a result of errors or omission in designs, drawing or
specifications issued by the Engineer-in-Charge which could not be detected by the contractor even after
reasonable care shall be made to the contractor to extent of quantities of work done before the errors or
omission were discovered or were brought to his notice in writing.

B. The drawing and specification are to be considered as explanatory of each other and should anything
appear in the former but is not described in the latter, no advantage shall be taken by the contractor of any
such omission. In case of disagreement between specifications and drawing, the condition of the
specifications shall govern the contract. Should any discrepancies, however, appear or should any
misunderstanding as to the meaning and interpretation of the said specifications or drawing or as to the
dimensions or the quality of the materials for the proper execution of the work or as to the measurement
or quality and valuation of the works executed arise under this contract or as extra item, the same shall be
explained by the Engineer-in-Charge, and the same shall be final and binding on the contractor.

C. In case of errors, omission and/or disagreement between the drawings and specifications the following
order of preference shall apply unless otherwise directed by the Engineer-in-Charge:

(i) Between the written or shown description of dimension in the drawings and the corresponding one in
the specifications, the latter shall apply.

(ii) Between the quantities shown in the schedule of quantities and bids and those arrived at from
drawings, the latter shall apply.

(iii) Between the written description of the item in the schedule of quantities and bids and the detailed
description in the specification of the same item, the latter shall be adopted.

(iv) Figure dimensions shall supersede dimensions and drawings to a larger scale shall take the
precedence over those on smaller scale.

(v) Special directions incorporated in the drawings shall be complied with strictly.

(vi) Drawing issued as construction drawings from time to time will supersede the ones previously
issued.

26. REGULATION OF THE AUTHORITIES:


A. The contractor shall throughout the continuance of the contract and in respect of all matters arising in
the performance thereof, serve all notices and obtain all consent, way leaves, approvals and
permissions required in connection with the regulations and bye laws of any local or other authorized

69 | P a g e
authorities which shall be applicable to the works.

B. All works carried out shall comply in all respects with requirements of the rules, regulations, and acts in
force in India, to which the Government is subject and the contractor shall be held to have informed
himself fully regard to all such rules, regulations, and act in force in India.

27. FORCE MAJEURE:


Neither party shall be liable to the other for any loss or damages occasioned by or arising out of acts of God,
such as unprecedented flood, volcanic eruption, earthquake or other convulsion of nature and other acts such
as but not restricted to, general strikes, invasion the act of foreign countries, military or warlike operations
before or after declaration of war rebellion, military or usurped power which prevent performance of the
contract and which could not have been foreseen or avoided by a prudent person

28. ACCIDENT PREVENTION:


A. The contractor shall at all time exercise reasonable and proper precautions for the safety of the people on
the works and shall comply with the provisions of current safety laws and relevant construction code of
the state of Central Government and relevant manual of C.W.C as may be applicable. He shall also provide
all necessary fencing and lights required to prevent public from accidents. All machinery and equipment
and other sources of physical hazard shall be guarded in according with the regulations or laws of the
State Government and Government of India. The contractor shall be responsible for all risks to the lives
and property of the people form whatsoever cause, arising out of or in connection with the execution of the
works during their progress although all reasonable and proper precautions may have been taken by the
contractor.

B. The contractor, shall be deemed to have indemnified and undertaken to save from harm the Government
against all actions, suits, claims, demands and cost etc. arising in connection with injuries suffered prior to
the issue of the final certificate of completion. In case the government (alone or jointly with the contractor)
shall be called upon by a Court of Law to make good any such loss or damages, or to pay compensation
(including that payable under the provisions of the Workman’s Compensation Act.) to any person or
persons sustaining damage as aforesaid by reason of any act,or of any negligence of omission to the part of
the contractor, the amount which the Government may be required to pay in respect thereof and the amount
of any costs of charges (including legal costs and charges in connection with legal proceedings) which it
may incur in reference thereto shall be chargeable from the contractor.

C. Furthermore, the Engineer-in-Charge shall in his uncontrolled discretion if he deemed fit, have the right to
pay or to refund or to compromise any claim which may be made against the Government or in case of
threatened legal proceedings or in anticipation of legal proceeding being instituted in respected of matters
for which the contractor is liable to take such steps as he may consider necessary desirable to ward off or
mitigate the effect of such proceeding and recover from the contractor all sums and expenses the
Engineer-in-Charge may incur and pay on his behalf and the propriety of the action taken and the sums and
expenses incurred and paid by the Engineer-in-Charge on his behalf shall not be open to question provided
that the Engineer-in-Charge shall before taking any action as aforesaid, give to the contractor a notice in
writing of the action proposed to be taken by him and in case the Engineer-in-Charge to pay, or

70 | P a g e
compromise any claim, no such payment shall be made or compromise effected without the written consent
of contractor except when the claim does not exceed a sum of Rs. 2000.00 (Rupees two thousand only) and
the payment or the compromise is sanctioned by the Government.

D. Daily Reports of all accidents shall promptly be submitted by the contractor to the Engineer-in-Charge
giving such detail as may be prescribed for that purpose.

29. PRESERVATION OF EXISTING VEGETATION :


A. The contractor will preserve and protect all such existing vegetation such as trees on or adjacent to the
site which do not unreasonable interfere with the construction as may be determined by the Engineer-in-
Charge. The contractor will be held responsible for all unauthorized cutting or damage to trees, including
damage due to careless operation of equipment, stock piling of material or taking of grass areas by
equipment. Care will be taken by the contractor in felling trees authorized for removal to avoid any
unnecessary damage to vegetation and trees that are to remain in place andany damage to structures under
construction or in existence and injury to workmen.

B. All the produce from such cutting of trees by the contractor shall remain the property of Government and
shall be properly stacked at site approved by the Engineer-in-Charge. No payment, whatsoever, shall be
made for such cutting and its stacking by the contractor.

C. The contractor shall be charged for all trees standing on the land handed over to him for use for plant,
storage, and other incidental purpose in connectionwith execution of the work except those which may be
marked for being preserved by the Engineer-in-Charge. The contractor will be free to cut any tree for
which he has been charged and he will be free to use all the timber and fuel obtainable from such trees.
The contractor will pay for such trees at rupees one thousand two hundred per cubic meter of quantities of
timber or ballies that may be available from the trees according to the estimates of the Engineer-in-
Charge. No charge shall be made for fuel content. The recovery of amount on their account shall become
due immediately after the land had been taken over by the contractor and the amount intimated by the
Engineer-in-Charge. The recovery in full shall be made from the intermediate bill that follows.

30. CONTRACTOR NOT TO DISPOSE OFF SOIL ETC.:


The contractor shall not dispose off or remove except for the purpose of fulfillment of these contract sand,
stone clay, ballast, earth, trees & shrubs, or other material obtained in the excavation made or laying on the
site of the work, and all such material and produce shall remain property of the Department. Department
may upon request from the contractor of is so stipulated in the conditions of contract, allow the contractor to
use any of the above materials for the works either free of cost or after payment as may be specifically
mentioned or considered necessary during the execution of work

31. SETTLEMENTS OF DISPUTES:


A. If the contractor considers any work demanded to him to be outside the requirements of the contract or
considers any drawings, record of ruling of the Engineer-in-charge on any matter in connection with or
arising out of the contractor or the carrying out of work to be unacceptable, he shall promptly ask the
Engineer- in-charge in writing, for written instructions or decision. Thereupon the Engineer-in- charge
shall give his written instruction or decision within a period of three days of such request.

