GOVERNMENT OF HARYANA - Indian Real Estate Forum

194
1 XEN P-II Sonepat GOVT. OF HARYANA HARYANA PUBLIC WORKS (B&R) DEPARTMENT CHANDIGARH Nirman Sadan, Plot No.1, Sector-33/A, Chandigarh. Phone:-0172-2618100 Email: [email protected] STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS (BUILDING WORKS) PART 1: COMPLETE BIDDING DOCUMENT Name of work:- DNIT FOR CONSTRUCTION OF VARIOUS BUILDINGS I/C RESIDENCE OF NATIONAL LAW UNIVERSITY IN RAJIV GANDHI EDUCATION CITY AT RAI IN SONEPAT DISTT. DNIT Amount Rs. 8273.41 Lacs. DNIT approved Rs. 8273.41 Lacs vide Engineer-in-Chief, Haryana PWD B&R Br. Chandigarh letter No. 9169/WI dated 01.10.2013

Transcript of GOVERNMENT OF HARYANA - Indian Real Estate Forum

1 XEN P-II Sonepat

GOVT. OF HARYANA

HARYANA PUBLIC WORKS (B&R) DEPARTMENT CHANDIGARH

Nirman Sadan, Plot No.1, Sector-33/A, Chandigarh.Phone:-0172-2618100 Email: [email protected]

STANDARD BIDDING DOCUMENT PROCUREMENT OF

CIVIL WORKS (BUILDING WORKS)

PART 1: COMPLETE BIDDING DOCUMENT

Name of work:- DNIT FOR CONSTRUCTION OF VARIOUS BUILDINGS I/C RESIDENCE OF NATIONAL LAW UNIVERSITY IN RAJIV GANDHI EDUCATION CITY AT RAI IN SONEPAT DISTT.

DNIT Amount Rs. 8273.41 Lacs.

DNIT approved Rs. 8273.41 Lacs vide Engineer-in-Chief, Haryana PWD B&R Br. Chandigarh letter No. 9169/WI dated 01.10.2013

2 XEN P-II Sonepat

TABLE OF CONTENTS

Sr. Name of Contents Page No.

INVITATION FOR BIDSi Press Notice 3

ii Detailed Notice Inviting Tender 5-6

iii Conditions of E-Tendering 7-11

SECTION-1

i Instructions to Bidders (ITB) 12-30

SECTION-2

Qualification information 31-37

SECTION-3

Conditions of Contract 38-55

SECTION-4

Contract Data 56-62

SECTION-5

Technical specification (Civil. P.H. & E.I. works) 63-81

SECTION-6

Form of bids 82-83

SECTION-7

Bill of quantities 84-86

i Schedule of Civil works 87-109

ii Schedule of E.I. works 132-152

iii Schedule of P.H. works 110-131

SECTION-8

Securities and other forms 153-162

SECTION-9

Drawings 163

I Additional conditions 164-172

II Contractor(s) labour Regulation (CH.7) 173-175

III Fair wages Clauses (CH.8) 176

IV Rules for Protection of Health & Sanitary Arrangement (CH.-9) 177-180

V Explanatory Notes 181-182

3 XEN P-II Sonepat

Press Note

HARYANA PWD (B&R)NOTICE INVITING TENDER

The Governor of Haryana invite the bids from eligible bidders through online bids in the website: http://haryanapmgsy.etenders.in for the following work

Sr. Name of Work Estimated Cost

Earnest Money

(Society ./ Constructor )

Time limit Date and time for bid preparation to Hash Submission.

1. Construction of various buildings i/c residences of national law university in Rajiv Gandhi Education city at Rai in Sonepat District

Rs. 8273.41 Lacs.

Rs. 82.74 Lacs /Rs. 165.47 Lacs

24(Twenty

four ) Months

05.10.2013- 10:31

to

06.11.2013 13:00

1. Pre bid meeting will be held at 21.10.2013 at 12.30 Hrs in the committee room of office of Engineer-in-Chief, Haryana PWD (B&R) Branch, Chandigarh.

2. Cost of bid document (to be paid only online) is Rs. 50000/- (non-refundable).

3. For further details and e-tendering schedule visit website http://haryanapwd-bandr.org / http://haryanapmgsy.etenders.in

For & on behalf of Governor of Haryana

Executive Engineer,Provincial Division No. 1I,PWD (B&R) Br., SonepatPh. No. 0130-2200575

4 XEN P-II Sonepat

LIST OF VARIOUS BUILDINGS IN NATIONAL LAW UNIVERSITY IN RAJIV GANDHI EDUCATION CITY AT RAI IN SONEPAT DISTT.

Sr. No.

Name of Buildings Detail of buildings

1 ADMINISTRATIVE BLOCK WITH BASEMENT 1 No.2 ACADEMIC BLOCK WITH BASEMENT 2 Nos

3 BOYS HOSTEL 1 No.4 GIRLS HOSTEL 1 No.

5 LIBRARY BLOCK 1 No.

6 GUEST HOUSE 1 No.

7 CANTEEN 1 No.

8 DISPENSARY 1 No.9 SHOPING COMPLEX 1 No.

10 V.C. RESIDENCE 1 No.11 REGISTRAR RESIDENCE 1 No.

12 PROFESSOR RESIDENCES 6 Nos

13 ASSOCIATE & ASST. PROFESSOR RESIDENCE 24 Nos14 STAFF QUARTER (TYPE- 2&3) 16 Nos

15 BOUNDARY WALL & ENTRANCE GATE 1 No.

Executive Engineer,Provincial Division No. 1I,PWD (B&R) Br., SonepatPh. No. 0130-2200575

5 XEN P-II Sonepat

NOTICE INVITING TENDERThe Governor of Haryana invites the bids from eligible bidders through online bids in the website: http://haryanapmgsy.etenders.in for the work detailed in the table.

Sr. No. Name of work App. Cost Bid Security Society /

Contractor

Time Limit Cost of document

(Rs.)

Date and time for bid preparation

to Hash Submission.

1. Construction of various buildings i/c residences of national law university in Rajiv Gandhi Education city at Rai in Sonepat District

Rs. 8273.41

Lacs.

Rs. 82.74 Lacs /

Rs. 165.47 Lacs

24(Twenty

four ) Months

Rs 50000/- 05.10.2013-10:31

to 06.11.2013

13:00

1. Bidding Documents can be downloaded online from the Portal http://haryanapmgsy.etenders.in by the Societies / Contractors registered on the Portal.

2. The Pre bid meeting will be held on 21.10.2013 at 12.30 Hrs. in the Committee Room in the office of Engineer-in-Chief, Haryana PWD B&R Br. Chandigarh to clarify the issues and to answer questions on any matter that may be raised at that stage as stated in clause 9.2 of ‘Instructions to Bidders’ of the bidding document.

3. As the Bids that are to be submitted online are required to be encrypted and digitally signed, the Bidders are advised to obtain the same at the earliest. For obtaining Digital Certificate, the Bidders may contact the representative of Next Tenders, the Service Providers of Electronic Tendering System.

4. The contractual Agencies can submit their tender documents (Online and physical) as per the date mentioned in the key dates as under:-

Key Dates

Sr. No. PWD B&R Stage Contractor Stage Start Date and

TimeExpiry Date

and Time

1 Release of Tender 05.10.201310:00

05.10.201316:30

2 - Download Tender Document 05.10.201316:31

06.11.201313:00

3 - Online Bid Preparation & Hash Submission

05.10.201316.31

06.11.201313:00

4 Technical and Financial Lock - 06.11.2013

13:0106.11.201316:00

5 - Re-encryption of Online Bids 06.11.201316:01

08.11.201313:00

6 Manual Submission of BS and (Technical)Documents

06.11.201310:00

11.11.201315:00

7 Open BS & Technical/PQ bid

- 12.11.201311:00

13.11.201316:00

8 Technical Evaluation - 13.11.201316:01

14.11.201316:00

9 Open Financial / Price-Bid - 14.11.201316:01

15.11.201316:00

5. The Bidders can download the bidding documents from the Portal http://haryanapmgsy.etenders.in. Tender Document Fees has to be paid online during the Bid Preparation and Hash Submission stage and Bid Security has to be submitted in a separate sealed BS envelope. The bidders shall have to pay the Tender Document Fees mentioned against the work at the time of Bid Preparation and Hash Submission stage. The Bid Security will have to be in any one of the form as specified in the bidding document. The BS envelop has to reach in the office of Executive Engineer, Provincial Division No-II, PWD B&R Br. Sonepat / Superintending Engineer, Hr. PWD (B&R) Br. Sonepat on or before 11-11-2013 : 15.00 Hrs. However, as the details of the Bid Security are required to be filled at the time of Bid Preparation and Hash Submission stage, the Bidders are required to keep the BS ready appropriately.

6. The tender shall be submitted by the tenderer in the following three separate envelops:

1. Earnest Money - Envelope ‘BS’ (in physical form)2. N.I.T. and Technical Bid - Envelope ‘T I’ (on line)3. Tender in Form – A (Price Bid) - Envelope ‘C I’ (on line)

Note: Online Bidders are required to submit the physical BS in a physical BS Envelop – ‘BS’ . Price Bids are to be submitted mandatory online and shall not be accepted in any physical form.

6 XEN P-II Sonepat

Reference of the BS is to be mentioned online.

Above envelop, as applicable, shall be kept in a big outer envelop, which shall also be sealed, In the first instance, the Envelop – ‘BS’ of all the Bidders containing the Bid Security shall be opened online and physically. If the Earnest Money is found proper, Technical Bid shall be opened in the presence of such contractors who choose to be present. The Financial Offer in Envelop in ‘CI’ shall be opened (online) only if the tenderers meet the qualification criteria as per the Bid document. The date of opening of Financial Bid shall be fixed at the time of opening of Technical Bid.

The Contractual Agencies will submit the necessary documents as under.Envelope ‘BS’ – Bid Security Envelope

Physical BS Envelop – The Bid Security will have to be in any one of the fours as specified in the bidding document. Online BS Envelope—Reference details of the Bid Security instrument and scanned copy of the Bid Security.

In case Financial bid is submitted but Bid Security has not been submitted by any bidder, then bidder would be debarred from further tendering in Haryana PWD (B&R) for a period of minimum 1 years.

Adjustment of tender document fees of the Contractors / Agencies:-

1. “Single tender shall normally not be considered unless there are special circumstances to do so. In such eventuality, decision to accept the single tender shall be as prescribed in the rules. If special circumstances are not present, tenders shall be re-called. If re-tendering again results in a single tender, its acceptance may be considered with proper justification and reasons.”

2. Those bidders shall not be required to pay tender document fees, who choose to submit bids again on tender being re-called on account of single tender / bid being received on first call.

Envelope ‘CI’ – Price Bid Envelope

Information related to Price Bid of the tender to be submitted mandatory online

The envelope marked BS shall be submitted clearly marking the name of agency and name of work.

The contractual Agencies can submit their tender documents (Online and physical) as per the dates mentioned in the key Dates above:-

CONDITONS:-

1. DNIT & Prequalification can be seen on any working day during office hours in office of the undersigned.

2. Conditional tenders will not be entertained & are liable to be rejected.

3. In case the day of opening of tenders happens to be holiday, the tenders will be opened on the next working day. The time and place of receipt of tenders and other conditions will remain unchanged..

4. The undersigned reserve the right to reject any tender or all the tenders without assigning any reason.

5. The societies shall produce an attested copy of the resolution of the Co-Operative department for the issuance of tenders.

6. The tender without earnest money will not be opened.

7. The jurisdiction of court will be at Sonepat

8. The tender of the bidder who does not satisfy the qualification criteria in the bid documents are liable to be rejected. Summarily without arising any reason and no claim whatsoever on this account will be considered.

9. The bid for the work shall remain open for acceptance during the bid validity period to be reckoned from the last date of ‘manual submission of BS. If any bidder/ Tenderer withdraws his bid/ tender before the said period of makes any modifications in the terms and conditions of the bid, the said earnest money shall stand forfeited. Bids would require to be valid for 120 days from the date of bid closing i.e. from last date of manual submission of documents & EMD. In case the last day to accept the tender happens to be holiday, validity to accept tender will be the next working day.

(For and Behalf of Governor of Haryana)

Executive EngineerProvincial Division No. II, PWD B&R Br. SonepatPh. No. 0130-2200575.

Endst. No. Dated:Copy forwarded to the following for information on and vide publicity.

1. Notice board.2. Deputy Commissioner Sonepat. / District Public Relation Officer Sonepat.3. Asstt. Registrar, Coop. L&C Societies, / President Coop. L&C Society/ Contr. Union Sonepat4. Superintending Engineer, Sonepat Circle PWD B&R Br., Sonepat.5. All the Executive Engineer, Hr. PWD B&R Br., 6. All the SDE’s of Provl. Divn. No. II Sonepat. Executive Engineer,7. All the working Coop. L&C Societies / Contr. Provincial Division No.II,8. Head draftsman/ DAO / Deputy Supdt. PWD B&R Br., Sonepat

7 XEN P-II Sonepat

8 XEN P-II Sonepat

Instruction to Contractor on Electronic Tendering (Applicable only for contract(s) amounting to more than Rs.5.00 lacs)

1. These conditions will over-rule the conditions stated in the tender documents, wherever relevant

and applicable.

2. Registration of the Contractors on the Haryana PW(B&R) Deptt.’s website

http://haryanapmgsy.etenders.in

All the Contractors registered / intending to register with Haryana PW(B&R) Deptt. and intending to participate

in the tenders processed online, are required to get registered on the Electronic Tendering System on the Portal

http://haryanapmgsy.etenders.in

The Contractors registered with other departments who are also eligible to participate in the tenders are also

required to be registered on the Electronic Tendering System in OPEN category.

For more details, please see the information in Registration info link on the home page.

3. Obtaining a Digital Certificate:

3.1 The Bids required to be submitted online should be signed electronically with a Digital Certificate to

establish the identity of the bidder bidding online. These Digital Certificates are issued by an

approved certifying agency, authorized by the controller of Certifying Authorities, Government of

India.

3.2 A Digital Certificate is issued upon receipt of mandatory identity proofs and verification letters

attested by the bankers /gazzetted officers with whom the contractor maintains the accounts with.

Only upon the receipt of the required documents, a digital certificate can be issued.

3.3 The registered contractors may obtain Class-II B Digital Certificates from any Certifying Authority

or Sub- Certifying Authority authorized by the Controller of Certifying Authorities or may obtain

information and application format and documents required to issue of digital certificate from:

1. (i). Nex Tenders (India) Pvt. Ltd.YUCHIT, Juhu Tara Road,Mumbai – 400049

Phone: 022-26611287Email: [email protected]

(ii). Nex Tenders (India) Pvt. Ltd.Nirman Sadan, Plot No. 1, Sector-33/A, Chandigarh-160034Mob: 09815034028 (Mr.Manmeet Sharma)Mob: 09878012160 (Mr.Rishi)Chandigarh-0172-2618292Gurgaon-08743042801Rohtak- 09255125260Hisar- 09034357793Email: [email protected]

2. The registered contractors may obtain the digital certificates from any other Certifying Authority or Sub-Certifying Authority authorized by the Controller of Certifying Authorities, Government of India.

3.4 Bid for a particular tender may be submitted only using the Digital certificate, which is used to

encrypt the data and sign the hash during the stage of bid preparation and hash submission. In case,

during the process of a particular tender, the user looses his digital certificate (i.e. due to virus attack,

hardware problem, operating system problem); he/she may not be able to submit the bid online. Hence,

9 XEN P-II Sonepat

the Authorized users are advised to back up his/her Digital certificate and keep the copies at safe place

under proper security to be used in case of emergencies.

3.4 In case of online tendering, if the Digital certificate issued to the authorized user of a firm is used for

signing and submitting a bid it will be considered equivalent to a no-objection certificate/power of

attorney to that User. The firm has to authorize a specific individual via an authorization certificate

signed by all partners to use the digital certificate as per Indian Information Technology Act 2000.

Unless the certificates are revoked, it will be assumed to represent adequate authority of the

Authority user to bid on behalf of the firm for the Tenders processed by the Public Works Deptt. (

B&R) Govt. of Haryana as per Information Technology Act 2000. The Digital signature of this

authorized user will be binding on the firm. It shall be the responsibility of management / partners of

the registered firms to inform the certifying authority of Sub / Certifying Authority, if the authorized

user changes, and apply for a fresh digital certificate and issue a ‘authorization certificates’ for the

new user. The procedure for application of a digital certificate will remain the same for the new

Authorized user.

3.5 The same procedure holds true for the authorized users in a private/Public limited company. In this

case, the authorization certificate will have to be signed by the Directors of the company.

4. Opening of an Electronic Payment Account:

4.1 For purchasing the tender documents online, contractors are required to pay the tender

documents fees online using the electronic payments gateway service as mentioned in the

D.N.I.T.

4.2 a) Credit Cards:- Electronic Credit Card Transactions through the following Credit Card sypes are

supported: Master Card/VISA/American Express/Diners Club International/JCB Cards/Citibank E-

Cards.

b) Internet Banking: Electronic Internet Banking Transactions through Internet Banking Accounts

of the following Banks are supported: HDFC Bank/Citi Bank/ICICI Bank/IDBI Bank/UTI

Bank/Oriental Bank of Commerce-GloblalTrust Bank /Federal Bank,Centurian Bank of Punjab

Limited/IndusInd Bank/Kotak Mahindra Bank/Punjab National Bank.

5. Set up of Machine

5.1 In order to operate on the electronic tender management system, a user’s machine is required to be

set up. A help file on setting up of the system can be obtained from Nex Tenders (India) Pvt. Ltd. or

downloaded from the home page of the website - http://haryanapmgsy.etenders.in.

6. Online Viewing of Detailed Notice Inviting Tenders:

6.1 The contractors can view the Detailed N.I.T and the detailed time schedule (Key Dates) for all the

packages processed by Haryana PW(B&R) using the electronic Tendering System on the website

http://haryanapmgsy.etenders.in

10 XEN P-II Sonepat

7. Purchase of Tender Documents:

Online Purchase/Download of Tender Document: the Tender documents can only be downloaded from the

electronic tendering website-“http//haryanapmgsy.etenders.in after logging in with a valid Username and

Password or from the Haryana PWD (B&R) Website-http//www/haryananapwd-bandr.org. It is to be noted

that it is mandatory that the tender document is download from the electronic tendering website to be able to

submit electronic bids. The payment of the Tender Document fee has to be made only of bid is being

submitted. The last date of the submission of Tender Document Fee is as indicates in Notice Inviting Tenders.

7.1 Clarification of Bidding Documents and Pre-bid Meeting:- The clarification shall be given by the Employer

on the venue, date and time as indicates in DNIT.

7.2 Incase online Query Processing facility of online bidding is functional:

Prospective bidder should notify the Employer through the query processing facility available online set up to

the date and time indicated in the Notice Inviting Tender. In such case, the copies of the employers response

will be displayed online including a description of the enquiry, but without identifying its source.

Prospective bidders can participate in the pre-bid meeting using the Query processing facility available online.

Prospective bidders can use the Query processing facility available online to do so but not later than one week

before the meeting.

Responses given will be displayed online without delay.

8. Submission of Bid Seal (Hash) of Online Bids:

8.1 Submission of bids will be preceded by submission of the digitally signed Bid Seals (Hashes) as stated in the

Tender time schedule (Key Dates) published in the DNIT.

The information related to bids should be filled in or uploaded in the available templates under each

envelope. After filling templates/uploading documents online, the hash of each envelope is required to be

generated and digitally signed by a digital certificates of the person duly authorized to sign on behalf of the

bidder.

9. Generation of Super Hash:

9.1 After the prescribed time of submission of digitally signed Bid Seals (Hashes) by the Contractors has

lapsed, the bid round will be closed and a digitally signed Tender Super Hash will be generated by

authorized official of Public Work Department (B&R), Government of Haryana. This is equivalent to

sealing the Tender box.

10. Submission of actual online bids:

10.1 Contactors have to submit their encrypted bids online and upload the relevant documents for which they

generated the hash at the stage of hash generation and submission after the generation of Super Hash

within the date and time as stated in the Notice Inviting Tenders (Key Dates). The electronic bids of

only those contactors who have submitted their bid seals (Hashes) within the stipulated time, as per

the Tender time schedule (Key Dates), will be accepted by the System. A contractor who does not

submit his Bid seals (Hashes) within the stipulated time will not be allowed to submit his bid.

Note: The bidder shall fill/upload the information related to bids in the available template under two

separate envelopes marked “ITI” and “CI”. After filling templates/uploading documents online, the

11 XEN P-II Sonepat

hash of each envelope is required to be generated and to be digitally signed. In case of online Bids,

no information related to “Financial Bid & Technical Bid” shall be accepted manually.

11. Submission of Cost of Bid Documents and Bid Security:

11.1 Contractor has to submit cost of bid document mandatorily online through e-tendering website. Bid

Security in the form as prescribed in Clause 16 of Section –I (ITB) of bid document is to e delivered in

a sealed envelope to the officer well in stipulated time as prescribed in list of important dates.

12. Opening of Electronic Bids:

Electronic bid of contractors, whose cost of bid documents and bid security have been received before

stipulated time, will only be opened.

The online bid data will be taken opened through the website http://haryananpmgsy.etenders.in. The

hasses of each bid will be matched with the hash generated and submitted during the state-:Bid

preparation and Hash Submission’. In the event of a mismatch, the bid in question will be liable for a

due process of verification by Haryana PWD (B&R).

13. Key Dates:

13.1 The contractors are strictly advised to follow dates and times a indicated in the Notice Inviting Tenders.

The date and time as indicated in the top-right of the web-page is the system time and will be binding

on all contractors. All online activities are time tracked and the system enforces time -locks that ensure

that no activity or transaction can take place outside the start and end dates and time of the stage as

defined in the Notice Inviting Tenders.

14. Online query system is not functional for this package.

14.1 In case there is any contradiction in tender process then instruction contained guidelines to e-tendering

will prevail.

15. Deadline for submission of the Bids.

15.1 Complete Bids (including Technical and Financial) must be received by the Employer at the address

specified above not later than the date indicated in appendix. In the event of the specified date for the

submission of bids declared a holiday for the Employer, the Bids will be received upto the appointed

time on the next working day.

15.2 The Employer may extend the deadline for submission of bids by issuing an amendment in accordance

with Clause 10, in which case all rights and obligations of the Employer and the bidders previously

subject to the original deadline will then be subject to the new deadline.

12 XEN P-II Sonepat

Other Information:

1. The intending Contractors shall fill in the item rate in the online BOQ templates of the tender.

2. Duly accepted power of Attorney in original along with its two certified copies in the name of

tenderer or authorized representative to act on behalf of the agency.

3. Bidder must strictly abide by the stipulations set forth in detailed notice inviting tenders while

tendering for the work.

4. In case any tenders does not comply with procedure given in the DNIT, it will be presumed that

the contractor is not interested in work and the work shall not be let out to him. Further he may be

de-barred without further notice to him for failing to abide by the approved terms of detailed notice

inviting tenders for this work.

5. The tenders which are not accompanied by the earnest money or do not strictly follow the technical

requirement, are liable to be rejected summarily without arising any reason and no claim what so

ever on their account will be considered.

6. Tenders quotations which are dependent upon the quotations of another tender shall be summarily

rejected.

7. Cement/Steel reinforcement bars are to be supplied by the Department for Contract(s) amounting to

less than Rs. 1 crore. To be arranged by the contractor for contract(s) amounting to more than Rs. 1

crore.

Executive Engineer,Provincial Division, No-IIHr.PWD (B&R), Br. Sonepat Phone : 0130-2200575

Email: [email protected]

13 XEN P-II Sonepat

SECTION-1

INSTRUCTIONS TO BIDDERS

(ITB)

14 XEN P-II Sonepat

Section 1: Instructions to BiddersTable of Clauses

A. General Page No. D. Submission of Bids Page No.1 Scope of Bid 14 20 Deadline for Submission of

Bids20

2 Source of Funds 14 21 Late Bids 203 Eligible Bidders 14 E. Bid Opening4 Qualification of the Bidder 14 23 Bid Opening 215 One Bid per Bidder 16 24 Process to be Confidential 216 Cost of Bidding 16 25 Clarification of Bids and

Contracting the Employer21

7 Site Visit 16 26 Examination of bids and Determination of Responsiveness

22

B. Bidding Documents and Evaluation

27 Correction of Errors 22

8 Content of Bidding Documents

17 28 Deleted 23

9 Clarification of Bidding Documents and pre-bid meeting.

17 29 Evaluation and Comparison of Financial Bids

22-23

10 Amendment of Bidding Documents

17 30 Deleted 23

C. Preparation of Bids F. Award of Contract11 Language of Bid 18 31 Award Criteria 23

12 Documents Comprising the Bid

18 32 Employer's Right to Accept any Bid and to Reject any or all Bids 16

23

13 Bid Prices 18 33 Notification of Award and Signing of Agreement

23-24

14 Currencies of Bid and Payment

19 34 Performance Security 24

15 Bid Validity 19 35 Advances Payment and Security

25

16 Bid Security 20 36 Deleted 2517 Alternative Proposals by

Bidders20 37 Corrupt or Fraudulent

Practices25

18 Format and Signing of Bid 20 38 Appendix to ITB 26-2719 Sealing and Marking of

Bids20 39 Annexure I & II 28-30

15 XEN P-II Sonepat

A. GENERAL1 Scope of Bid

1.1 The Employer (named in Appendix to ITB) invites bids for the construction of works (as defined in these documents and referred to as “the works”) detailed in the table given in ITB. The bidders may submit bids for any or all of the works detailed in the table given in ITB.

1.2 The successful bidder will be expected to complete the works by the intended completion date specified in the Contract data.

1.3 Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their derivatives (bidder/tenderer, bid/tender, bidding/tendering, etc.) are synonymous.

2. Source of Funds

2.1 The expenditure on this project will be met from the Client Department.

3. Eligible Bidders.

3.1 This Invitation for Bids is open to all bidders as defined in Appendix to ITB.

4. Qual i fica ti on of the B id der (Applicable for c ontract(s ) costing more th an Rs .100.00 lacs) .

4.1 All bidders shall provide in Section-2, Forms of Bid and Qualification Information a preliminary description of the proposed work method and schedule, including drawing and charts, as necessary. The proposed methodology should include programme of construction backed with equipment planning and deployment duly supported with broad calculations and quality assurance procedures proposed to be adopted justifying their capability of execution and completion of work as per technical specifications, within stipulated period of completion.

4.2 Deleted

4.3 All bidders shall include the following information and documents with their bids in Section 2:a) copies of original documents defining the constitution or legal status, place of registration, and

principal place of business, written power of attorney of the signatory of the Bid to commit the Bidder.b) total monetary value of construction work performed for each of the last seven years.c) Experience in works of similar nature (defined as billing for works in progress and completed in all

cases of Buildings, Bridges, ROB’s and RUB’s only) and size for each of the last seven years and details of works underway or contractually committed, and clients who may be contacted for further information on those contracts.

d) major items of construction equipment proposed to carry out the Contract.e) qualifications and experience of key site management and technical personnel proposed for Contract:f) reports on the financial standing of Bidder, such as profit and loss statements and auditor’s reports

for the past seven years.g) evidence of access to line(s) of credit and availability of other financial resources facilities (25% of

contract value), certified by the Bankers (Not more than 3 months old).h) undertaking that the bidder will be able to invest a minimum cash upto 25% of contract value of

work, during implementation of work.

i) authority to seek references from the Bidder’s bankers;

j) information regarding any litigation, current or during the last five years, in which the Bidder is involved, the parties concerned, and disputed amount;

k) proposals for subcontracting components of the works amounting to limiting to 20 per cent of the Bid Price (for each, the qualifications and experience of the identified sub-contractor in the relevant field should be annexed); and

l) the proposed methodology and programme of construction, backed with equipment planning and deployment, duly supported with broad calculations and quality control procedures proposed to be

16 XEN P-II Sonepat

adopted, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion as per milestones.

4.4 Bids from Joint ventures are not acceptable.

4.5 Qualification Criteria

4.5A. To qualify for award of the contract, each bidder in its name should have in the last seven years as referred to in Appendix.

a) The applicant should have experience of having successfully completed similar works during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following:

i. Three similar completed works costing not less than the amount equal to 25% of the estimated cost.

ii. Two similar completed works costing not less than the amount equal to 33.3% of the estimated cost.

iii. One similar completed work costing not less than the amount equal to 40% of the estimated cost. Cost of work shall mean gross value of the completed work including the cost of

materials supplied by the Govt. / Client, but excluding those supplied free of cost. This should be certified by an officer not below the rank of Executive Engineer/ Project Manager or equivalent (calculated on the basis of 10% value added compounded per year).

b) The applicant should have minimum Average Annual financial turnover during the last 3 years, ending 31st March of the previous financial year, should be at least 30% of the estimated cost. This should be duly audited by a Chartered Accountant (10% compounded value per year to be added)

c) The applicant should have not incurred any loss in more than two years during the last five years ending last day of tender duly certified by the Charted Accountant.

d) The contractor or his identified sub-contractor should possess required valid license for executing the water supply/sanitary/electrical engineering works and should have executed similar water supply/sanitary/electrical engineering works.

e) The applicant’s performance for each work completed in the last 7 years and in hand should be certified by an officer not below the rank of Executive Engineer/Project manager or equivalent and should be obtained in sealed cover.