71 | P a g e
Upon receipt of the written instructions or decision, the contractor shall promptly proceed without delay
to comply with such instructions or decision. If the Engineer-in-charge fails to give his instructions or
decision in writing within a period of three days after being requested or if the contractor is dissatisfied
with the instructions or decision of the Engineer-in-charge, the contractor may within thirty days after
receiving the instruction or decision appeal to the chief Engineer who shall afford an opportunity to
the contractor to be heard and to offer evidence in support of his appeal. The Chief Engineer shall give a
decision within a period of thirty days after the contractor has given the said evidence in support of his
appeal.

B. If the contractor is dissatisfied with this decision the engineer-in-charge within a period of thirty days
from receipt of the decision indicate his intention to refer the dispute to arbitration failing which the said
decision shall be final and conclusive.

32. ARBITRATION
A. All the disputes or differences in respect of which the decision has not been final and conclusive shall be
referred to arbitration conducted by a sole arbitrator. Procedure for appointment of arbitrator is as
follows:

(i). Within 5 days of receipt of notice from the contractor of his intention to refer to the dispute to arbitration
the chief Engineer shall send to the contractor a list of three serving officers of the rank of
superintending Engineer or higher, who have not related to the work under this contract.

(ii). The contractor shall within 2 days of receipt of this list select and communicate to the chief Engineer the
name of one officer from the list who shall then be appointed as the sole arbitrator. If contractor fails to
communicate his selection of name within the stipulated period, the chief Engineer shall without delay
select on officer from the list and appoint him as the sole arbitrator.

(iii). If the chief Engineer fails to send such a list within 5 days as stipulated the contractor shall send a
similar list of the chief Engineer within 5 days. The chief Engineer shall then select one officer from the
list andappoint him as the sole arbitrator within 5 days. If the chief Engineer fails to doso the contractor
shall communicate to the chief Engineer the name of one officer from the list who shall then be the sole
arbitrator

B. The decision of the sole arbitrator shall be final and binding in both the parties concerned. The
arbitrator shall determine the amount of costs of arbitrator to be awarded to either parties.

C. Performances under the contract shall continue during the arbitration proceedings and payments due to
the contractor by the owner shall not be withheld unless they are the subject matter of the arbitration
proceedings.

33. DEFAULT BY CONTRACTOR:


A. If the contractor shall neglect or fail to proceed with the works with due diligence or he violates any of
the provisions of the contract, the Engineer-In-charge may give the contractor a notice, identifying
deficiencies in performance and demanding corrective action. Such notice shall clearly state that it is
given under the provisions of the clause. After such notice is given, the contractor shall not remove from
the site, any plan, equipment and materials. The government shall have a lien on all such plant,

72 | P a g e
equipment, and materials, from the date of such notice, till the deficiencies have been corrected.

B. If the contactor fails to take satisfactory corrective action within fourteen days after receipt of the notice,
the Engineer-In-charge will terminate the contract in whole or in part. In case the entire contract is
terminated. The amount of security deposit together with the value of the work done but not paid for shall
stand forfeited by the government. The plant, equipment and materials held under liens shall then beat the
disposal of the Government.

C. The Engineer-in-charge may also take possession of the whole or part of the works, site, plant, equipment
and materials bought or placed thereon and cause the shale or part to the work to be completed by utilizing
them through other agencies shall be credited to the contractor at his contract prices.

D. One completion of such works if the expenses incurred for carrying out such work, as certified by the
Engineer-In-charge, are in excess of the value of the work credited to the contractor, the difference shall
be paid by the contractor to the Government. He shall also be liable for the liquidated damages under the
contract.

E. The Engineer-In-charge may direct that part or the whole of such plant, equipment and materials be
removed from the site within stipulated period. If the contractor fails to do so, the Engineer-In-charge
may cause them to be sold, holding the net proceeds of such sale it the credit of the contractor. After
completion of the work and settlement of amounts, the lien by the government on the contractor’s plant,
equipment and balances of materials shall be released.

F. Termination of the contract either in whole or in part shall be adequate authority for the Engineer-In-
charge to demean discharge of the obligation from the guarantors of the security for performance.

34. DEFECT LIABILITY PERIOD:


The contractor shall remain liable to remedy all defects that may develop in the renewal/resurfacing
work arising solely from faulty materials or workmanship. If it becomes necessary for the contractor to
remedy any defects in the work, the liability of the contractor shall remain for the part of the work
required until the expiration of six months from the date of completion.

35. RELEASE OF SECURITY DEPOSIT:


On the completion of the whole of defect liability period has passed and the Engineer has certified that
all defects notified by the Engineer-in-charge to the contractor before the end of his period have been
corrected, full security deposit shall be released.
.
36. TERMINATION OF CONTRACT:
The Employer may terminate the Contract if the Contractor causes a fundamental breach of the Contract.
Fundamental breaches of Contract shall include, but shall not be limited to, the following:

A. The Contractor stops works for 7 days when no stoppage of work is shown on the current Program
and the stoppage has not been authorized by the Engineer-in-charge.

B. The Contractor is declared as bankrupt or goes into liquidation other than for approved
reconstruction or amalgamation.

C. The Engineer-in-charge gives notice that failure to correct a particular Defect is a fundamental
breach of Contract and the Contractor fails to correct it within a reasonable period determined by the

73 | P a g e
Engineer-in-charge.

D. The Contractor does not maintain a Security, which is required.

E. If the Contractor, in the judgment of the Employer, has engaged in the corrupt or fraudulent practice
in competing for or in executing the Contract. For the purpose of this clause,” corrupt practice”
means the offering, giving, receiving. Or soliciting of any thing of value to influence the action of a
public official in the procurement process or in Contract execution.” Fraudulent Practice” means a
misrepresentation of facts in order to influence a procurement process or the execution of a contract to
the detriment of the Employer and includes collusive practice among Bidders (prior to or after bid
submission) designed to establish bid process at artificial noncompetitive levels and to deprive the
Employer of the benefits of free and open competition.

F. If the Contractor has not completed at least thirty percent of the value of construction Work required
to be completed after half of the completion period has elapsed.

G. If the Contractor fails to deploy machinery and equipment or personnel as specified in the contract
Data at the approximate time.

37. CONTRACTOR DYING or BECOMING INSOLVENT, INSANE OR IMPRISONED :


A. In the event of the death or insanity of the contractor, the contract may be terminated by notice in writing,
pasted at the site and advertised in one issue of the local newspaper. All acceptable works shall thereafter,
be paid at appropriate rates after recovering all the contractor’s dues to government, to the persons entitled
to receive and give a discharge for such payment.

B. If the contractor, is imprisoned, becomes insolvent, compound with his creditors, has a receiving order
made against him or carries on business under a receiver for the benefit of the creditors or any of them of
being a partnership firm becomes dissolved or being a corporation goes into liquidation or commences to
be wound up not being a voluntary winding up for the purpose only of amalgamation of reconstruction,
the government shall be at liberty:
(i) To give such liquidator, receiver, or other person in whom the contract may become vested the option of
carrying out the contract or a portion thereof to be determined by the government, subject to his
providing an appropriate guarantee for the performance of such contract.
Or

(ii) To terminate the contract forthwith by notice in writing to the contractor, the liquidator, the receiver, or
person in whom the contract may become vested and take further actions provided in the clause “Default
by contractor” treating as if this termination is ordered under that clause

38. SUSPENSION OF WORK


A. The work shall be deemed to have been suspended if

(i) it is provided for in the contract.

(ii) Necessary for the proper execution of work as decided by the Engineer-in-charge.

74 | P a g e
B. The Contractor shall not be entitled for any extra payment for the period of suspension of work. If the
suspension of work continues for more than 14 days, the Engineer-in-charge may, at his discretion,
terminate the contract as provided in this contract.

39. BREACH ON THE PART OF GOVERNMENT


No breach or non-observance on the part of Government of anything given in the agreement contained
herein shall annul this contract or discharge the contractor from the observation and performance thereof but
on application by the contractor the Engineer-in-charge may in respect of such breach or non-observance by
Governmentgrant extension of time for the completion of work.

40. CONTRACT DOCUMENTS AND MATTERS TO BE TREATED AS CONFIDENTIAL:


All documents, correspondence, decisions, and other matters concerning the contract shall be considered
as of confidential and restricted nature by the contractor and he shall not divulge or allow access thereto of
any kind to any unauthorized persons of any kind.

75 | P a g e
SPECIAL CONDITIONS OF CONTRACT
In addition, to General Conditions of Contract, the following Special terms and conditions shall also be part
of the tender documents/contract and will be binding on both the parties of the Contract. Wherever any
clause of the Special terms & conditions is contradictory of the General conditions, clause of the Special
terms & conditions shall be taken as have been issued in suppression of the General terms & conditions.

1. THE CONSTRUCTION OF THE CONTRACT:


The contract shall in all respect be constructed and operated as a contract defined in the Indian Contract Act
1872 as amended from time to time.

2. MARGINAL NOTES AND CAPTIONS:


The marginal notes and captions of the clauses do not form part on the same and shall not affect their legal
construction.

3. INFORMATION AND DATA:


The information and data furnished herein relative to the work and site conditions are general. It shall be the
responsibility of the contractor to fully acquaint himself with the nature and the location of works, quarries,
local conditions, and other aspects which are relevant to the work

4. SITE INVESTIGATION & LOCATION:


A. It is understood and agreed that the contractor, by an inspection and visit, has satisfied himself to the
nature and location of the works, general and local conditions and particularly those bearing on transport,
handling or storage of materials, tools, disposal of spoils, availability of labour, weather conditions or
similar physical conditions at the work site, sub-soil water, the configuration of ground, the character,
quality and quantity of the surface and the sub-surface materials to be encountered, the character of
equipment and facilities needed preliminary to and during the execution of the work and all other matters
which may in anyway affect the work or the cost there of under this contract.Any default of failure by the
contractor to acquaint himself with all the information concerning these conditions will not relieve him
from responsibility for the execution of the contract.

B. Proposed area of Gross Command Area for survey site is in Gram- Sonakpura, Barauta, Imlauta,
Shahpura Khurd, Gurha etc of Tehsil Garautha, Dist Jhansi whose location is shown in the attached index
map. The proposed area is tentative and actual survey site may change as per plot maps of villages and
requirement. No claim or compensation shall be entertained for this change of area of site.

C. Contractor shall bear all the cost for creating kmz file of command area shown in index map and digital
plot maps of concerned Gram by geo-referencing them by his own experience of visit and inspection and
overlaying them to submit kmz file to Engineer-in-charge for deciding the final area of survey-site. No
claims or compensations shall be entertained.

5. LOCAL ROADS/SURVEY APPROACH PATHS :


A. In addition to existing public roads near the site of work and the roads constructed by the government, the
Contractor may construct and maintain additional Kuccha Road by clearing jungle and filling earth for
leveling to make smooth path or Pucca road for movement of vehicle, as required at his own expense for
establishing Ground Control Points or reaching existing control points.

76 | P a g e
B. However, for cross verifying of processed DEM/Topographic Plan of at least 20% of survey area through
DGPS/Total Station requires any jungle (bushes not more 7.5 cm diameter) clearance work and earth
filling work to make survey approach paths, then such cost of jungle clearance and earth filling shall be
paid to contractor for the actual field condition quantity.

C. Contractor shall establish additional Bench Mark or Reference Mark or GCP, if required, at his own
expense and no more claim and compensation shall be entertained.

6. The contractor shall furnish promptly and without any additional charges all reasonable facilities, labour,
skilled personnel, materials, tools, plants, equipment, machinery necessary for the safe and convenient
inspection, cross-verification and test that may be required by the Engineer-in-charge which shall be
performed in such a manner as not to unnecessarily delay the work.

7. No intermediate payments shall be made to the contractor till the whole 20% of survey area has been
cross-verified and results are found within the permissible limit.

8. If, after cross-verification, results found vague and not within the permissible limit, survey will be re-done
by contractor at his own cost or contract shall be terminated by Engineer-in-charge without any
compensation and payment to contractor.

9. EXECUTION OF WORK IN CONFORMITY WITH THE CONTRACT DOCUMENT:


A. The whole of the work shall be executed in conformity with contract documents as well as in
accordance with such explanatory and detailed drawings and directions as may be furnished from
time to time by the Engineer-in-charge for guidance of the contractor.

B. The contractor shall proceed with the works with diligence and expedition and the whole of the works
herein specified as well as the mode of execution shall beunder the supervision and direction and shall be
carried out to the entire satisfaction of the Engineer-in-charge, who shall have full powers to order the
contract or to alter, enlarge or diminish the forms, dimensions, or quantities of any of the works, or make
use of materials and workmanship of different descriptions and qualities from those herein specified.

C. The whole of the works together with any temporary works associated therewith, shall be carried out in
the most substantial, proper, and workmanlike manner with the best material and workmanship and in
such order of times and such sequence as the Engineer-in-charge may direct. The contractor shall attend
to and execute without delay all orders and instructions which may from time to time be issued by the
Engineer-in-charge

10. POWER TO CLOSE WORK


If at any times after the date of order to commence work, the Government shall for any reasons whatever not
required the whole or any part of the work to be carried out, the Engineer-in-charge shall give notice in
writing of the fact to the contractor who shall have no claim to any payment by way of compensation or
otherwise on account of any profit or advantage which he might have derived from the execution of work in
full but which he could not derive in consequence of the giving up of the work before the completion. He
shall be paid at contract rates for the full amount of work executed and actual expenses incurred by him on
account of any labour and material collected at site or arrangement made for the execution of the work
which could not be utilised either fully or partially on the work, on account of giving up of the work as

77 | P a g e
aforesaid. Where partial utilization of labour, material, and arrangement as aforesaid has been made, the
payment will be made in proportion to the value of the work done to the value of the whole work covered by
the contract.

11. WORKS SUBJECTED TO INSPECTION BY TECHNICAL AUDIT CELL (TAC)/ QUALITY


CONTROL WING OF THEPROJECT: All the works during the progress and after the completion
shall be subjected to inspection by Technical Audit Cell, Irrigation Department (U.P.)/Quality Control
wing of the project. Any defects of materials or workmanship pointed out by the Technical Examiner
and established as such shall be rectified by the contractor at his own cost. Any recoveries or reduction
in rate considered necessary by the Technical Examiner/officers of quality control wing shall be
realized from the contractor even if the work has been accepted by the Engineer-in-Charge from
subsequent bills or securities of the contractor, or contractor's dues available with the Irrigation
Department in other Divisions.

12. RULES REGARDING LABOUR LAWS IN UTTAR PRADESH:


A. The contractor shall be bound and shall be responsible to comply with the provisions of the labour
laws in force in the state of U.P. including the Minimum Wages Act to any enactment in
suppression, extension, or modification there of which may be passed at any time or from time to
time by a competent legislative body and may have effect in the State of U.P. and the Rules and
Regulations made there under or any amendments or modifications thereof for the time being in
force.