B. Each bidder should further demonstrate:(a) Availability (either owned or leased) of the key and critical equipment to attain the completion

of works in accordance with the prescribed construction schedule are shown in the Annexure-I.

The bidders should, however, undertake their own studies and furnish with their bid, a detailed construction planning and methodology supported with layout and necessary drawings and calculations (detailed) as stated in clause 4.3(l) above to allow the employer to review their proposals. The numbers, types and capacities of each plant/equipment shall be shown in the proposals along with the cycle time for each operation for the given production capacity to match the requirements. If the contractual agency fails to bring any of the quality control lab equipment as mentioned in Annexure-I, the item will be arranged by Haryana PW (B&R) Deptt. and recovery shall be made from the contractor’s bill @ double the cost of that item.

(b) Availability for this work of personnel with adequate experience as required; as per Annexure-II.

(c) liquid assets and/or availability of credit facilities of not less than amount indicated in Appendix.

C. To qualify for a package of contracts made up of this and other contracts for which bids are invited in the IFB, the bidder must demonstrate having experience and resources sufficient to meet the aggregate of the qualifying criteria for the individual contracts.

17 XEN P-II Sonepat

4.6. Sub-contractors’ experience and resources shall not be taken into account in determining the bidder’s compliance with the qualifying criteria except to the extent stated in 4.5 (A) above.

4.7. Bid Capacity Bidders who meet the minimum qualifications criteria shall be qualified only if their available

bid capacity for construction work is equal to or more than the total bid value. Bid capacity will be determined for woks costing Rs.1.00 crores and above. The available bid capacity shall be calculated as under:

Assessed Available Bid Capacity = (A*N*M-B)whereA= Maximum value of similar works executed in any one year during the last seven years (updated to the

price level of the last year @10% per annum ) taking into account the works completed and in progress.

N= Number of years prescribed for completion of the works for which bids are invited (period upto six months taken as half-year and more than six months as full year)

M= 3

B= Value at current price level, of existing commitments and ongoing works to be completed during the period of completion of the works for which bids are invited.

Note: The statements showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works listed should be countersigned by the Engineer-In-Charge not below the rank of an Executive Engineer or equivalent.

4.8 Even though the bidder met the above qualifying criteria, they are subject to be disqualified if they have:- made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or.- record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc: and/or.- participated in the previous bidding for the same work and had quoted unreasonably high bid prices and could not furnish rational justification to the employer.

5. One Bid per Bidder.5.1 Each bidder shall submit only one bid for one package. A bidder who submits or participates in more

than one Bid (other than as a subcontractor or in cases of alternatives that have been permitted or requested) will cause all the proposals with the Bidder’s participation to be disqualified.

6. Cost of Bidding.6.1 The bidder shall bear all costs associated with the preparation and submission of his Bid, and the

Employer will in no case be responsible and liable for those costs.

7. Site Visit.7.1 The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine the Site of

Works and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder’s own expense.

18 XEN P-II Sonepat

B. BIDDING DOCUMENTS8. Content of Bidding Documents.8.1 The set of bidding documents comprises the documents listed below and addenda issued in accordance

with Clause 10:Section Particulars.

Invitation for Bids1 Instructions to Bidders2. Qualification Information, and other forms.3 Conditions of Contract4. Contract-Data.5. Technical Specifications6. Form of Bid.7. Bill of Quantities.8. Securities and others forms9. Drawings10. Documents to be furnished by the bidder.

8.3. The bidder is expected to examine carefully all instructions, conditions of contract, contract data, forms, terms, technical specifications, bill of quantities, forms, Annexes and drawings in the Bid Document. Failure to comply with the requirements of Bid Documents shall be at the bidder’s own risk. Pursuant to clause 26 hereof, bids which are not substantially responsive to the requirements of the Bid documents shall be rejected.

9. Clarification of Bidding Documents.

9.1. A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing or by cable (hereinafter “cable” includes telex and facsimile) at the Employer’s address indicated in the invitation to bid. The Employer will respond to any request for clarification which he received earlier than 15 days prior to the deadline for submission of bids. Copies of the Employer’s response will be forwarded to all purchases of the bidding documents, including a description of the enquiry but without identifying its source.

9.2 Pre-bid meeting

9.2.1 In case of works with DNIT amount above Rs. 10.00 crores, a pre-bid meeting shall be held of officeof Engineer-in-Chief, Haryana PWD B&R Br. Chandigarh on 21-10-2013 at 12.30 Hrs. in Committee Room of Nirman Sadan.

9.2.2. The purpose of the meting will be to clarify issues and to answer questions for clarification of any doubts on any provision of the contract or on any matter that may be raised at that stage.

9.2.3. The bidder is requested to submit any questions in writing or by email to reach the Employer not later than one week before the meeting.

9.2.4. Minutes of the meeting, including the text of the questions raised (without identifying the source of enquiry) and the responses given will be transmitted without delay to all purchasers of the bidding documents and a copy placed on departmental website. Any modification of the bidding documents listed in Sub-Clause 8.1 which may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant to Clause 10 and not through the minutes of the pre-bid meeting.

9.2.5. Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.

10. Amendment of Bidding Documents.10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by

issuing addenda.

19 XEN P-II Sonepat

10.2. Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing or by e-mail to all the purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum in writing or by e-mail to the Employer. The Employer will assume no responsibility for postal delays.

10.3. To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer may, at his discretion, extend as necessary the deadline for submission of bids, in accordance with Sub-Clause 20.2 below.

C. PREPARATION OF BIDS

11. Language of the Bid11.1 All documents relating to the bid shall be in the English language.

12. Docu ments C omprisin g the B id .12.1 The bid to be submitted by the bidder (refer Clause 8.1) shall be in two separate parts:

Part-I shall be named “Technical Bid” which will be submitted online.

(i) For bidding documents downloaded from website (refer IFB), the cost of bidding document will be paid online.

(ii) Bid Security in the form specified in Section 8.(iii) Qualification Information and supporting documents as specified in Section-2.(iv) Certificate, undertakings, affidavits as specified in Section 2.(v) Information pursuant to Clause 4 of these instructions.(vi) Undertaking that the bid shall remain valid for the period specified in Clause 15.1.

Part-II shall be named “ Financial Bid” and shall comprise.

(i) Form of Bid as specified in Section 6.(ii) Priced Bill of Quantities for items specified in Section 7.

Both bids will be submitted online in accordance with Clause 19.

12.2. Following documents, which are not submitted with the bid, will be deemed to be part of the bid.

Section. Particulars.

1. Invitation for Bids (IFB).2. Instructions to Bidders.3. Conditions of Contract.4. Contract Data.5. Specifications.6. Drawings

13. Bid Prices.

13.1. The contract shall be for the whole works as described in Sub-Clause 1,1, based on the priced Bill of Quantities submitted by the Bidder.

13.2. The intending Contractors shall fill in Item rate at its appropriate places in figures. Items for which no rate or price is entered by the bidder will not be paid for by the Employer and considered as nil rate.

13.3. All taxes, duties, cess, other levies and surcharge as applicable from time to time payable by the contractor under the contract, or for any other cause shall be included in the rates, prices and total Bid Price submitted by the Bidder.

20 XEN P-II Sonepat

14. Currencies of the Bid and Payment.

14.1. The unit rates and the price shall be considered in Indian Rupees. All payments shall be made in Indian Rupees.

15. Bid Val id ity.15.1. Bids shall remain valid for a period not less than 120 days after the deadline date for bid submission. A

bid valid for a shorter period shall be rejected by the Superintending Engineer PW (B&R) Deptt. asnon-responsive. In exceptional circumstances, prior to expiry of original time limit, the Employer may request that the bidder may extend the period of validity for a specified additional period.

15.2. In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the bidders may extend the period of validity for a specified additional period. The request and the bidders’ responses shall be made in writing or by cable. A bidder may refuse the request without forfeiting his bid security. A bidder agreeing to the request will not be required or permitted to modify his bid except as provided in 15.3 hereinafter, but will be required to extend the validity of his bid security for a period of the extension, and in compliance with Clause 16 in all respects.

15.3. In the case of contracts in which the Contract Price is fixed (not subject to price adjustment), in the event that the Employer requests and the Bidder agrees to an extension of the validity period, the contract price, if the Bidder is selected for award shall be the bid price corrected as follows;The price shall be increased by the factor of 0.2% for each week or part of a week that has elapsed from the expiration of the initial bid validity to the date of issue of letter of acceptance to the successful Bidder.

15.4. Bid evaluation will be based on the bid prices without taking into consideration the above correction.

16 . Bid Security.

16.1. The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 4 of the table of IFB for this particular work. The bid security is to be paid online via Credit Cards / Internet Banking Accounts / ITZ Cash Cards/Debit Cards for contract(s) less than Rs.5.00 lacs. For contract(s) more than Rs.5.00 lacs, bid security shall be in favour of Executive Engineer Provl. Divn. No-II, Hr.PWD (B&R) Br. Sonepat and may be in one of the following forms:

a) Deposit-at-Call Receipt from any scheduled Indian Bank or a foreign Bank located in India and approved by the Reserve Bank of India.

b) Indian Post Office/National Savings Certificate duly endorsed by the competent postal authority in India.

c) Bank Guarantee from any Nationalised Indian bank/ Scheduled Indian Bank or a foreign Bank or a foreign Bank approved by the Reserve Bank of India in format given in Volume III.

d) Fixed Deposit Receipt, a certified cheque or an irrevocable letter of credit, issued by any Scheduled Indian Bank or a foreign Bank or a foreign Bank approved by the Reserve Bank of India.

16.2. Bank guarantees (and other instruments having fixed validity) issued as surety for the bid shall be valid for 45 days beyond the validity of the bid.

16.3. Any bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-Clauses 16.1 and 16.2 above shall be rejected by the Employer as non-responsive.

16.4. The Bid Security of unsuccessful bidders will be returned within 45 days of the end of the bid validity period specified in Sub-Clause 15.1.

21 XEN P-II Sonepat

16.5. The Bid Security of the successful bidder will be discharged when the bidder has signed the Agreement and furnished the required Performance Security.

16.6. The Bid Security may be forfeited.

(a) if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or.(b) in the case of a successful Bidder, if the Bidder fails within the specified time limit to

(i) Sign the Agreement; or.(ii) Furnish the required Performance Security.

17. Alternative Proposals by Bidders.

17.1. Bidders shall submit offers that fully comply with the requirements of the bidding documents, including the conditions of contract, basic technical design as indicated in the drawing and specifications. Conditional offer or alternative offers will not be considered further in the process of tender evaluation.

18. Format and Signing of Bid

Deleted

D. SUBMISSION OF BIDS

19. Sealing and Marking of Bids.19.1. Technical bid: to be opened on 12-11-2013 - 11:00 to 13.11.2013- 16:00 PM (date & time of

technical bid opening as per clause 23.1 of ITB) Financial Bid; to be opened on 14-11-2013 - 16.01 to 15.11.2013 - 16:00 PM. The contents of

Technical and Financial Bids will be as specified in clause 12.1

19.2. Deleted

19.3. In addition to the identification required in Sub-Clauses 19.1, the envelope containing EMD ad Performance guarantee shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared late, or the Evaluation Committee declares the bid as non responsive pursuant to Clause 23.

19.4. If the envelope is not sealed and marked as above, the Superintending Engineer, Sonepat Circle, Hr. PWD (B&R) Br. Sonepat will assume no responsibility for the misplacement or premature opening of the bid.

20. Deadline for Submission of the Bids

20.1 Deleted.

20.2. The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with Clause 10, in which case all right and obligations of the Employer and the bidders previously subject to the original deadline will then be subject to the new deadline.

21. Late Bids

21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned unopened to the bidder.

22. Modification and Withdrawal of Bids

22 XEN P-II Sonepat

Deleted.

E. BID OPENING AND EVALUATION

23. Bid Opening23.1. The Superintending Engineer Sonepat Circle, Hr. PWD (B&R) Br. Sonepat will open all the Bids

received (except those received late), including modifications made pursuant to Clause 22, in the presence of the Bidders or their representatives who choose to attend at time, date and the place specified in Appendix in the manner specified in Clause 23.3. In the even of the specified date of Bid opening being declared a holiday, the Bids will be opened at the appointed time and location on the next working day.

23.2. Deleted.

23.3. The “Technical Bid” shall be opened first.

23.4 The amount of earnest money, forms and validity shall be announced. Thereafter, the bidders’ names and such other details as the Employer may considered appropriate, will be announced by the Superintending Engineer, Sonepat Circle, Hr. PWD (B&R) Br. Sonepat at the opening.

23.5 Evaluation of the technical bids with respect to bid security, qualification information and other information furnished pursuant to clause 12.1 of ITB shall be taken up and completed on the date of bid opening and a list will be drawn up of the responsive bids whose financial bids are eligible for consideration.

23.6 The date & time of opening of the Financial Bid will be announced by the Employer.

23.7. At the time of opening of “Financial Bid”, the names of the bidders whose bids were found responsive in accordance with Clause 23.4 will be announced. The bids of only those bidders will be opened. The responsive Bidders ‘ names, the Bid prices, the total amount of each bid, any discounts and such other details as the Employer may consider appropriate, will be announced by the Superintending Engineer, Sonepat Circle,Hr. PWD (B&R) Br. Sonepat at the opening. Any Bid price or discount, which is not read out and recorded, will not be taken into account in Bid Evaluation.

23.8 The Superintending Engineer will prepare the minutes of the bid opening including the information disclosed to those present in accordance with sub clause 23.6.

24. Process to be Confidential

24.1. Information relating to the examination, clarification, evaluation, and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced, Any efforts by a Bidder to influence the Superintending Engineer, Sonepat Circle, Hr. PWD (B&R) Br. Sonepat processing of Bids or award decisions may result in the rejection of his Bid.

25. Clarification of Financial Bids

25.1. To assist in the examination, evaluation, and comparison of Bids, the Superintending Engineer may, at his discretion, ask any Bidder for clarification of his Bid, including breakdowns of unit rates. The request for clarification and the response shall be in writing or by cable, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Superintending Engineer in the evaluation of the Bid in accordance with Clause 27.

23 XEN P-II Sonepat

25.2. Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter relating to his bid from the time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional information to the notice of the Employer, it should do so in writing.

25.3. Any efforts by the Bidder to influence the Superintending Engineer, Sonepat Circle,Hr. PWD (B&R) Br. Sonepat in the Employer’s bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidders’ bid.

26. Examination of Bids and Determination of Responsiveness

26.1. During the detailed evaluation of “Technical Bids”, the Superintending Engineer will determine whether each Bid (a) meets the eligibility criteria defined in Clause 3 and 4; (b) has been properly signed; (c) is accompanied by the required securities and; (d) is substantially responsive to the requirements of the Bidding documents. During the detailed evaluation of the “ Financial Bid”, the responsiveness of the bids will be further determined with respect to the remaining bid conditions, i.e. priced bill of quantities, technical specifications, and drawings.

26.2. A substantially responsive “Financial Bid” is one which conforms to all the terms, conditions, and specifications of the Bidding documents, without material deviation or reservation. A material deviation of reservation is one (a) which effects in any substantial way the scope, quality, or performance of the Works; (b) which limits in any substantial way, inconsistent with the Bidding documents, the Superintending Engineer right or the Bidder’s obligations under the Contract; or (c) whose rectification would effect unfairly the competitive position of other Bidders presenting substantially responsive Bids.

26.3. If a “Financial Bid” is not substantially responsive, it will be rejected by the Superintending Engineer, Sonepat Circle, Hr. PWD (B&R) Br. Sonepat and may not subsequently be made responsible by correction or withdrawal of the non-conforming deviation or reservation.

27. Correction of Errors.

27.1. “Financial Bids” determined to be substantially responsive will be checked by the SuperintendingEngineer, Sonepat Circle, Hr. PWD (B&R) Br. Sonepat for any arithmetic errors. Errors will be corrected by the Employer as follows:(a) Where there is a discrepancy between the rates in figures and in words, the rate in words will

govern; and(b) Where there is a discrepancy between the unit rate and the line item total resulting from

multiplying the unit rate by the quantity, the unit rate as quoted will govern.

27.2. The amount stated in the “Financial Bid” will be corrected by the Employer in accordance with the above procedure and the bid amount adjusted with the concurrence of the Bidder in the following manner.(a) If the Bid price increases as a result of these corrections, the amount as stated in the bid will be

the ‘bid price’ and the increase will be treated as rebate;(b) If the bid price decreases as a result of the corrections, the decreased amount will be treated as

the ‘bid price’Such adjusted bid price shall be considered as binding upon the Bidder. If the Bidder

does not accept the corrected amount the Bid will be rejected, and the Bid security may be forfeited in accordance with Sub-Clause 16.6 (b).

28. Deleted

29. Evaluation and Comparison of Financial Bids.

24 XEN P-II Sonepat

29.1. The Superintending Engineer will evaluate and compare only the Bids determined to be substantially responsive in accordance with Sub-Clause 26.2.

29.2. In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by adjusting the Bid Price as follows:(a) Making any correction for errors pursuant to Clause 27; or(b) Making an appropriate adjustment for any other acceptable variations. deviations; and(c) Deleted.

29.3. The Superintending Engineer, Sonepat Circle, Hr. PWD (B&R) Br. Sonepat reserves the right to accept or reject any variation or deviation, Variations and deviations and other factors, which are in excess of the requirements of the Bidding documents or otherwise result in unsolicited benefits for the Employer shall not be taken into account in Bid evaluation.

29.4. The estimated effect of the price adjustment conditions under Clause-47 of the Conditions of Contract,during the period of implementation of the Contract, will not be taken into account in Bid evaluation.

29.5. If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer’s estimate of the cost of work to be performed under the contract, the Superintending Engineer may require the Bidder to produce detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price analyses, the Employer may require that the amount of the performance security set for the in Clause 34 be increased at the expense of the successful Bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful Bidder under the Contract.

29.6. A bid which contains several items in the Bill of Quantities which are unrealistically priced low and which cannot be substantiated satisfactorily by the bidder, may be rejected as non-expensive.

.30. Deleted

F. AW ARD OF CONTRACT

31. Award Criteria31.1 Subject to Clause 32, the Superintending Engineer, Sonepat Circle, Hr. PWD (B&R) Br. Sonepat will

award the Contract to the Bidder whose Bid has been determined.(i) To be substantially responsive to the Bidding documents and who has offered the lowest

evaluated Bid Price; and(ii) To be within the available bid capacity adjusted to account for his bid price which is evaluated

the lowest in any of the packages opened earlier than the one under consideration.In no case, the contract shall be awarded to any bidder whose available bid capacity is less than the evaluated bid.

32. Employer’s right to accept any Bid and to reject any or all Bids

32.1. Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid, and to cancel the Bidding process and reject all Bids, at any time prior to the award of Contract, without thereby incurring any liability to the effected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Employer action.

32.2 Normally, the lowest responsive tender (L1) shall be accepted unless there is some valid objection like, his record of failure in execution of formal works or his rates being abnormally low and nor workable, etc

32.3 Tenders shall be accepted in accordance with the delegation of the powers under Departmental Financial Rules (DFR).

33. Notification of Award and Signing of Agreement33.1. The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to

expiration of the Bid validity period by cable, telex or facsimile confirmed by registered letter. This letter (hereinafter and in the Conditions of Contract called the “Letter of Acceptance”) will state the sum that the Employer will pay the Contractor in consideration of the execution, completion, and

25 XEN P-II Sonepat

maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the “Contract Price”).

33.2. The notification of award will constitute the formation of the Contract, subject only to the furnishing of performance security in accordance with the provisions of Clause 34.

33.3. The agreement will incorporate all agreements between the Employer and the successful Bidder. It will be signed by the Employer and sent to the successful Bidder, within 28 days following the notification of award along with the Letter of Acceptance. Within 21 days of receipt, the successful Bidder will sign the Agreement and deliver it to the Employer.

33.4. Upon the furnishing by the successful Bidder of the Performance Security, the Superintending Engineer will promptly notify the other Bidders that their Bids have been unsuccessful.

33.5 If the lowest tenderer (L-1) backs out, his earnest money shall be forfeited, the agency will be de-barred for giving tenders for one year and the second lowest tenderer(L-2), third lowest tenderer (L-3) in order of sequence, may be called upon to bring his offer to the same level as the originally first lowest tenderer. In the event of their refusal to do so, tenders shall be recalled. In case of greaturgency, authority competent to accept the tender may authorize call of limited or short notice tenders.

34. Performance Security

34.1. Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Superintending Engineer a Performance Security in any of the forms given below for an amount equivalent to 5% of the Contract price plus additional security for unbalanced or front loaded tenders in accordance with Clause 29.5 of ITB to be kept as a surety that the contractor completes the work satisfactory. The performance security will be valid upto the end of the defect liability period+45 daysor as prescribed in the contract data. In case, the time of completion is enlarged, the validity of the guarantee shall be correspondingly extended. It carries no interest and is refunded to the contractorafter the date specified in the contract.- a bank guarantee in the form given in Section 8; or- certified Bank Draft as indicated in Appendix.

34.2. If the performance security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be issued either (a) at the Bidder’s option, by a Nationalized/Scheduled Indian bank or (b) by a foreign bank located in India and acceptable to the Employer.

34.3. Failure of the successful Bidder to comply with the requirements of Sub-Clause 34.1 shall constitute sufficient grounds for cancellation of the award, forfeiture of the Bid Security and de-barring the agency for giving tenders for one year. If the work of is an urgent nature and cannot brook delay involved in re-tendering, the remaining tenderers shall be offered the lowest approved rates. If more than one tenderer turns up, then preferences shall be given to the tenderer graded according to the rates quoted in the first instance.

34.4 Subsequent Offer:-. But if the subsequent even from a non-tenderer(received within one week of the previous offer and before the decisions of the contract) is not just marginally but significantly favourable to the Government (to the extent of 5% of the lowest tender amount in case of works costing more than Rs.5.00 crores, 10% in case of works more than Rs.1.00 crore but less than Rs.5.00 crores, 20% for in case of works more than Rs.5.00 lacs but less than Rs.1.00 crore and 30% in case of works less than Rs.5.00 lacs or any other limits as decided by Government from time to time) then the subsequent offer can be considered provided the bidder deposits the bid security and unconditional bank guarantee for the difference of the amounts between the offer of the lowest agency and the subsequent fresh offer. In that case, short notice fresh sealed bids shall be invited, with specialinvitation to the previous participants including the subsequent bidder mentioned above, but with the stipulation that the subsequent bidder shall not bid higher than his previous offer, otherwise his bid security and bank guarantee shall be forfeited. Tender shall be allotted to the lowest valid bid received(Introduced as per PWD (B&R) EIC Memo No.1416-93/Genl. Dated 29.02.2012).

34.5 The letter of acceptance shall be issued to the contractor for an amount of its financial offer as evaluated. If this amount is more than 20% above the administrative approval, Govt./Client’s approval

26 XEN P-II Sonepat

shall be taken. In other cases work can be allotted under intimation to Government/Client. In any case, revised administrative approval shall be sought if the excess over the amount of administrative approval is more than 10%. The client deptt. shall be given sufficient time to arrive at decision, say 30-45 days.

35. Advance Payment and SecurityThe Employer will provide an Advance Payment on the contract price as stipulated in the conditions of contract, subject to maximum amount, as stated in the Contract Data.

36. Deleted

37. Corrupt or Fraudulent Practices

37.1. The Superintending Engineer, Sonepat Circle,Hr. PWD (B&R) Br. Sonepat will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question and will declare the firm ineligible, either indefinitely or for a stated period of time; to be awarded a contract with Govt. of India/State PWD and any other agencies, if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for the contractor, or in execution.

37.2. Furthermore, Bidders shall be aware of the provision stated in Sub-Clause 23.3 and Sub-Clause 59.2 of the Conditions of Contract.

38. DebarringIf the agency submits Financial Bid through e-tendering but fails to submit either bid security or the Technical bid or both, then the agency will be debarred from further tendering in Haryana PW(B&R) Deptt. for minimum one year.(As per H.O. instruction issued vide memo no. 6241-/General dated 10.08.2011.

39. Payment System

The agency/bidder to whom the work is allotted shall be paid lowest of the following in the running/finals bills:

1. Amount calculated with the accepted rates of the lowest agency. 2. Amount worked out with the rates of L-2/L-3/L-4 and so on3. Amount worked out with the accepted percentage above HSR/analytical rates worked out in

financial statement. Financial statement will be made a part of agreement. (As per instruction issued vide memo no. 3589-3609/WI dated 06.05.2013).

40. Completion of work

The agency to whom the work is allotted shall complete the entire work as per drawing irrespective of quantities in the DNIT. The agency is bound to consult the drawings before tendering and tender the work accordingly.

41. Withdrawal of items

The Employer can withdraw any item of DNIT at any stage. No claim on account of withdrawal will be entertained.

27 XEN P-II Sonepat

APPENDIX to ITBClause Reference

With respect toSection-I.

1. Name of the Employer :- Superintending Engineer, Sonepat Circle,[Cl. 1.1] Hr. PWD (B&R) Br. Sonepat.,

Name of the Engineer :- Executive Engineer, Provincial Division No-IIHr. PWD (B&R) Br. Sonepat

2. Eligible bidders are Bidders registered with Haryana Government, [Cl. 3.1]Other State Governments, Government of India and other Central and StateGovernment Undertakings who satisfy the Qualification criteria.

3. The last seven years

2006-2007

2007-2008

2008-2009

2009-2010

2010-2011

2011-2012

2012-2013

4. Escalation factors (for the cost of works executed and [Cl. 4.5] financial figure to a common base value for works completed)

Year before Multiplying factor

2006-2007 1.93

2007-2008 1.76

2008-2009 1.60

2009-2010 1.46

2010-2011 1.33

2011-2012 1.21

2012-2013 1.1

5. This annual average financial turn over amount is Rs. 2482.02 lacs [Cl. 4.5A (b)]

28 XEN P-II Sonepat

(Rs. Twenty four crore eighty two lacs and two thousand lacs)

6. Value of work is Rs. 8273.41 lacs (Rs. Eighty two crore seventy three lacs and forty one thousand only)Value of single work Rs. 3309.37 Lacs (Rs Thirty three crore nine lacs and thirty seven thousand only) [Cl. 4.5A(a)]Value of Two work Rs. 2755.05 Lacs (Rs. Twenty seven crore fifty five lacs and five thousandonly)Value of Three work Rs. 2068.35 Lacs (Rs. Twenty crore sixty eight lacs and thirty five thousand only)

7. Deleted.

8. Deleted.

9. Deleted.

10. Liquid assets and/or availability of [Cl. 4.5B(c)] credit facilities is 25% of the DNIT amountRs. 2068.35 Lacs (Rs. Twenty crore sixty eight lacs and thirty five thousand only)

11. Price level of the current financial year 2013-14 [Cl. 4.7]

12. Deleted (for this work) [Cl. 9.2.1]

13. The technical bid will be opened by EmployerIn his office at Sonepat

14. Address of the Employer Superintending Engineer, Sonepat Circle [Cl. 4.5(a)]Haryana PWD (B&R) Br. Sonepat,

15. Identification: [Cl. 19.2(b)]

16. The bid should be submitted latest by upto 1300 hrs.

17. The technical bid will be opened in the office of, S.E. PWD B&R Sonepat Circle Sonepat.[Cl. 23.1]

18. The Bank Draft / Bank Guarantee from any nationalized bank [Cl. 34.1]Nationalized/Scheduled Indian bank or (b) by a foreign banklocated in India and acceptable to the Employer .

The Bank draft / Bank Guarantee in favour of Executive Engineer, Provincial Division No.I1, PWD B&R Br., Sonepat payable at Sonepat

29 XEN P-II Sonepat

ANNEXURE –I

(Reference CI.4.5 (B) (a)

List of Key plant & Equipment to be deployed on the work (contract (s) amounting more than Rs.10.00 crores) except minor Special Repair & Maintenance works.

Sr. No.

Item of Equipment Requirement

1 Computerized Concrete Batching Plant 1 No. 15 cum/hour as per requirement.

2 Concrete Weigh Batcher computerized 1 No.(3 bag capacity minimum)

3 Concrete Pump 1 No. 15 cum/hour minimum

4 Concrete Transit Mixer As required

5 Concrete vibrator (Skin) 2 Nos.

6 Needle vibrator 5 Nos. with minimum 1 no. as petrol

running.

7 Plate compactor 1 No.

8 Tipper/Dumper 2 Nos.

9 Compressor Optional as required

10 Generator with CPRIO approved canopy 1 No.

11 Bar bending Machine 1 No

12 JCB 1 No.

13 Hydraulic lift/ordinary lift 1 No.

14 Tower crane 1 No. for works more than Rs.20 cr.

15 Reverse Osmosis Plant As per requirement for works where

water IS 456 is not available.

Quality Control Lab Equipments:-

Sr. No.