B. All expenses in connection with the compliance of such laws and rules shall be borne by the
contractor, and the contractor shall neither demand nor claim nor shall be entitled to any additional
payment because he failed to take into account any such expenses in his tender or that any
subsequent amendments in such laws or rules have changed the basis on which he worked out such
expenses while submitting his tender.

C. In every case in which by virtue of the provisions of the labour laws in force in the State of U.P. and
the rules and regulations made thereunder, the Department is obliged to pay any sum in the
execution of the work. Department will recover from the contractor the amount so paid, and without
prejudice to the other rights of the Department, the Department shall be at liberty to recover such
amount or any part thereof by deducting it either from the security money deposited by the
contractor or to his credit under clause 1 of I.D. Form No. 111 or from any other sum due by
Department to the contractor whether under this contract.

13. PERMISSION FOR FLYING DRONES: Any permission from any authority for flying drones shall
be the responsibility of contractor. Engineer-in-charge can facilitate the purpose.

14. Only shifting of provided bench mark of Lachura Weir’s Crest Level to locate permanent bench mark on
specified permanent structure near command area by indelible paint shall be paid to contractor and no
other claims will be entertained on account of establishing additional GCP, reference line, marks or bench
marks.

15. If minimum number of ground control points which are to be marked on permanent structures in a 100
hectare of area, ie 6 no, cannot be able to establish fully due to insufficient permanent structures, then
pending GCP shall be established on pillars for which no claims shall be entertained by contractor.

78 | P a g e
16. Any cost of additional number of GCP required to be established for achieving stipulated accuracy shall
be borne by contractor.

17. ENGINEER-IN-CHARGE ORDERS TO BE FINAL AND BINDING IN CERTAIN MATTERS:


A. In the matter of dispute either before the commencement, during the progress or after the completion of
work by the contractor or after entry on taking possession of the work by the government rightly or
wrongly or after abandonment of the work by the contractor in respect to any and every claim by the
contractor whether arising under or out of the contract or from the breach or alleged breach thereof or in
any way incidental thereto or connected therewith or not herein provided for including without limiting
the generality of the foregoing provisions questions as to the quality, quantity and kind of materials ,
labour, supervision, workmanship, plant and temporary prescribed or extended time limit (if any) for
completion of the work, the measurement of the works and materials and all additions, altered, modified,
substituted or omitted work and certificates of completion and of payments and as to all other matters and
things in the contract documents left to or dependent on the decision, opinion, order, direction, requisition
and or certificate of the Engineer-in- charge shall be final and binding upon the contractor and the
Engineer-in-charge shall not be called upon or bound to give reason with regard to the matters and things
aforesaid.

B. Further the Engineer-in-charge shall be sole judge as to which clauses of the specifications relate to
which particular work and as to the items in the schedule of quantities and bids under which any
particular work is to be classed and also whether or not the rate for any item in the schedule of quantities
and bids shall hold good under conditions altered or modified according to the provisions of this contract
and the opinion of the Engineer-in-charge in this respect shall not be questioned and be final and binding
on the contractor except that the contractor will have the option to refer the matter to arbitration.

79 | P a g e
80 | P a g e
SCOPE OF THE WORK
1. GENERAL:
A. All works shall be carried out in accordance with the detailed specifications herein after described. In
case the specifications of any work are not given the same be carried out in accordance with “UTTAR
PRADESH IRRIGATION DEPARTMENT SPECIFITIONS PUBLISHED UNDER THE ORDER
OF THE CHIEF ENGINEER”, Irrigation Department, Uttar Pradesh with latest amendments. In case,
the specifications of any work are not given, the work shall be carried out in accordance with the
instructions and directions of the Engineer-in-charge.
B. These specifications shall be read and construed along with the conditions of the contract. The
envisaged quantum of work at area of survey site can be increased or decreased as and when the work
proceeds.

C. The Scope of the agency involved in the works shall be extensive involving "Topographical and
Cadastral Survey of Gross Command area Using Drone/Unmanned Area Vehicle (UAV) and
preparation of contour map at 0.5 meter interval.

2. REQUIREMENTS & DELIVERABLES: The scope shall cover the two major following aspects

A. Requirements: It is as following:

(i) Collection and Digitization of plot maps (Bhu-Naksha) of concerned proposed Grams (cluster) and
geo-referencing it, along with the command area shown in index map, based on preliminary visit to
decide the final site of area of survey.

(ii) Shifting of provided nearest bench mark of Lachura Weir’s Crest Level to the specified permanent
structure near gross command area including marking with indelible paint in a scribbled manner to
establish Permanent Bench Mark as per direction of Engineer-in-charge.

(iii) Establishment of required number of Ground Control Points (GCPs) at the field by DGPS, Total
Station linked to WGS-84 and level-reference taken by set-up permanent bench-mark in clause no
2.A.(ii) as above and Post Posting supported by sketched and digitized photographs for
Photogrammetric completion of Base Map.

(iv) Collection of Digital data of Gross Command Area of Pressurised Pipeline Irrigation Project in
Gram- Sonakpura, Barauta, Imlauta, Shahpura Khurd, Gurha etc of Tehsil Garautha, Dist Jhansi by
Drone/Unmanned Area Vehicle (UAV) shall include:

 General Topography
 Vegetative Cover
 Property Cover
 General Slope
 Surface Drainage

81 | P a g e
 Water Logging
 Forest Cover
 Number of actual Villages including house-hold in each village
 Land Use-Land Cover
 Cadastral Field Plot Map with detail

(v) Processing of Data, Geo- referring, Areal Triangulation of Individual Model, DEM, Ortho-
rectification.

(vi) Compliance of base map 2D/3D on 1:1000 / 2500 scales with contour at 0.5 m interval including
grid plan with block leveling at 10 m grid basis.

(vii) L-Section of River, if any in area of interest, up to end point of Command area and cross sections of
it at 200m intervals or as directed by Engineer-in-charge.

(viii) L-Section of Canal, Cross-Drainage Work or Nallah etc., if any in area of interest, up to end point of
Command Area and cross sections of these at 500m intervals or as directed by Engineer-in-charge.

(ix) Cross-Verification of processed DEM/Topographic plan for at least 20% of survey area, selected by
Engineer-in- charge, through DGPS/Total Station by contractor in presence of Engineer-in-charge or
his representative in such a manner that it shall not destroy any existing crop in farmer field or
hamper any agricultural operation including jungle clearance work and earth filling work ,if required
any, to make convenient survey approach path as per direction of Engineer-in-charge.

B. DELIVERABLES: The agency after the detailed study and fully satisfied cross physical verification
by Engineer-in-charge, shall furnish the following:

(i) Map- 2D/3D on 1:1000 / 2500 scales with contour at 0.5 m interval including grid plan with block
leveling at 10 m grid basis, Canal, Cross drainage, River Nallahs etc. in Command area.

(ii) Detailed field survey & preparation of contour map of Command area showing L-Section of River, if
any in area of interest, up to end point of Command area and its cross sections at 200m intervals or as
directed by Engineer-in-charge.

(iii) Detailed field survey & preparation of contour map showing L-section of Canal, Cross-Drainage or
Nallah etc, if any in area of interest and cross section at 500 m interval or as directed by Engineer-in-
charge.

(iv) Detailed field survey and preparation of cadastral/settlement/property map of area of interest [Land
type and quantification (Govt. land, Forest land, Private land etc.), No. of villages, Households, and
type of houses (Kaccha, semi-permanent, permanent etc.), Prominent structures, Govt. Buildings,
railway lines, roads, HT/LT Lines, any pipelines etc. and detail thereof] in the gross command area.