Item of Equipment Requirement

1 Sieves required for Coarse Aggregate & fine aggregate 1 Set

2 Impact value/ Flakiness testing equipment 1 Set

3 Cube Moulds 18 Nos.

4 Slump Test 2 Nos

5 Compression testing machine (Automatic computerized

recording-AIMILor equivalent make)

1 No

6 Electronics Weighing Machine branded 100 Kg capacity (1 No)

7 Water testing equipment 1 No

8 Soil density measuring operators 1 No

9 Any other equipment required at site for quality control by the Engineer-in-charge like

Gauze meter, Varnier caliper, Measuring equipment, Dumpy level.

30 XEN P-II Sonepat

Deleted

31 XEN P-II Sonepat

Note:-

1. No Concrete from outside the campus will be allowed for the work.

2. The numbers, types and capacities of each plant/equipment shall be shown in the proposals alongwith

the cycle time for each operation for the given production capacity to match the requirements.

3. In case the contractor fails to arrange any of the key plant/equipment at site, the department will

procure at his risk and cost and make deductions from his bills, the cost of the plant/equipment

alongwith 14% departmental charges.

ANNEUXRE-II

List of Key Personnel to be deployed on Contract Work.

(Reference CI 4.5 (B) (b)

Sr. Agreement Amount. Key personal required to be Employed by the contractor.

Recovery rate in case non –Employment.

1 Upto Rs. 100.00 lacs One Civil Engineer with diploma in Civil Engineering with 5 years experience of building construction.

Rs. 30,000/- per month

2 Above Rs. 100.00 lacs to Rs.500.00 lacs.

One Civil Engineer with degree in Civil Engineering with 2 years experience or Diploma in Civil Engineering with 5 years experience in building construction.

Rs. 50,000/- per month

3 Above Rs. 500.00 lacs One Civil Engineer with degree in Civil Engineering with 5 years experience in building construction and one Quality Control Engineer with Diploma in Civil Engineering with 2 years experience in quality control.

Rs. 75,000/- per month for Civil Engineer and Rs. 25,000/- per month for Quality Control Engineer.

In case the contractor fails to employ the Key Personnel required to be employed as above at

site, the department will employ the personnel and the recoveries will be made as above from his bills

alongwith 14% departmental charges. The personnel so employed shall be considered as employees of

the contractor and all responsibilities of them shall lie with him only.

32 XEN P-II Sonepat

SECTION-2

QUALIFICATION INFORMATION

33 XEN P-II Sonepat

QUALIFICATION INFORMATION

The information to be filled in by the Bidder in the following pages will be used for purposes of post qualification as provided for in Clause 4 of the Instructions to Bidders. This information will not be incorporated in the Contract.

1. For Individual Bidders

1.1. Constitution or legal status of Bidder[Attach copy]Place of registration: ___________________________Principal place of business:___________________________Power of attorney of signatory of Bid[Attach]

1.2. Total value of Building Constructionworks performed in the last seven years** (in Rs. in lacs)

1.3.1. Work performed as prime contractor and work performed in the past as a nominated sub-contractor will also be considered provided the sub-contract involved execution of all main items of work described in the bid document, provided further that all other qualification criteria are satisfied (in the same name) on works of a similar nature over the last seven years.**

Project Name

Name of the Employer

Description of work

Contract No.

Value of Contract (Rs. crore)

Date of issue of work order

Stipulated period of completion

Actual date of completion*

Remarks explaining reasons for delay & work Completed

*Attach certificate(s) from the Engineer(s)-in-Charge**immediately preceding the financial year in which bids are received.ß Attach certificate from chartered Accountant.

#1.3.2 Quantities of work executed as prime contractor and work performed in the past as a nominated sub-contractor will also be considered provided the sub-contract involved execution of all main items of work described in the bid document, provided further that all other qualification criteria are satisfied (in the same name and style) in the last seven years:**

34 XEN P-II Sonepat

Year Name of the work

Name of the

Employer*

Quantity of work performed

Remarks* (indicate contract

Ref)

Cement Concrete

(including RCC & PCC

Masonry

Plastering work

Flooring work(terrazz

o)

Flooring work

(granite, marble,

tiles)

Wood Work

2006-072007-082008-092009-102010-112011-122012-13

1.4. Information on Bid Capacity (works for which bids have been submitted and works which are yet to be completed) as on the date of this bid.

(A) Existing commitments and on-going works:

Description of works

Place & State

Contract No.

Name & Address

of Employer

Value of Contract (Rs. Cr)

Stipulated period of

completion

Value of works*

remaining to be

completed (Rs. Cr)

Anticipated date of

completion

1 2 3 4 5 6 7 8

* Attach certificate(s) from the Engineer(s)-in-Charge

@ The item of work for which data is requested should tally with that specified in ITB clause 4.5A(c).

** immediately preceding the financial year in which bids are received.

(B) Works for which bids already submitted:

Description of works

Place & State

Name & Address of Employer

Estimated value of works

(Rs. Cr.)

Stipulated period of

completion

Date when decision is expected

Remarks, if any

1 2 3 4 5 6 7

1.5. Availability of key items of Contractor’s Equipment essential for carrying out the Works [Ref. Clause 4.5(B)(a)]. The Bidder should list all the information requested below. Refer also to Sub Clause 4.3 (d) of the Instructions to Bidders.

Item of Equipment

Requirement Availability proposals Remarks (from whom to be purchased)

No. Capacity Owned/ Leased to be procured

Nos./Capacity Age/ Condition

35 XEN P-II Sonepat

1.6. Qualifications and experience of key personnel required for administration and execution of the Contract [Ref. Clause 4.5(B)(b)]. Attach biographical data. Refer also to Sub Clause 4.3 (e) of instructions to Bidders and Sub Clause 9.1 of the Conditions of Contract.

Position Name Qualification Year of Experience (General)

Years of experience in the proposed

positionProject Manager

Etc.

1.7. Proposed sub-contracts and firms involved. [Refer ITB Clause 4.3(k)]Sanctions of the works Value of Sub-contract Sub-contractor

(Name & Address)

Experience in similar work

Attach copies of certificates on possession of valid license for executing water supply/ sanitary work/ building electrification works [Reference Clause 4.5(d) & Clause 4.5(e)]

*1.8. Financial reports for the last five years: balance sheets, profit and loss statements, auditors’ reports (in case of companies/corporation), etc. List them below and attach copies.

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

1.10. Name, address, and telephone, telex, and fax numbers of the Bidders’ bankers who may provide references if contacted by the Employer.

1.11. Information on litigation history in which the Bidder is involved.

Other Party(ies) Employer Cause of Dispute Amount involved Remarks showing Present Status

1.12. Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to Bidders.

1.13. Proposed work method and schedule. The Bidder should attach descriptions, drawings and charts as necessary to comply with the requirements of the Bidding documents. [Refer ITB Clause 4.1 & 4.3(1)]

1.14. Programme

1.15. Quality Assurance Programme

2. Deleted

3. Additional Requirements3.1 Bidders should provide any additional information required to fulfill the requirements of Clause 4 of

the Instructions to the Bidders, if applicable.

(i) Affidavit (ii) Undertaking

36 XEN P-II Sonepat

SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO ORAVAILABILITY OF CREDIT FACILITIES

(CLAUSE 4.2(I) OF ITB)

BANK CERTIFICATE

This is to certify that M/s. ____________________________________________ is a reputed agency with a good financial standing.

If the contract for the work, namely _____________________________________ is awarded to the above firms, we shall be able to provide overdraft/credit facilities to the extent of Rs.___________________ to meet their working capital requirements for executing the above contract during the contract period.

__________________

(Signature)

Name of Bank

Senior Bank Manager

Address of the Bank

AFFIDAVIT

37 XEN P-II Sonepat

1. I, the undersigned, do hereby certify that all the statements made in the required attachments are true

and correct.

2. The undersigned also hereby certifies that neither our firm

M/s____________________________________________________ have abandoned any work Govt.

of India/or any State or Govt. undertakings nor any contract awarded to us for such works have been

rescinded on account of our default, during last five years prior to the date of this bid.

3. The undersigned hereby authorize(s) and request(s) any bank, person, firm or corporation to furnish

pertinent information deemed necessary and requested by the Department to verify this statement or

regarding my (our) competence and general reputation.

4. The undersigned understand and agrees that further qualifying information may be requested, and

agrees to furnish any such information at the request of the Department/ Project implementing agency.

___________________________________

(Signed by an Authorized Officer of the Firm)

_________________

(Title of Officer)

_________________

(Name of Firm)

_________________

DATE

38 XEN P-II Sonepat

UNDERTAKING

I, the undersigned do hereby undertake that our firm M/s _____________________________

____________________ would invest minimum cash up to 25% of the value of the work during

implementation of the Contract.

___________________________________

(Signed by an Authorized Officer of the Firm)

_________________

(Title of Officer)

_________________

(Name of Firm)

_________________

DATE

39 XEN P-II Sonepat

SECTION-3

CONDITIONS OF CONTRACT

40 XEN P-II Sonepat

Conditions of ContractTable of Contents

A. General Page No. C.Quality Control Page No.

1. Definitions 40 33 Identifying Defects 472. Interpretation 40-41 34 Tests 473. Language and Law 41 35 Correction of Defects 474. Engineer’s Decisions 41-42 36 Uncorrected Defects. 475. Delegation 426. Communications 42 D. Cost Control7. Sub-contracting 42 37. Bill of Quantities 478. Other Contractor 42 38. Changes in the Quantities 47-489. Personnel 42 39. Variations 4810. Employer’s & Contractor’s 42 40. Payments for Variations 48

Risks. 41. Cash Flow Forecasts 4811. Employer’s Risks 42 42. Payment Certificates 48-4912. Contractor’s Risks 42 43. Payments. 4913. Insurance. 43 44. Compensation Events 4914. Site Investigation Reports 43 45. Tax 5015. Queries about the Contract 43 46. Currencies 50

Data. 47. Price Adjustment 5016. Contractor to Construct the 43 48. Retention 50

Works 49. Liquidated Damages(LD) 50-5117. The Works to be Completed 43 50. Bonus 51

by the Intended Completion 51. Advance Payment. 51date. 52. Secured advance 51

18. Approval by the Engineer 43 53. Securities 5154 Security deduction retention) 51

19. Safety 44 55. Deleted 5220. Discoveries 44 56. Cost of Repairs 5221 Possession of the Site 44 E. Finishing the Contract22. Access to the Site. 44 57. Completion 5223. Instructions 44 58. Taking Over 5224. Disputes Redressal System 44-45 59. Final Account 5225. Arbitration 45 60. Operating and Maintenance 5226. Deleted 45 Manuals.

61. Termination 52-5362. Payment upon Termination 53

B. Time Control 63. Property 5327. Programme 46 64. Release from Performance 5328. Extension of the Intended

Completion Date. 46 F. Special Conditions of 53-5529. Deleted 46 Contract30. Delays Ordered by the

Engineer 4631. Management Meetings 4732. Early Warning 47

41 XEN P-II Sonepat

CONDITIONS OF CONTRACT

A.GENERAL

1. Definitions

1.1 Terms which are defined in the Control Data are not also defined in the Conditions of Contract but keep their defined meanings. Capital initials are used to identify defined terms.

Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.

Compensation Events are those defined in Clause 44 hereunder.

The Completion Date is the date of completion of the Works as certified by the Engineer-in-Charge in accordance with Sub Clause 55.1.

The Contract is the contract between the Employer and the Contractor to execute, complete and maintain the Works. It consists of the documents listed in Clause 2.3 below.

The Contract Data defines the documents and other information which comprise the Contract.

The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by the Employer.

The Contractor’s Bid is the completed Bidding document submitted by the Contractor to the Employer and includes Technical and Financial bids.

The Contractor Price is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract.

Days are calendar days; months are calendar months.

A Defect is any part of the Works not completed in accordance with the Contract.

The Defects Liability Period is the period named in the Contract Data and calculated from the Completion Date.

The Employer is the party who will employ the Contractor to carry out the Works.

The Engineer is the person named in the Contract Data (or any other competent person appointed and notified to the contractor to act in replacement of the Engineer-in-Charge) who is responsible for supervising the Contractor, administering the Contract, certifying payments due to the Contractor, issuing and valuing Variations to the Contract, awarding extensions of time, and valuing the Compensation Events.

Equipment is the Contractor’s machinery and vehicles brought temporarily to the Site to construct the Works.

The Initial Contract Price is the Contract Price listed in the Employer’s Letter of Acceptance.

The Intended Completion Date is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion Date may be revised only by the Engineer-in-Charge by issuing an extension of time.

Materials are all; supplies, including consumables, used by the contractor for incorporation in the Works.

42 XEN P-II Sonepat

Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or chemical or biological function.

The Site is the area defined as such in the Contract Data.

Site Investigation Reports are those which were included in the Bidding documents and are factual interpretative reports about the surface and sub-surface conditions at the site.

Specification means the Specification of the Works included in the Contract and any modification or addition made or approved by the Engineer-in-Charge.

The Start Date is given in the Contract Data. It is the date when the Contractor shall commence execution of the works. It does not necessarily coincide with any of the Site Possession Dates.

A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry out a part of the Work in the Contract which includes work on the Site.

Temporary Works are works designed, constructed, installed, and removed by the Contractor which are needed for construction or installation of the Works.

A Variation is an instruction given by the Engineer-in-Charge, which varies the Works.

The Works are what the Contract requires the Contractor to construct, install, and turn over to the Employer, as provided in the bid documents, BOQ and drawings etc. and as directed by the Engineerfrom time to time defined in the Contract Data.

2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or neuter, and the other way around. Headings have no significance, Words have their normal meaning under the language of the Contract unless specifically defined. The Engineer-in-Charge will provide instructions clarifying queries about the Conditions of Contract.

2.2 It sectional completion is specified in the Contract Data, references in the Conditions of Contract to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion date for the whole of the Works).

2.3 The documents forming the Contract shall be interpreted in the following order or priority:

(1) Agreement.(2) Letter of Acceptance, notice to proceed with the works.(3) Contractor’s Bid(4) Contract Data.(5) Conditions of Contract including Special Conditions of Contract.(6) Specifications.(7) Drawings(8) Bill of quantities and(9) Any other document listed in the Contract Data as forming part of the Contract.

3. Language and Law

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

4. Engineer’s Decisions.

43 XEN P-II Sonepat

4.1. Except where otherwise specifically stated, the Engineer will decide contractual matters between the Employer and the Contractor in the role representing the Employer.

5. Delegation

5.1 The Engineer may delegate any of his duties and responsibilities to other people except to the Adjudicator after notifying the Contractor and may cancel any delegation after notifying the Contractor.

6. Communications

6.1. Communications between parties which are referred to in the conditions are effective only when in writing. A notice shall be effective only when it is delivered (in terms of India Contract Act.).

7. Sub-contracting

7.1. The Contractor may sub-contract any portion of work, upto a limit specified in Contract Data, with the approval of the Engineer-in-Charge but may not assign the Contract without the approval of the Employer in writing. Sub-contracting does not alter the Contractor’s obligations.

8. Other Contractors

8.1. The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and the Employer between the date given in the Schedule of other Contractors. The Contractor shall as referred to in the Contract Data, also provide facilities and services for them as described in the Schedule. The employer may modify the schedule of other contractors and shall notify the contractor of any such modification.

9. Personnel

9.1. The Contractor shall employ the key personnel named in the Schedule of Key Personnel as referred to in the Contract Data to carry out the functions stated in the Schedule or other personnel approved by the Engineer-in-Charge The Engineer-in-Charge will approve any proposed replacement of key personnel only if their qualifications, abilities, and relevant experience are substantially equal to or better than those of the personnel listed in the Schedule. In case of non-employment of key personnel action can be taken as per clause 59 of conditions of contract & deduction will be made from the bills / due payment of the contractor on account of salary per month of key personnel as per Annexure-II of Section-I @ of Rs. 30,000/- P.M for Sr.No.1, Rs. 50,000/- P.M for Sr.No.2 and Rs 1,00,000/- P.M for Sr. No. 3.

9.2. If the Engineer-in-Charge asks the Contractor to remove a person who is a member of the Contractor’s staff or his work force stating the reasons the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the work in the Contract.

10. Employer’s and Contractor’s Risks.

10.1. The Employer carries the risks which this Contract states are Employer’s risks, and the Contractor carries the risks which this Contract states are Contractor’s risks.

11. Employer’s Risks

11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly affect the execution of the Works in India, the risks of war, hostilities, invasion, act of foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or disorder (unless restricted to the Contractor’s employees), and contamination from any nuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other than the Contractor’s design.

12. Contractor’s Risks.

44 XEN P-II Sonepat

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

13. Insurance. (For contract(s) above Rs.5.00 crores)

13.1. The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover(contractor all risks policy) from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles states in the Contract Data for the following events which are due to the Contractor’s risks:(a) loss or damage to the Works, Plant and Materials;(b) loss of or damage to Equipment.(c) Loss of or damage of property (except the Works, Plant, Materials and Equipment) in

connection with the Contract; and(d) Personal injury or death.

13.2. Policies and certificates for insurance shall be delivered by the Contractor to the Engineer-in-Chargebefore the Start Date. All such insurance shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred.

13.3 If the Contractor does not provide any of the policies and certificates required, the Employer may effect the insurance which the Contractor should have provided and recover the premiums the Employer has paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the premiums shall be a debt due. 14% Departmental charges over payment of premiums will also be recovered from the contractors.

13.4 Alterations to the terms of an insurance shall not be made without the approval of the Competent authority.

14. Site Investigation Report.

14.1. The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred to in the Contract Data, supplemented by any information available to the Bidder. In case such information is not available in the contract data, the Contractor shall gather such information from the office of Engineer-In- Charge. No claim on account of non availability will be entertained.

15. Queries about the Contract Data.

15.1. The Engineer-in-Charge will clarify queries on the Contract Data.

16. Contractor to Construct the Works

16.1. The Contractor shall construct and install the Works in accordance with the Specification and Drawings.

17. The Works to be Completed by the Intended Completion Date.

17.1. The Contractor may commence execution of the Works on the Start Date and shall carry out the Works in accordance with the programme submitted by the Contractor, as updated with the approval of the Engineer-in-Charge, and complete them by the Intended Completion Date.

18. Approval by the Engineer-in-Charge

18.1. The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to the Engineer-in-Charge, who is to approve them if they comply with the Specifications and Drawings.

18.2. The Contractor shall be responsible for design of Temporary Works.

45 XEN P-II Sonepat

18.3. The Engineer-in-Charge’s approval shall not alter the Contractor’s responsibility for design of the Temporary Works.

18.4. The Contractor shall obtain approval of third parties to the design of the Temporary Works where required.

18.5. All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are subject to prior approval by the Engineer-in-Charge before their use.

19. Safety

19.1. The Contractor shall be responsible for the safety of all activities on the Site.20. Discoveries

20.1. Anything of historical or other interest or of significant value unexpectedly discovered on the Site is the property of the Employer. The Contractor is to notify the Engineer-in-Charge of such discoveries and carry out the Engineer-in-Charge’s instructions for dealing with them.

21. Possession of the Site21.1. The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is

not given by the date stated in the Contract Data the Employer is deemed to have delayed the start of the relevant activities and this will be Compensation Event.

22. Access to the Site22.1. The Contractor shall allow the Engineer-in-Charge and any person authorized by the Engineer-in-

Charge access to the Site, to any place where work in connection with the Contract is being carried out or is intended to be carried out and to any place where materials or plant are being manufactured/fabricated/assembled for the works.

23. Instructions23.1. The Contractor shall carry out all instructions of the Engineer-in-Charge pertaining to works which

comply with the applicable laws where the Site is located.24. Dispute Redressal System24.1 In case of contract(s) of value lesser than Rs.2 cr., the agency will make an appeal to the Appellant

Authority i.e. concerned Superintending Engineer who will decide the issue within 90 days. In case of dissatisfaction on the part of the contractor, he can go to Court after the decision of this appeal or after 90 days in case of no decision from the Appellant Authority.

24.2 In case of contract(s) of value more than Rs.2.00 cr. and less than Rs.10.00 cr., the agency will make an appeal to the Appellant Authority i.e. concerned Superintending Engineer who will decide the issue within 90 days. If the contractor is not satisfied with the Appeal, he can go for Arbitration. Adjudication of the dispute shall be done by Sole Arbitrator to be appointed by the Govt. from the list of Arbitrators approved by the Govt.

24.3 For disputes relating to contract(s) of value higher than Rs.10 cr., the agency may first appeal to the concerned Superintending Engineer. In case the contractor is not satisfied with the appeal he can go for the Arbitration. The arbitration shall be done by three members tribunal with composition as below.

24.4 The composition of the Tribunal will be:I. One official member, Chairman of the Tribunal, not below the rank of Chief Engineer (Serving) of the

State Govt./State Govt. Undertakings to be appointed by Govt.II. One official member not below the rank of Superintending Engineer (Serving/retired) of Hr.

PW(B&R) Deptt. to be appointed by Govt. andIII. One non-official member who will be technical expert not below the rank of Superintending Engineer

(Serving/retired) of Hr.PW (B&R) Deptt. selected by the Contractor from a panel of three persons given to him by the Employer.

24.4 The Contractor and the Employer will be entitled to present their case in writing duly supported by documents. If so requested, the Tribunal may allow one opportunity to the Contractor and the

Employer for oral arguments for a specified period. The Tribunal shall give its decision within a period of 180 days from the date of appeal, failing which the contractor can approach the appropriate court for the resolution of the dispute.

46 XEN P-II Sonepat

24.5 The decision of the Tribunal will be binding on the Employer for payment of claims up to five percent of the Initial Contract Price. The Contractor can accept and receive payment after signing as “in full and final settlement of all claims”. If he does not accept the decision, he is not barred from approaching the courts. Similarly, if the Employer does not accept the decision of the Tribunal above the limit of five percent of the Initial Contract Price, he will be free to approach the courts applicable under the law.

24.6 The Fee and other charges payable to an Arbitrator in arbitration case shall be as given in the schedule below:-

Sr. Agreement Amount

Fee Payable of Sole Arbitrator/each Arbitrator in Tribunal

TA/DA Charges for Computer Operator/Clerk

Reading fee and award writing including typing charges and stationery etc.

1. Upto Rs. 2.00 crore

No. Arbitrator required

2. More than Rs. 2.00 Cr. But upto Rs. 10.00 crore (Sole Arbitrator)

Rs. 10,000/- per hearing and maximum Rs. 2.00 lacs for whole proceedings.

As per Govt. Rules

Rs.1000/- per hearing and maximum Rs. 20,000/- for the whole proceedings

25,000/-lumpsum

3. More than 10.00 crores Tribunal comprising of three Arbitrators)

Rs.12,500/-per hearing and maximum Rs.3.00 lacs for whole proceedings to each Arbitrator.

As per Govt. Rules

Rs. 1250/-per hearing and maximum Rs. 25,000/for the whole proceedings

25,000/-(lumpsom) each Arbitrator of Tribunal

24.7 The fees structure given above will be shared equally by both parties

25. Arbitration

25.1 As per provisions of the clause 24 of Dispute Reddressel System. The claimant shall deposit with the Engineer-In-Charge a claim fee @2% of claim amount or as prescribed in tender document. On termination of the arbitration proceedings, this fee shall be adjusted against the cost, if any, awarded by the arbitrator (or arbitral tribunal) against the claimant party and the balance remaining after such adjustment, and in the absence of such cost being awarded, the whole of the sum will be refunded within one month of the date of the award.

26 Deleted

47 XEN P-II Sonepat

B. TIM E CONTROL27. Programme

27.1. Within the time stated in the Contract Data the Contractor shall submit to the Engineer-in-Charge for approval a Programme showing the general methods, arrangements, order, and timing for all the activities in the Works along with monthly cash flow forecast.

27.2. An update of the Programme shall be a programme showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining work including any changes to the sequence of the activities.

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

27.4. The Engineer-in-Charge’s approval of the Programme shall not alter the Contractor’s obligations. The Contractor may revise the Programme and submit it to the Engineer-in-Charge again at any time. A revised Programme is to show the effect of Variations and Compensation Events.

28. Extension of the Intended Completion Date

28.1 The Engineer shall extend the Intended Completion Date, with approval from authority competent to

grant time extension as mentioned in Clause 16.16.6 of PWD code through employer, if a

compensation Event occurs or a Variation is issued which makes it impossible for completion to be

achieved by the Intended Completion Date without the Contractor taking steps to accelerate the

remaining work and which would cause the Contactor to incur additional cost.

The Clause 16.16.6 is reproduced as under:-

“16.16.6 The authority competent to technically sanction the estimate shall have the power to grant EOT.

However, to check disproportionate EOTs and to ensure uniformity in approach, the Engineer-in-Chief

shall issue instructions in this regard from time to time.”

28.2 The Engineer with the approval of the authority competent to grant time extension as per PWD Code clause 16.16.6 through employer shall decide whether and by how much to extend the Intended Completion date within 56 days of the Contractor asking the Engineer for a decision upon the effect of a compensation event or variation and submitting full supporting information. If the Contractor has failed to give early warning of delay or has failed to cooperate in dealing with a delay, the delay by the failure shall not be considered in accessing the new Intended Completion Date.

28.3 The Engineer shall within 14 days of receiving full justification from the contractor for extension of Intended Completion Date refer to the Employer. The Employer shall refer the case to the authority competent to grant time extension as per Clause 16.16.6 of PWD code within further 14 days for his decision. If the authority competent to grant time extension fails to give his acceptance within next 28 days, the engineer shall not grant the time extension and the Contractor may refer the matter to the Dispute Redressal System under clause 24.1. In the employer happens to be the authority competent to grant time extension, he would convey his decision to the Engineer within 42 days

(Letter issued by Head office letter No. 6011-6091/Gen dated 09.09.2013)

48 XEN P-II Sonepat

29. Deleted

30. Delays Ordered by the Engineer-in-Charge

30.1. The Engineer-in-Charge may instruct the Contractor to delay the start or progress of any activity within the Works.

31. Management Meetings31.1. Either the Engineer-in-Charge or the Contractor may require the other to attend a management

meeting. The business of a management meeting shall be to review the plans for remaining work and to deal with matters raised in accordance with the early warning procedure. One meeting in each quarter is mandatory for smooth running of works. Proceedings of meeting may be circulated to allincluding Head office.

31.2. The Engineer-in-Charge shall record the business of management meetings and is to provide copies of his record to those attending the meting and to the Employer. The responsibility of the parties for actions to be taken is to be decided by the Engineer-in-Charge either at the management meeting or after the management meeting and stated in writing to all who attended the meting.

32. Early Warning32.1. The Contractor is to warn the Engineer-in-Charge at the earliest opportunity of specific likely future

events or circumstances that may adversely affect the quality of the work, increase the Contract Price or delay the execution of works. The Engineer-in-Charge may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate is to be provided by the Contractor as soon as reasonably possible.

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

C. QUALITY CON TRO L33. Identifying Defects33.1. The Engineer-in-Charge shall check the Contractor’s work and notify the Contractor of any Defects

that are found. Such checking shall not affect the Contractor’s responsibilities. The Engineer-in-Charge may instruct the Contractor to search for a Defect and to uncover and test any work that the Engineer-in-Charge considers may have a Defect.

34. Tests34.1. If the Engineer-in-Charge instructs the Contractor to carry out a test not specified in the Specification

to check whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and any samples. If there is no Defect the test shall be a Compensation Event.

35. Correction of Defects

35.1. The Engineer-in-Charge shall give notice to the Contractor of any Defect (structural, technical or routine maintenance nature) before the end of the Defects Liability Period, which begins at Completion and is defined in the Contract Data. The Defects Liability period shall be extended for as long as Defects remain to be corrected. The defects shall include the routine maintenance activities as well.

35.2. Every time notice of a Defect is given the Contractor shall correct the notified Defect within the length of time specified by the Engineer-in-Charge’s notice.

36. Uncorrected Defects

36.1. If the Contractor has not corrected a Defect within the time specified in the Engineer-in-Charge’s notice, the Engineer-in-Charge will assess the cost of having the Defect corrected, and the Contractor will pay double of this amount.

49 XEN P-II Sonepat

D. COST CONTR OL

37. Bill of Quantities

37.1. The Bill of Quantities shall contain items for the construction, installation, testing and commissioning work to be done by the Contractor.

37.2. The Bill of Quantities is used to calculate the Contractor Price. The Contractor is paid for the quantity of the work done at the rate in the Bill of Quantities for each item.

38. Changes in the Quantities

38.1. If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular item by more than 100 per cent provided the change exceeds 25% of initial Contract Price, the Engineer-in-Charge shall adjust the rate to allow for the change, duly considering.

(a) justification for rate adjustment as furnished by the Contractor,(b) economies resulting from increase in quantities by way of reduced plant, equipment, and overhead

costs.(c) Entitlement of the Contractor to compensation events where such events are caused by any additional

work.

38.2. The Engineer-in-Charge shall not adjust rates from changes in quantities if thereby the Initial Contract Price is exceeded by more than 30 per cent, except with the Prior approval of the Employer.

38.3. If requested by the Engineer-in-Charge, the Contractor shall provide the Engineer-in-Charge with a detailed cost breakdown of any rate in the Bill of Quantities.

39. Variations39.1. All Variations shall be included in updated Programmes produced b y the Contractor.40. Payments for Variations40.1 The Contractor shall provide the Engineer-in-Charge with a quotation (with break down of unit rates)

for carrying out the Variation when requested to do so by the Engineer-in-Charge. The Engineer-in-Charge shall assess the quotation, which shall be given within seven days of the request or within any longer period stated by the Engineer-in-Charge and before the Variation is ordered.