(v) Installation and marking of Ground Control Points (at least 8 Nos. of GCPs per 100 hectare of area)
including 75 % on permanent structure and 25 % by constructing concrete pillars at area of interest as
per instruction of Engineer-in-charge.

All maps shall be made available in at least 15 sets (Hard and Soft copy). The soft copy of the survey may

82 | P a g e
be available in the 3D Civil software/Auto CAD/DWG/PDF file or any other as instructed by Engineer-
in-charge and shown to reputed Government Institute to seek advice and remark required for
modifications if any.

(vi) In addition, the following deliverables related to Ground Survey Record may also be ensured for
Validation:
 Horizontal and Vertical Control Record.
 Observation data of GPS control in RINEX format and the Data log sheets maintained in the field
containing the antenna heights, instrument specific information required for processing, date & time
of observation, responsibility, description of GPS observation station.
 The post-pointing of the entire contour points on the soft copy of the imagery at full scale resolution
along with their descriptions and sketches and hard copy of imagery at appropriate scale resolution
along with their descriptions and sketches. The sketches should be made to add further clarity to the
post.
 The processing report of GPS observations indicating the accuracies achieved in baseline
processing and network adjustments. The sketches should be made to add further clarity to the post.
 The observation and processing / computation records pertaining to Total Station Survey
 The observation and processing / computation records pertaining to Spirit Level Survey
 List of GCPs points showing final coordinates.
 All quality control records.

(vii) DEM / DTM / Ortho Photo Record:


 Ortho-Photo record in required format with GSD 10 cm or better as per direction of Engineer-in-
charge.
 As per scope of work sheet wise, DEM in IMG or tiff, ASCII format (USGS) or any other format as
per direction of Engineer-in-charge
 The break lines and mass points will also be delivered as 3-D shape file – in labeled DVD. Data
pertaining to more than one sheet can be achieved in the same sheet, but suitably organized in
folders and sub-folders.
 Contours at vertical interval as indicated (1:10K sheet wise) – in labeled DVD.
 DEM generation report (if mass points collected in automatic mode) lodged in respective Block
folder.
 Details of reference pillars, benchmark pillars and Ground Control Points are to be submitted as a
separate Excel file with their location landmarks and as a 3D drawing file.

(viii) All input material received from Government. The contractor shall return all the input materials
received from the Government.

(ix) Any other records related to work can be asked by Engineer-in-charge in required format to deliver
which shall be delivered by contractor without any claims.

83 | P a g e
TECHNICAL SPECIFICATIONS
A. GENERAL:
1. The scope of the work is as mentioned in SCOPE OF WORK.

2. These services would cover, in general, Command area survey, L- sections and cross sections of river,
cross drainage, canal or Nallah etc., and property/cadastral survey etc. as indicated in this document
and as directed by Engineer-in-charge and within the stipulated time period.

3. Surveys shall be based on and/or referred to a basic grid of datum points, triangulation points and
benchmarks adjacent to the nearest available location in the project area. This grid shall be the sole
basis of reference for all survey work and measurement.

4. All surveys and drawing work shall conform to the standard practices and as per BIS and Survey of
India Specification.
5. Horizontal control stations for topographical survey shall be established by Total stations or DGPS etc

6. All survey work is to be done with the help of latest equipment such as Drone (UAV), Total station,
DGPS and Auto level etc.

7. All relevant geomorphic, geographical, and manmade elements including various permanent features in
the near vicinity shall be marked giving standard legend.

8. The specifications for the contour lines shall be:


(i) Contour lines shall be generated in color and every fifth contour line shall be an index contour and
shall be distinguished using a heavier line style for easy identification.

(ii) Symbol Library of Survey of India may be referred for their depiction. Digital contour lines
passingover building, trees and other artificial structures above ground shall not be broken.

(iii) Contours shall be edited for proper registration with streams, after the streams havebeen captured.

9. Contractor shall aim to achieve better accuracy by establishing additional control points on the
permanent structures at his own expense.

B. MATERIAL AND INSTRUMENTS:


1. The Contractor shall provide, maintain, and operate suitable and appropriate equipment, instruments,
materials, and auxiliary equipment commensurate with the various tasks and precision requirements of
the survey works of topographical type or any other required.

2. Type and accuracy of the survey equipment to be used by the Contractor shall correspond to the nature
of surveys inconformity with standards practices.

3. All equipment including Drone (UAV), DGPS etc. instruments, materials and auxiliary equipment shall
be in perfect operational condition. Prior to the start of survey activities, equipment, instruments etc.
shall be checked as to their proper functioning and accuracy.

84 | P a g e
4. The Calibration certificates of instruments shall be submitted to the Engineer-in-charge before the start of
the work.

5. Instruments and equipment which have depreciated from use, damage or accidents to a degree making
them unfit for further use at the site, shall be removed from the site and replace immediately.

6. The number of sets of instruments shall be sufficient to meet the requirements of the time schedule.
Delay of start of surveys caused by insufficient quantity and quality of survey equipment including
provision of professional staff shall be the Contractor’s responsibility.

C. SPECIFICATIONS:
 The specifications shall be read in conjunction with the description of the item in Financial Bid.
 The tenderer must visit the area prior to submitting his tender, to acquaint himself fully with the nature,
type and scope of work involved there in. The rates quoted shall remain firm during entire period of
execution and till completion of the work and any additional claim for lack of knowledge shall not be
entertained
 The work shall be executed according to the following specifications and good standard of practice
necessary to fulfill the objective of the survey work, strictly in accordance with the instructions and
satisfaction of the Engineer-in-Charge

1. Furnishing of Final Map of Site of Area of Survey:


(i) As the proposed command area is tentative and is in Gram- Sonakpura, Barauta, Imlauta, Shahpura
Khurd, Gurha etc of Tehsil Garautha, Dist Jhansi in Uttar Pradesh as shown in the attached index map
(part of SOI OSM No- G44N7 and Sheet No 54O/7). These all shares its boundary with Madhya Pradesh.
So, for getting the better idea of demarcation boundary line between two states, contractor, on
immediately signing the agreement, execute following steps:

a. Geo-reference the command area, shown in index map, with his own experience and visit by mapping
software and produce kmz/kml file.

b. Collect and digitize the plot map (Bhu-Naksha) of above-mentioned villages or adjoining areas from
the competent website or authority and geo-reference all plot maps with his own experience and
produce kmz/kml file.

c. Overlay both these kmz files and shall submit this kmz file to Engineer-in-charge for approval of the
actual area of survey.

2. Shifting of Known Bench Mark to establish Permanent Bench Mark: Lachura Weir is situated south
of the command whose crest level bench mark shall be shifted to the specified permanent structure near
command area by indelible paint in scribbled manner as per direction of Engineer-in-charge
Note: Measurement shall be done for the shortest path from Lachura Weir to specified
permanent structure near command area.

3. Establishment of Ground Control Points (GCP) and Reference marks:


(i) At least 8 no per 100 hectare (out of which 75% on permanent structure and other 25% on concrete
pillars) Ground Control Points should be established at the field by DGPS, Total Station linked to

85 | P a g e
WGS-84 as per direction of Engineer-in-charge. Post Posting of these GCP should be supported by
sketched and digitized photographs for Photogrammetric completion of Base Map.(Annexure-8)

(ii) For establishing Ground Control Points, additional reference/temporary bench mark should be
established in required number to give better accuracy.