40.2. If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the opinion of the Engineer-in-Charge, the quantity of work above the limit stated in Sub Clause 38.1 or the timing of its execution do not cause the cost per unit of quantity to change, the rate in the Bill of Quantities shall be used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature of timing of the work in the Variation does not correspond with items in the Bill of Quantities, the quotation by the Contractor shall be in the form of new rates for the relevant items of work.

40.3. If the Contractor’s quotation is unreasonable, the Engineer-in-Charge may order the Variations and make a change to the Contract Price which shall be based on Engineer-in-Charge’s own forecast of the effect of the Variation on the Contractor’s costs.

40.4. If the Engineer-in-Charge decides that the urgency of varying the work would prevent a quotation being given and considered without delaying the work, no quotation shall be given and the Variation shall be treated as a Compensation Event.

40.5. The Contractor shall not be entitled to additional payment for costs which could have been avoided by giving early warning.

41. Cash Flow Forecasts41.1. When the Programme is updated, the contractor is to provide the Engineer-in-Charge with an updated

cash flow forecast.

42. Payment Certificates

50 XEN P-II Sonepat

42.1. The Contractor shall submit to the Engineer-in-Charge monthly statements of the estimated value of the work completed less the cumulative amount certified previously by 1st week of the month. In case contractor does not submit his bill by 1st week of the month, Engineer-In-Charge shall get the monthly statement of the estimated value of work completed less cumulative amount prepared by the end of third week of the month. This procedure will be followed even if no work is carried out at the site of work.

42.2. The Engineer-in-Charge shall check the Contractor’s monthly statement within 14 days and certify the amount to be paid to the Contractor after taking into account any credit or debit for the month in question in respect of materials for the works in the relevant amounts and under conditions set forth in sub-clause 51(3) of the conditions of contract.

42.3. The value of work executed shall be determined by the Engineer-in-Charge.

42.4. The value of work executed shall comprise the value of the quantities of the Compensation Events.

42.5. The value of work executed shall include the valuation of Variations and Compensation Events.

42.6. The Engineer-in-Charge may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.

43. Payments

43.1. If an amount certified is increased in a later certificate as a result of an award by the Adjudicator or an Arbitrator, the Contractor shall be paid interest @10% per annum upon the delayed payment as set out in this clause. Interest shall be calculated from the date upon which the increased amount would have been certified in the absence of dispute.

43.3. Items of the Works for which no rate or price has been entered in will not be paid for by the Employer and shall be deemed covered by the other rates and price in the Contract.

44. Compensation Events44.1. The following are Compensation Events unless they are caused by the Contractor;

(a) The Employer does not give access to 80% of the Site by the Site Possession Date stated in the Contract Data.

(b) The Employer modifies the schedule of other contractors in a way which affects the work of the contractor under the contract.

(c) The Engineer-in-Charge orders a delay or does not issue drawings, specifications or instructions required for execution of works due to which the work is delayed. However, these can be issued from time to time during the execution of the work.

(d) The Engineer-in-Charge instructs the Contractor to uncover or to carry out additional tests upon work which is then found to have no Defects.

(e) The Engineer-in-Charge does not approve of a subcontract to be let, within 30 days.(f) Ground conditions are substantially more adverse than could reasonably have been assumed

before issuance of Letter of Acceptance from the information issued to Bidders (including the Site Investigation Reports), from information available and from a visual inspection of the site.

(g) The Engineer-in-Charge gives an instruction for dealing with an unforeseen condition, caused by the Employer, or additional work required for safety or other reasons.

(h) Other contractors, public authorities, utilities or the Employer does not work within the dates and other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.

(i) The advance payment is delayed, beyond 45 days after receipt of application and bank guarantee.

(j) The effect on the Contractor of any of the Employer’s Risks.(k) The Engineer-in-Charge unreasonably delays issuing a Certificate of Completion.(l) Other Compensation Events listed in the Contract Data or mentioned in the Contract.

51 XEN P-II Sonepat

44.2. If a Compensation Event would cause additional cost or would prevent the work being completed before the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion Date is extended. The Engineer-in-Charge shall decide whether and by how much the Contract Price shall be increased and whether and by how much the Intended Completion Date shall be extended.

44.3. As soon as information demonstrating the effect of each Compensation Event upon the Contractor’s forecast cost has been provided by the Contractor, it is to be assessed by the Engineer-in-Charge and the Contract Price shall be adjusted accordingly. If the Contractor’s forecast is deemed unreasonable, the Engineer-in-Charge shall adjust the Contract Price based on Engineer-in-Charge’s own forecast. The Engineer-in-Charge will assume that the Contractor will react competently and promptly to the event.

44.4. The Contractor shall not be entitled to compensation to the extent that the Employer’s interests are adversely affected by the Contractor not having given early warning or not having cooperated with the Engineer-in-Charge.

45. Tax

45.1. The rates quoted by the Contractor shall be deemed to be inclusive of the sales tax /VAT, Labour Cess, Service Tax if any and other taxes that the Contractor will have to pay for the performance of this Contract. The Employer will perform such duties in regard to the deduction of such taxes at source as per applicable law.

46. Currencies46.1. All payments shall be made in Indian Rupees.

47. Price Adjustment.

47.1 The rate of cement/steel issued under the authority of Engineer-in-Chief Hr. PW (B&R) Deptt., Chandigarh on the date of receipt of tender shall be considered as base rate. If during execution of the works, the rate of cement/steel increases or decreases, the difference in cost shall be paid/ recouped from the contractor in the bill, as per formula given on contract data at sr.no.23 subject to the following conditions:-

47.1.1 The cement/steel will be arranged by the Contractor.47.1.2 The contractor shall submit original bill/ voucher while claiming the payment for the work

done. The bill/ voucher should pertain to the period of original contractual time limit and should correspond with the progress of work. No extra payment due to increase in rate of cement/steel will be paid if the original bill/ vouchers are not submitted by the agency. No increase in prices of the cement/steel shall be reimbursed to the contractor beyond the original time period allowed for construction as per contract agreement irrespective of extension of time limit granted to the agency for any reason, whatsoever.

47.1.3 After approval of tender, the Contractor shall submit the work programme for execution of wok and get it approved from the Engineer-in-Charge in the time limit prescribed in the tender document. The increase in rates of cement/steel shall only be paid if the work is carried out within the prescribed period as per the approved work programme.

47.2 To the extent that full compensation for any rise or fall in costs to the contractor is not covered by the provisions of this or other clauses in the contract, the unit rates and prices included in the contract shall be deemed to include amounts to cover the contingency of such other rise or fall in costs.

48. Retention Money48.1 6% (six percent) retention money shall be deducted from running bills subject to a maximum of

5% of the agreement amount and shall be refunded 50% immediately after completion of work to the satisfaction of Engineer-in-Charge & balance 50% will be released after expiry of the defect liability period. However, retention money can be released against unconditional Bank Guarantee in favour of department valid for 60 days beyond stipulated period as per schedule.

52 XEN P-II Sonepat

49. Liquidated Damages (LD)49.1. The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the Contract

Data for each day that the Completion Date is later than the Intended Completion Date (for the whole of the works or the milestone as stated in the contract data). The total amount of liquidated damages shall not exceed the amount defined in the Contract Data. The Employer may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages does not affect the Contractor’s liabilities.

49.2. If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer-in-Charge shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The Contractor shall be paid interest on the over payment calculated from the date of payment to the date of repayment at the rates specified in Sub Clause 43.1. If the contractor achieves the next mile stone in time, then LD imposed will be waived off automatically and payment shall be released without any interest in the next bill due to the contractor.

49.3. If the Contractor fails to comply with the time for completion as stipulated in the tender, then the contractor shall pay to the employer the relevant sum stated in the Contract Data as Liquidated damages for such default and not as penalty for everyday or part of day which shall elapse between relevant time for completion and the date stated in the taking over certificate of the whole of the works on the relevant section, subject to the limit stated in the contract data.The engineer may, without prejudice to any other method of recovery deduct the amount of such damages from any money due or to become due to the contractor. The payment or deduction of such damages shall not relieve the contractor from his obligation to complete the works on from any other of his obligations and liabilities under the contract.

50. Bonus50.1 If the Contractor achieves completion of the whole of the works prior to the Intended Completion Date

prescribed in Contract Data the Employer shall pay to the contractor a sum stated in Contract Data as bonus for every completed month which shall elapse between the date of completion of all items of works as stipulated in the contract, including variations ordered by the Engineer-in-Charge and the time prescribed in Clause 17.

For the purpose of calculating bonus payments, the time given in the Bid for completion of the whole of the works is fixed and unless otherwise agreed, no adjustments of the time by reason of granting an extension of time pursuant to Clause 28 or any other clause of these conditions will be allowed. Any period falling short of a complete month shall be ignored for the purpose of computing the period relevant for the payment of bonus.

51. Advance Payment51.1. The Engineer shall make advance payment to the Contractor of the amounts stated in the Contract

Data by the date stated in the Contract Data, against provision by the Contractor of an Unconditional Bank Guarantee in a form and by a bank acceptable to the Engineer in amounts and currencies equal to the advance payment. The guarantee shall remain effective until the advance payment has been repaid, but the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor. Interest will be charged on the advance payment.

51.2. The Contractor is to use the advance payment only to pay for Equipment, Plant and Mobilization expenses required specifically for execution of the Works. The Contractor shall demonstrate that advance payment has been used in this way by supplying copies of invoices or other documents to the Engineer-in-Charge.

51.3. The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due to the Contractor. Following the schedule of completed percentages of the Works on a payment basis. No account shall be taken of the advance payment or its repayment is assessing valuations of work done, Variations, price adjustments, Compensation Events, or Liquidated Damages.

51.4. Secured AdvanceThe Engineer-in-Charge shall make advance payment in respect of materials intended for but not yet incorporated in the Works in accordance with conditions stipulated in the Contract Data.

53 XEN P-II Sonepat

52. Securities

52.1. The Performance Security (Including additional security for unbalanced bids) shall be provided to the Employer not later than the date specified in the Letter of Acceptance and shall be issued in an amount and form and by a bank or surety acceptable to the Employer, and denominated in Indian Rupees. The Performance Security shall be valid until a date 45 days from the date of expiry of Defects Liability Period and the additional security for unbalanced bids shall be valid until a date 45 days from the date of issue of the certificate of completion.

53. Deleted

54. Cost of Repairs54.1. Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and

the end of the Defects Correction Periods shall be remedied by the Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s act or omissions.

E. FINISHING THE CONTRACT55. Completion

55.1. The Contractor shall request the Engineer-in-Charge to issue a Certificate of Completion of the Works and the Engineer-in-Charge will do so upon deciding that the Work is completed.

56. Taking Over

56.1. The Employer shall take over the Site and the Works within seven days of the Engineer-in-Chargeissuing a certificate of Completion.

57. Final Account

57.1. The Contractor shall supply to the Engineer-in-Charge a detailed account of the total amount that the Contractor considers payable under the Contract before the end of the Defects Liability Period.However, the final bill of the work will be passed by the Engineers within 90 days from the date of completion. The final account and final bill are different in nature. The Engineer-in-Charge shall issue a Defect Liability Certificate and certify any final payment that is due to the Contractor within 56 days after the end of defect liability period if it is correct and complete. If it is not, the Engineer-in-Charge shall issue within 56 days a schedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Engineer-in-Charge shall decide on the amount payable to the Contractor and issue a payment certificate, within 56 days of receiving the Contractor’s revised account.

58. Operating and Maintenance Manuals58.1. If “as built” Drawing and/or operating and maintenance manuals are required, the Contractor shall

supply them by the dates stated in the Contract Data.58.2. If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Contract

Data, or they do not receive the Engineer-in-Charge’s approval, the Engineer-in-Charge shall withhold the amount stated in the Contract Data from payments due to the Contractor.

59. Termination59.1. The Employer or the Contractor may terminate the Contract if the other party causes a fundamental

breach of the Contract.

59.2. Fundamental breaches of Contract include, but shall not be limited to the following:(a) The Contractor stops work for 20 days when no stoppage of work is shown on the current

Programme and the stoppage has not been authorized by the Engineer-in-Charge.(b) The Engineer-in-Charge instructs the Contractor to delay the progress of the Works and the

instruction is not withdrawn within 28 days;

54 XEN P-II Sonepat

(c) the Employer or the Contractor is made bankrupt or goes into liquidation other than for a reconstruction or amalgamation;

(d) a payment certified by the Engineer-in-Charge is not paid by the Employer to the Contractor within 56 days of the date of the Engineer-in-Charge’s certificate;

(e) 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 of time determined by the Engineer-in-Charge;

(f) the Contractor does not maintain a security which is required.(g) the Contractor has delayed the completion of miles stone/ work by 30 days and(h) if the Contractor, in the judgment of the Employer has engaged in corrupt or fraudulent

practices in competing for or in executing the Contract (i) Non-employment of key personnel as per clause 9.

For the purpose of this paragraph “ 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 Borrower, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Borrower of the benefits of free and open competition.”

59.3. When either party to the Contract gives notice of a breach of contract to the Engineer-in-Charge for a cause other than those listed under Sub Clause 59.2 above, the Engineer-in-Charge shall decide whether the breach is fundamental or not.

59.4. Notwithstanding the above, the Employer may terminate the Contract for convenience.

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

60. Payment upon Termination60.1. If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Engineer-in-Charge shall issue a certificate for the value of the work done less advance payments received up to the date of the issue of the certificate, less other recoveries due in terms of the contract, less taxes due to be deducted at source as per applicable law and less the percentage to apply to the work not completed as indicated in the Contract Data. Additional Liquidated Damages shall not apply. If the total amount due to the Employer exceeds any payment due to the Contractor the difference shall be a debt payable to the Employer.

60.2. If the Contract is terminated at the Employer’s convenience or because of a fundamental breach of Contract by the Employer, the Engineer-in-Charge shall issue a certificate for the value of the work done, the cost of balance material brought by the contractor and available at site, the reasonable cost of removal of Equipment, repatriation of the Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the Works and less advance payments received up to the date of the certificate, less other recoveries due in terms of the contract and less taxes due to be deducted at source as per applicable law.

61. Property61.1. All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the

property of the Employer, if the Contract is terminated because of a Contractor’s default.

62. Release from Performance62.1. If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of

either the Employer or the Contractor the Engineer-in-Charge shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterwards to which commitment was made.

55 XEN P-II Sonepat

F. SPECIAL CONDITIONS OF C ONTR AC T1. LABOUR:

The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the engagement of all staff and labour, local or other, and for their payment, housing, feeding and transport.