(iii) Erection of RCC Pillars: The RCC Pillars shall be of size 15 cm x 15 cm x 75 cm pre-cast in 1:2:4
C.C. with 20 mm graded metal with 6 mm dia 4nos. main bar and 4 rings of 6 mm dia as per drawing
important locations. This should be located preferably at corner of the field, which will not hamper the
agriculture operations or as instructed by the Engineer-in-Charge. This level shall be established on
top of pillar by indelible paint as per direction by Engineer-in-charge. Projection of the pillars above
ground level will be 30 cm and embedded with 15 cm cement concrete 1:2:4 all around it. The list of
pillars with location coordinates (ID, latitude, longitude & elevation) shall be submitted along with the
report. The typical drawing of RCC line pillar is appended at Annexure-9.

4. Data Acquisition:
(i) Photogrammetry Data - Collection of High-Resolution Aerial Imagery of minimum 10 cm GSD
using survey grade PPK/RTK UAS/Drone having on board dual GNSS system and calibrated camera.
UAV Aerial Photo Acquisition shall be done to cover area of interest. Suitable Overlapping: minimum
60 % forward and minimum 30 % side overlap shall be maintained. Ensure Image Quality: Clear
/sharp imagery with good light condition. Images must have XYZ co-ordinates and rotational
information, sensor size, focal length as meta data. (Annexure-4)

(ii) For L-section and cross section survey: DGPS/RTK/Total Station or another required instrument
along with Unmanned Aerial System should be used as per direction of Engineer-in-charge.

5. Drone based Aerial Data Processing using Stereo Photogrammetry


(i) Photogrammetry Data Processing - Aero Triangulation Using the professional Photogrammetry
Software which supports Stereo Capability to measure control points with highest precision and rigorous
bundle block adjustment for reliable mathematical calculation and results. This operation includes
measuring and transferring all tie, check, and control points appearing on all photographs manually; and
performing a least squares block adjustment.

(ii) Digital Terrain Model (DTM) - Each Stereo Model is setup in the stereo photogrammetry software.
The manual inspection and editing of the elevation points in stereo photogrammetry software to
eliminate points captured over trees, buildings etc. ensuring that the DTM are totally at ground level.
Various ground features will be also captured wherever elevation change present on the ground to
prepare the accurate DTM. (Annexure-6)
The 3D break line will be capture on the Transportation features, Hydrography/Hydrological Features,
ground level Structures, vertical drops etc. for the creation of accurate DTM. (Annexure-7)

(iii)3D Topographical mapping - Positions, both in plan and section, of all natural and artificial features of
the area like water ways, railway tracks, cultivation, villages, plot maps, fences, pucca and kaccha roads
including culverts and crossings, foot tracks, other permanent objects like telephone posts and
transmission towers etc. are to be established and subsequently shown on survey maps by means of
conventional symbols (preferably symbols as on Survey of India Maps). All the hills and valleys with

86 | P a g e
in the area/areas are to be surveyed and plotted on maps by contours using Traditional 3D Stereo
Photogrammetry Technique.(Annexure-5)

(iv) Digital Elevation Model (DEM) at 1-meter grid interval to be delivered.(Annexure-6)

(v) Ortho photo of GSD 10 cm or better in required format having clear detail with no smear/warp. Seam
line editing & Photoshop correction should be used to ensure clear details while keep high geometrical
accuracies.

6. Cross Verification of Photogrammetry Processed Data:


(i) Cross-Verification of processed DEM/Topographic plan for at least 20% of survey area, preferably along
the tentative proposed distribution pipeline network, shall be done by contractor through DGPS/Total
Station as per the direction of Engineer-in-charge in such a manner that it shall not destroy any existing
crop in farmer field or hamper any agricultural operation.

(ii) Vertical accuracy shall be 20 cm or better.

7. Jungle Clearance: All heavy under growth root and bushes upto 7.5 cm diameter etc. and other
objectionable materials within the area shall be cleared and completely removed from the site to the
satisfaction of Engineer-in-charge. Disposal in the stream will not be permitted and no material shall be
piled.

8. Earth Work: 10 % of quantity shall be deducted for voids.

C. EXECUTION:
1. General:
(i) For the execution of the survey work the Contractor shall employ and provide experienced
professionals and auxiliary staff. All survey and measurement work shall be recorded properly

(ii) The Contractor shall provide, maintain, adjust when necessary and operate the required survey and
auxiliary equipment for the performance of the works.

(iii) All survey and measurement activities shall be recorded in maps and field books as directed.
The production of drawings and maps on Auto Cad shall be deemed to be part of the works.

(iv) The Engineer-in-charge shall have the right to check work performance, accuracy, all survey results,
measurements and calculations to see that they conform to the client’s requirements.

(v) The contractor shall keep & maintain records of all field surveys and measurements, the related
computations and calculations, manuscripts, plans, drawings and maps in a professional and approved
manner and shall make them available to the client whenever desired.

(vi) If, in the opinion of the Engineer-in-charge, deficiencies and/or inaccuracies in field and office work
have been found, such work shall be repeated and make good to the satisfaction of the client at the
Contractor’s expense.

(vii) The Contractor shall be solely responsible for accuracy of survey maps and drawings.

2. Reference Marks and Bench Marks:

87 | P a g e
(i) Permanent Bench Marks shall be established by double Levelling method. Bench mark leveling shall be
carried out with great accuracy and care within permissible limits. If the error is greater than
permissible, re-Leveling shall be carried out.

(ii) In addition to the permanent bench mark to be marked as specified in Scope of Works, the contractor
shall establish at his own cost, at suitable points, reference lines and temporary bench marks as may be
necessary. The contractor shall remain responsible for the sufficiency and accuracy of all his bench
marks and reference lines. He shall take precautions to see that the lines,point and bench marks fixed by
and other government agencies are not disturbed by his work and shall make good for any such
damage.

(iii) The contractor shall establish sufficient number of bench marks along the periphery of the project area
and on permanent structures like roads, canals, temples, bridges, culverts, wells and other important
buildings etc. coming in route of the survey. BM no. and RL is to be painted / engraved on all such
BMs

D. VERIFICATION OF SURVEY GRID


1. The basic survey grid shall be verified by the Contractor and all coordinates and elevations as shown on
the survey maps shall be based on the basic survey grid.
2. The contractor shall record all calculations, control surveys, setting out and check surveying in a suitable
permanent form for verification, which shall be always available to the Engineer-in-charge on request.
The Contractor shall supply two (2) copies of all such calculations to the Engineer-in-charge on his
request.

E. EXTENSION OF BASIC GRID


1. The datum points shall be of permanent nature and shall be constructed as directed by the Engineer-in-
Charge or as per standards. The datum points, reference monuments, & benchmarks shall be protected &
maintained.

2. The Contractor shall keep records of all survey activities such as sketches; field books calculations etc. for
the entire duration. The Contractor shall upon requestof the purchaser put at their disposal all records and
documentation or provide copies thereof or their convenience. All survey drawings shall be prepared in
AutoCAD 2016 or higher version.

F. PREPARATION OF DRAWINGS
All the drawings shall be submitted in A- 1 size subject to changes as per Engineer-in-charge requirements.
The scales of the map shall be as mentioned in the scope of work.

G. SUBMISSIONS
All survey data and corresponding topographical maps as and when completed in respect of any item of work
shall be submitted in required number to the Engineer-in for reference and use. All the drawings/maps shall
be AUTO CAD compatible. The contractor shall submit all deliverables as Clause 2.(B) of Chapter 2 of Part
C along with following:

1. Detailed work program & plan for carrying out the survey before commencement ofwork.
2. All field survey data related to contour Leveling for verification.
3. Original survey field book(s) and DGPS/Drone output.

88 | P a g e
4. All drawings shall be in A-1size
5. A brief report giving scope, methodology, instruments used, Bench-marks, control points connected for
survey work.

89 | P a g e
Drone Image Quality
(Annexure-4)

GSD 10 cm
Bands R G B (Three band natural colour imagery)
End overlap 60% minimum
Side overlap 30% minimum
As per following conditions:

 Sun angle no less than 30 degrees to minimize shadow


 The project site has high relief changes therefore photograph will
be captured at high sun angle to avoid shadows due to these high
relief formations.

Collection Conditions  Cloud free with minimal smoke, smog, fog and dust.
 Minimum soil moisture and after sufficient gap after rainfall.
 Every effort shall be made to avoid breaks within individual flight
lines. Where necessary, the entire flight line composed of the
resulting segments shall meet all of the requirements set forth in
these specifications. Where breaks occur, these shall have an
overlap of at least four frames to ensure a stereo model of overlap
or tie.

Horizontal Accuracy 10cm GSD or better for the ortho-photo generated.

Radiometric Minimum 8 bit per band in accordance with chosen image format
Resolution
Horizontal Datum The World Geodetic Datum 84 (WGS-84).

The coordinate system for all deliverables is the Universal


Map Projection Transverse Mercator (UTM).

90 | P a g e
3D/2D Topographic Survey Specifications
(Annexure-5)
S.No Items Specifications
1 Topographic Plan Preparation of Topographic Plan
This activity will include 3D/2D digitization of all the features
(natural and manmade) e.g. existing roads, extension of
settlements, change in land use pattern, change in water
bodies, etc., and capturing new features e.g. new roads /
railways, net settlements etc., The scale of topographic map
will be standard 1:1 as available after ortho rectification,
however font size for text matter should be suitable for a scale
of 1:1000.

The topographic map consisting of all the features shall be


prepared in AutoCAD environment as one drawing and in
blocks of suitable length along the alignment as may be
decided during the execution of work. There will be separate
layer for each feature. While drawing features, the precautions
mentioned below needs to be adopted.

a. There should not be topographical errors.


b. Consistency should be maintained for symbology and
attributes of features.
c. Consistency should be maintained for File naming
conventions.
d. There should not be any missing feature.
e. The entire data should have the required positional
accuracy
f. All the linear features need to be captured at the center of
the perceived casing.
g. All Point features should be captures as point feature at
the centroid of the backdrop polygon.
h. Contours (smooth) generated from DEM shall be overlaid
as a separate layer.

91 | P a g e
Digital Surface Model and Digital Elevation Model Specifications
(Annexure-6)
S.No Items Specifications
1 Digital a. Digital Survey Model (DSM) on 1.0m grid. The DSM generated
Surface Model will include ground and non-ground points such as vegetation and
(DSM) building etc.
b. Void areas (i.e., areas outside the project boundary but within any
tiling scheme) shall be coded using unique “NODATA‟ value.

2. Digital a. Digital Elevation Model (DEM) on 1.0m grid bare earth.


Elevation b. The DEM will be generated from mass point data classified as
Model “Ground” only. So that it defines the “bare earth‟ ground surface.
(DEM) c. The DEM generation will employ a Point to TIN and TIN to Raster
process with Natural Nearest Neighbor interpolation.
d. Hydro-flattening will be undertaken for natural and man- made
water bodies and water courses as defined below:
1. Non-tidal water bodies with a surface area greater (>) than
25m2.
2. Water courses greater than 5m nominal width.
3. Flat and level bank-to-bank with a gradient following the
immediate terrain.
4. Water courses will break at road crossings and bridges.
5. The entire water surface edge must be at orimmediately below
the surrounding terrain.
6. Any additional data layers created for the purposes of hydro-
flattening such a mask or break-lines must be provided as
KMZ/CAD files.
e. Void areas (i.e. areas outside the project boundary but within any
tiling scheme) shall be coded using a unique “NODATA‟value.

92 | P a g e
Breaklines Specifications
(Annexure-7)

S.No Items Specifications


1 Break lines The images in combination with the elevation data will be used to create a
pseudo stereo pair which than allows a photogrammetric system operator to
see in 3D and use this technique to better determine the location of ground
features. This technique is often defined as lidargrammetry, and is used
extensively in the creation of break lines. The first step is to create synthetic
stereo-pairs using software such as the Terra solid / Geo Cue or any other
industry standard software. These synthetic stereo pairs will then be
stereoscopically compiles to create break line features. Industry standard
software's may be used for this compilation. This ultimatelymeans there is no
CAD to GIS file translation required and that the resultant photo interpreted
data is topologically correct and GIS ready upon completion.
Break lines will be created for the following:

a) Streams and Rivers:


The banks or land/water interface shall be depicted for all linear
hydrographic features. Island will be excluded as “holes‟ in the
streams and rivers features. Each vertex placed needs to maintain
vertical integrity, including monotonicity and occur due to complex
branch networks.

b) Ponds and Lakes.


The land/water interface is depicted for all water bodies, such as
lakes, ponds, and reservoirs, as constant elevation. Every vertex on
each feature must be placed at the same elevation and all elevation is
set at or slightly below the surrounding terrain, islands will be
excluded at “holes‟ in the ponds and lakes features.

c) Hydro Flattened DEM Production


The processed and classified point cloud may be used to create Digital
Elevation Models. Bare-earth DEMS with 1-meter pixel resolution will
be created for the project area. These DEMs will be hydro-flattened,
using the break lines collected as described above.

93 | P a g e
DGPS Control Point Specifications
(Annexure-8)
S.No Item Specification

1 DGPS 1. Installation of Control Points for survey using existing ground


Control control network, extension of horizontal and vertical controls in the
Points
form of Ground Control Points (GCPs) shall be established. Densities
of these control points will at least 8 GCP per sq Km.(75% on
permanent structure and 25% on pillars). However, it needs to be
finalized by contractor to achieve stipulated accuracy of survey. The
following points shall be kept in mind while selecting GCPs
Locations:
 Clear of HT/LT lines, radio/mobile towers, high frequency dish
antennas, radar etc.
 Free from multi path problems associated with tall features in the
vicinity.
 Free from foliage
 Free from major obstructions/obstacles
 Easily accessible to the survey team.
 Open to sky with a clear view towards sky at 15-degree angle with
horizontal plain.
 GCPs must be located on pillars/permanent structures, which
should be easily identifiable in data procured.
 Marker numbering scheme shall be finalized in consultation with
Engineer-in-charge before start of work.

2. Scheme and schedule of observation


The contractor shall prepare a scheme i.e. network of GCPs in advance
and get it approved from Engineer-in-charge. The network shall be
presented either on satellite imagery or on Google images. This should
also contain description of proposed GCPs.

When observation scheme containing location of GCPs which is


adequately connecting Existing ground control points forming a network
are approved by Engineer-in-Charge, the contractor shall submit
schedule of observation indicating tentative date and time of observation
at GCPs specifying their locations.

94 | P a g e
3. Observation of GCPs /Existing Control Points
Necessary jungle clearance and approach to site for proper execution of
work wherever required shall have to done by the contractor at no extra
cost.

A minimum of 6 healthy satellites should be available entire duration of


observation. Dual frequency DGPS receivers with the required
accessories and software are to be used for Observations. The DGPS
receivers should not be older than three during years from the date of
award of contract. Compatible DGPS instrument and accessories of
LEICA / Trimble/ ASTECH /Spectra-precision/Topcon/ Hemisphere or
of any other reputed brand having similar specifications only shall be
used so as to achieve the required accuracy. The DGPS sets used shall
be multi channels. The horizontal accuracy of the above work after
processing of data and network adjustment will be 1:100,000 or better.

Observations taken with Geometric Dilution of Precision (GDOP)


exceeding 4 should not be considered. During observations, satellite
mask angle should be above 15 degree.

4. Establishment of GCPs

GCPs shall be engraved neatly for their identification as directed by


engineer-in-charge. Base painting covering engraved text shall be done
followed by filling of engraving with contrast color paint as decided
by the engineer-in-charge.
Engraving, painting and writing work on GCPs shall be carried out
neatly and distinctly by engaging a professional. In any case, it should
not be done by unskilled labour/surveyor/engineer in a scribbled
manner.
Using digital camera of at least 20 mega pixels, contractor shall take
photograph of each GCPs after finalizing writing etc. and submit it to
Engineer-in-charge in digital form with proper indexing and labeling.

95 | P a g e
PART D:
SCHEDULES

96 | P a g e
SCHEDULE “A”
SCHEDULE OF CONSUMPTION OF MATERIALS
Sl.No.
Item Unit Cement
1. (a) Hammer dressed stone Masonry 1:2 485 Bags
(b) Hammer dressed stone Masonry 1:3 3.15 Bags
(c) Hammer dressed stone Masonry 1:4 2.40 Bags
2. (a) R/R stone Masonry 1:4 3.20 Bags
(b) R/R stone Masonry 1:3 4.30 Bags
(c) Coursed stone Masonry 1:3 3.15 Bags
3. (a) Cement Pointing (Stone Masonry) 1:3 0.047 Bags
(b) Cement Pointing (Stone Masonry) 1:2 0.073 Bags
(c) Cement Pointing (Brick Masonry) 1:3 0.035 Bags
(d) Cement Pointing (Brick Masonry) 1:2 0.055 Bags
4. (a) Cement Plaster (12.5mm thick) 1:3 0.140 Bags
(b) Cement Plaster (12.5mm thick) 1:4 0.110 Bags
(c) Cement Plaster (12.5mm thick) 1:5 0.095 Bags
(d) Cement Plaster (12.5mm thick) 1:6 0.079 Bags
5. (a) Cement Concrete M25 (1:1:2) 11.10 Bags
(b) Cement Concrete M20 (1:1.5:3) 7.90 Bags
(c) Cement Concrete M15 (1:2:4) 6.10 Bags
(d) Cement Concrete M10 (1:3:6) 4.30 Bags
(e) Cement Concrete M7.5 (1:4:8) 3.40 Bags
(f) Cement Concrete M30 (1:0.75:1.5) 12.50 Bags
6. (a) Brick Work 1:3 2.60 Bags
(b) Brick Work 1:4 2.00 Bags
(c) Brick Work 1:5 1.60 Bags
(d) Brick Work 1:6 1.35 Bags
(e) Brick Work 1:8 1.00 Bags
(f) Brick Work (R.B. Work in 1:3 cm.) - 3.50 Bags

97 | P a g e
SCHEDULE “B”
Material Issued by the Department
Sl. Place of
Material Issue rate of material Unit
No. Delivery

NIL

98 | P a g e
SCHEDULE “C”

Schedule of Hiring Plant and Equipment by the Contractor fromthe Department


Running Charges tobe When P.O.L. & operation
Sl. Name of
require from contractor done bythe contractor
No. Equipment

NILS

99 | P a g e
SCHEDULE “D”

The contractor shall carry out the works as per following progress schedule

Sl. No. Period Work Progress in %


1 End of the quarter period 15% of the value of contract
2 End of 1/2 Period 55% of the value of contract
3 End of three quarter period 85% of the value of contract
100% of work in all respect asper
4 End of completion quarter period
condition of tender

100 | P a g e
101 | P a g e
DRAWING- RCC PILLARS
(Annexure-9)

102 | P a g e
INDEX MAP &
LOCATION IN UTTAR PRADESH
Sl.No Name of Village Tehsil District Latitude (in degree) Longitude (in degree)
1 SONAKPURA ( सौनकपुरा) GARAUTHA JHANSI 25.3847 N 79.2713 E
2 IMLAUTA (इमलौटा) GARAUTHA JHANSI 25.4028 N 79.2889 E
3 BARAUTA (बरौटा) GARAUTHA JHANSI 25.3925 N 79.2931E
4 SHAHPURA KHURD GARAUTHA JHANSI 25.4038 N 79.3139 E
(शहपुरा खुद)
5 Gurha (गुढा) GARAUTHA JHANSI 25.4372 N 79.3202 E

Note:

1. The following map is taken from OSM No-G44N7 and Sheet No 540/7 of Survey of India.

2. The command area, in green colour, is tentative and may change as per cadastral plot map of Grams and
requirements.

3. The co-ordinates of villages in table is not accurate. It is just for the information of tentative location of the
villages and their plot maps area. Village name has been encircled with black ink in the index map.

4. Final area of interest of survey will be decided by Engineer-in-charge after contractor geo-referencing the plot
image of required Gram and submit it kmz file along with this command area’s kmz file after geo-referencing.

5. It is strictly instructed to tenderer to inspect and the visit this command area and adjoining areas before bidding.
No claim or compensation shall be entertained against any change in area and location of command area.

6. Symbol library is similar as Survey of India and map is not to the scale .

103 | P a g e
104 | P a g e
105 | P a g e
BILL OF QUANTITY
S.No Item Unit Quantity Rates
1 Jungle clearance on proposed pipe line & approach road by removing
heavy under growth and bushes up to 7.5cm diameter including
sqm 206076.02
removal all cost of labour, T&P

2 Earth work in Mar, Rankar and kankar mixed soil in filling for making
approach and survey path including all lift and lead up to 30 m. with
proper manual compaction all labour, T&P etc. with proper cum 9788.61
completion of work.

3 Preparation of contour map of 0.5 m at 10 m grid basis along with


showing l-section and cross section of any cross-drainage work,
Nallahs etc. in command area by performing detailed field survey
using drone/unmanned aerial vehicle (UAV) technology including
preparation of settlement/property map showing land type and
quantification and all other assets, roads, railways lines, electric lines
etc. and detail thereof in command area. All the above-mentioned map
should be submitted in 2D and 3D format on 1:1000/2500 scales as
per direction of engineer in charge which would be randomly check (at
least 20% area wise mainly including tentative pipeline alignment
location) by engineer in charge or his representative through provided hectare 2320.00
total station/DGPS and other T&P along with all skilled n unskilled
manpower. This work also include installation and marking of ground
control points (at least 8 no per 100 hectare -75% on permanent
structure and 25% by constructing concrete pillars) also as per
direction of engineer in charge including supply of all required
materials, labour, and t&p.

ss4 Shifting of Bench mark from nearest Lachura Dam Crest reduced level
to required location in command area including all required materials, km 12.00
labour and t&p.

ssNote:

1. The Quantity given here are tentative. They can vary up to any extent on either side. The contractor shall
have no claim on account of such change and shall be paid for the quantities which are physically met at site
in his work for the completion.

2. Items in bill of quantities is to be read in conjunction with scope of work.


⃰⃰⃰⃰⃰

106 | P a g e

You might also like