The Contractor shall, if required by the Engineer-in-Charge, deliver to the Engineer-in-Charge a return in detail, in such form and at such intervals as the Engineer-in-Charge may prescribe, showing the staff and the numbers of the several classes of labour from time to time employed by the Contractor on the Site and such other information as the Engineer-in-Charge may require.

2. COMPLIANCE WITH LABOUR REGULATIONS :

During continuance of the contract, the Contractor and his sub-contractors shall abide at all times by all existing labour enactments and rules made thereunder, regulations, notifications and bye laws of the State or Central Government or local authority and any other labour law (including rules), regulations, bye laws that may be passed or notification that may be issued under any labour law in future either by the State or the Central Government or the local authority. Salient features of some of the major labour laws that are applicable to construction industry are given below. The Contractor shall keep the Employer indemnified in case any action is taken against the Employer by the competent authority on account of contravention of any of the provisions of any Act or rules make thereunder, regulations or notifications including amendments. If the Employer is caused to pay or reimburse, such amounts as may be necessary to cause or observe, or for non-observance of the provisions stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the Contractor, the Engineer-in-Charge/Employer shall have the right to deduct any money due to the Contractor including his amount of performance security. The Employer/Engineer-in-Charge shall also have right to recover from the Contractor any sum required or estimated to be required for making good the loss or damage suffered by the Employer.The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the Employer at any point of time.

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK.

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

b) Payment of Gratuity Act 1972:- Gratuity is payable to an employee under the Act on satisfaction of certain conditions on separation if an employee has completed 5 years service or more on death, the rate of 15 days wages for every completed year of service. The Act is applicable to all establishments employing 1o or more employees.

c) Employee P.F. and Miscellaneous Provision Act 1952:- The Act Provides for monthly contributions by the employer plus workers @10% each. The benefits payable under the Act are:

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

(ii) Deposit insurance linked with death of the worker during Employment.

(iii) Payment of P.F. accumulation or retirement/death etc.d) Maternity Benefit Act 1951:- The Act provides for leave and some other benefits to women

employees in case of confinement or miscarriage etc.

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

(f) Minimum Wages Act 1948:- The Employer is supposed to pay not less than the Minimum Wages fixed by appropriate Government as per provisions of the Act, if the employment is a scheduled employment. Construction of Buildings, Roads, Runways are scheduled employments.

56 XEN P-II Sonepat

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

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

(i) Payment of Bonus Act 1965:- Bonus will be paid as per latest policy of the Govt. of India.

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

(k) Industrial Employment (Standing Orders) Act 1946:- It is applicable to all establishments employing 100 or more workmen (employment size reduced by some of the States and Central Government to 50 ). The Act provides for laying down rules governing the conditions of employment by the Employer on matters provided in the Act and get the same certified by the designated Authority.

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

(m) Child Labour (Prohibition & Regulation) Act 1986:- The Act prohibits employment of children below 14 years of age in certain occupations and processes and provides for regulation of employment of children in all other occupations and processes. Employment of Child Labour is prohibited in Building and Construction Industry.

(n) Inter-State-Migrant workmen’s (Regulation of Employment & Conditions of Service) Act 1979:_ The Act is applicable to an establishment which employs 5 or more inter-state migrant workmen through an intermediary (who has recruited workmen in one state for employment in the establishment situated in another state). The Inter-State migrant workmen, in an establishment to which this Act becomes applicable, are required to be provided certain facilities such as housing, medical aid, traveling expenses from home upto the establishment and back, etc.

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

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

57 XEN P-II Sonepat

SECTION-4

CONTRACT DATA

58 XEN P-II Sonepat

CONTRACT DATAClause Reference

with respectto section 3

Items marked “N/A” do not apply in this Contract.

1 The Employer Name: Sh. Suresh DangiAddress: Superintending Engineer,

Sonepat Circle PWD B&R Br. Sonepat.

2 Name of Engineer- Executive Engineer-in-Charge [Cl.1.1]

3 The Defects Liability Period is 36 (Thirty six) months from the date of completion of work.

[Cl.1.1 & 35]

4 The Start Date shall be 21 days after the date of issue of the acceptance letter.

5 The Intended Completion Date for the whole of the work is 24 (Twenty four) months after start of work with the following milestones:

[Cl.1.1,17&28]

[Cl.2.2 &49.1]

6 Milestone dates:Physical works to be completed Period from the start date Additional Physical Mile stone

Milestone 1 i.e. 25% 35% of the stipulated time Admn-cum-Academic Milestone 2 i.e. 50% 65% of the stipulated time Block & Hostes to be Milestone 3 i.e. 75% 85% of the stipulated time completed in 21 monthsMilestone 4 i.e. 100% 100% of the stipulated time in all respects.

7 The site is located at (National Law University) Rai Constituency in Sonepat District.

[Cl.1.1]

8 The following documents also form part of the Contract i.e. undertaking of the bidder if any.

[Cl. 2.3(9)]

9 The law which applies to the Contract is the law of Union of India [Cl.3.1]

10 The language of the Contract documents is English [Cl.3.1]

11 Limit of subcontracting 20% of the Initial Contract Price [Cl.7.1]

12 The Schedule of Key Personnel As per Annex.-II of Section I [Cl.9]

13 The minimum insurance cover for physical property, injury and death is Rs.5 lacs per occurrence with the number of occurrences limited to four. After each occurrence, contractor will pay additional premium necessary to make insurance valid for four occurrences always. This clause is applicable for contracts more than 1.00 crore initially

Clause Referencewith respect to

section 3

[C1.13]

14 The Site Possession Date shall be the date of issue of acceptance letter [C1.14]

59 XEN P-II Sonepat

15 Deleted

16 Deleted

17 Deleted.18 The period for submission of the programme for approval of Engineer

shall be 21 days from the issue of Letter of Acceptance.[C1.27.1]

19 The period between programme updates shall be 90 days. [C1.27.3]

20 The amount to be withheld for late submission of an updated programme shall be 0.25% of contract price subject to max. of Rs. 2.00 lacs.

[C1.27.3]

21 The following events shall also be Compensation Events:Substantially adverse ground conditions encountered during the course of

execution of work not provided for in the bidding document

[C1.44]

(i) Removal of underground utilities detected subsequently.(ii) Significant change in classification soil requiring additional

mobilization by the contractor, e.g. ordinary soil to rock excavation.

(iii) Removal of unsuitable material like marsh, debris dumps, etc.not caused by the contractor.

(iv) Artesian conditions(v) Seepage, erosion, landslide.(vi) River training requiring protection of permanent work.(vii) Presence of historical, archeological or religious structures,

monuments interfering with works.(viii) Restriction of access of ground imposed by civil, judicial, or

military authority.22 The currency of the Contract is Indian Rupees. [C1.46]

23 (a) For contract(s) amounting to more than Rs.1.00 crore, A) if after submission of the tender, the price of cement and /or steel reinforcement bars incorporated in the works increase(s) beyond the price(s) prevailing at the time of last stipulated date for receipt of tenders (including extensions, if any) for the work, then the amount of the contract shall accordingly be varied and provided further that any such increase shall not be payable if such increase has become operative after the stipulated date of completion of work inquestion.B) If after the submission of the tender, the prices of cement and / or steel reinforcement bars incorporated in the works is decreased, Govt. shall in respect of these materials

incorporated in the works be entitled to deduct from the dues of the contractor such amount as shall be equivalent to the difference between the prices of cement and /for steel reinforcement as prevailed at the time of last stipulated date for receipt of tenders including extensions if any for the work and the prices of these materials on the coming into force of such base price of cement and /or steel reinforcement bars issued under Engineer-In-chief, Hr.PW(B&R) Deptt., Chandigarh. The base price of cement & steel is as below.

Pc (Cement) Rs.5000/- Per MT including taxesPs(Steel Reinforcement Bars) Rs.47,000/- Per MT including taxes It is further clarified that the decrease in the prices of cement & steel shall be deducted from the dues of the contractor if such decrease has become operative after the stipulated date of completion of work in question and increase shall not be payable if such increase has become operative after the stipulated date of completion of work in question. The increase/decrease in price shall be determined by the All India Wholesale Price Indices for Cement (Grey Cement) and Steel (Rebars) as published by the Economic Advisor to Government of India, Ministry of Commerce and Industry ) and base price for cement and /or steel reinforcement bars as issued under authority of the Engineer-In-chief, Hr.PW(B&R) Deptt., Chandigarh as valid on the last stipulated date of receipt of tender including extension if any and for the period under consideration.

60 XEN P-II Sonepat

If the purchase rate of cement and steel is less than the base rate no variation in cost will be payable to the agency.

The amount of the contract shall accordingly be carried for cement and /or steel reinforcement bars and will be worked out as per the formula given below.

a) Adjustment for component of ‘ Cement’

Vc=Pc xQc x C1-C10

C10

Where,

Vc = Variation in cement cost i.e. increase or decrease in the amount in rupees to be paid or recovered.

Pc = Base price of cement as issued under authority of Engineer-In-chief, Hr.PW(B&R) Deptt.,

Chandigarh valid at the time of the last stipulated date of receipt of tender including extensions, if any.

Qc = Quantity of cement used in the works since previous bill.

C10 = All India Wholesale Price index for Grey cement as published by the Economic Advisor to Government of India, Ministry of Industry and Commerce as valid on the last stipulated date of receipt of tenders including extensions, if any.

C1 = All India Wholesale Price index for cement for period under. Consideration as published by Economic Advisor to Government of India, Ministry and Commerce as valid on the date of purchase of material.

b) Adjustment for Component of ‘Steel’

Vs = Ps x Qs x S1-S10S10

Where,

Vs = Variation in cost of steel reinforcement bars i.e. increase or decrease in the amount in rupees to

paid or recovered.

Ps = Base price of steel reinforcement bars, as issued under authority of Engineer-In-chief, Hr.PW(B&R) Deptt.,

Chandigarh at the time of the last stipulated date of receipt of tender including extension , if any.

Qs = Quantity of steel paid either by way of secured advance or used in the works since pervious bill(

whichever is earlier )

S10 = All India wholesale Price Index for Steel (Rebars) for the period under consideration as published by

Economic Advisor to Government of India, Ministry of Industry and Commerce as valid on the last

stipulated date of tenders including extensions, if any.

S1 = All India wholesale Price Index for steel (Rebars) in for the period under consideration as published by

Economic Advisor to Government of India, Ministry of Industry and Commerce as valid on the date of

purchase of material.

23 (b) For contract (S) amounting to less than Rs. 1.00 crore.

61 XEN P-II Sonepat

24. The proportion of payments retained (retention money) shall be 6% [Cl.48]from each bill subject to a maximum of 5% of the contract amount.

25 Amount of liquidated damages for delay in completion of works

For Whole of work 1/500 of the Initial Contract Price per day.

For Milestones (as specified, in item 6 of Contract Data)

1/500 of the initial contract price per day

[Cl.49]

26 Maximum limit of liquidated damages for delay in completion of work/ milestones

10 per cent of the Initial Contract Price rounded off to the nearest thousand.

[Cl.49]

27 Amount of Bonus for early completion of Whole of the works

0.5 percent of the Initial Contract Price (part of a month to be excluded), rounded off to the nearest thousand, per month.

[Cl.50]

28 Maximum limit of Bonus for early completion of work

2.5 per cent of the Contract Price rounded off to the nearest thousand.

[Cl.51&52]

29 The amounts of the advance payment are: (CL:51 & 52

Nature of Advance Amount (Rs) Conditions to be fulfilledI Mobilization /

equipment Maximum 5 % of the

contract price (90% of cost of working equipment)

An interest bearing mobilization advance upto the extent of 5% of contract value (or such limit as prescribed) may be given to contractors for works costing more than Rs.2.00 crores, against unconditional and irrecoverable bank guarantees to be furnished by the contractor equal to the amount of advances paid from time to time. Interest @Prime Lending Rate (PLR) of SBI prevalent at the time of tender per annum shall be charged against the mobilization advance given to he contractor.

The recovery of the mobilization advance together with interest shall be done through percentage deductions from interim/running payments, in the manner prescribed in the contract. It shall be desirable to recover the total amount of mobilization advance alongwith interest within 80% of the time stipulated for completion. The mobilization bank guarantee shall be released after the recovery of full mobilization advance, including interest thereon.

In case, of slow progress of work, the Engineer-In-Charge comes to a conclusion that the total amount of mobilization advance with interest cannot be recovered by the time 80% of stipulated time is over, the bank guarantee(s) furnished by the contractor may be encashed.

If the tender document so provides, the contractor will have the option to furnish mobilization bank guarantee in parts and on recovering of ¼ , ½, ¾ and full advance, proportional bank guarantees can be released.

62 XEN P-II Sonepat

II Secured advance for non-perishable materials brought to site

75% of Invoice value In case the contractor requires an advance on the security of materials brought to site, Engineer-In-Charge may, on written request from the contractor sanctioned the advance upto an amount 75% or as decided by the Engineer-In-Charge of the value (as assessed by themselves) as stated in the Contract Data of such materials, provided thereof imperishable nature and that a formal agreement is drawn up with the contractors under which Govt. secures a lien on the materials and is safeguarded against losses due to the contractor postponing the execution of the work or misuse of the material and against the expense entailed for their proper watch and safe custody. If the material is fire prone or can be destroyed fully/partially on storage, it shall be desirable to have it first insured by the contractor. Cases in which a contractor, whose contract is for finished work, requires an advance on the security of materials brought to site. Divisional Officer may, on written request from the contractor, sanction the advance upto an amount of 75% or as decided by the competent authority of the value (as assessed by themselves) of such materials, provided they are of an imperishable nature and that a formal agreement is drawn up with the contractor under which Government secures a lien on the materials and is safeguarded against losses due to the contractor postponing the execution of the work or misuse of the material and against the expense entailed for their proper watch and safe custody. If the materials is fire prone or can be destroyed fully/partially on storage, it shall be desirable to have it first insured by the contractor.

III Machinery Advance

For works costing more than Rs.10.00 crores, or such limit as may be prescribed by the Government from time to time, another interest bearing machinery advance to a maximum of 5% of the contract price, depending on merits of the case, can be given with the approval of the Chief Engineer(Buildings) against the new key construction equipment brought to the site, if a written request is made by the contractor.

The advance shall be paid only upon the contractor furnishing (i) an affidavit that the machinery in question is free of any charge or hypothecation with any bank or financial institution: (ii) unconditional and irrecoverable bank guarantee(s) (iii) satisfactory proof of purchase/payment of the machinery, and (iv) a written undertaking that the equipment so purchased by him is required for use on the work in question, is fully serviceable shall work only on that job and shall not be removed from the site without obtaining written approval of the Engineer-In-Charge. The recovery of machinery advance and the interest to be charged thereon shall be as per tender document. Interest @Prime Lending Rate (PLR) of SBI prevalent at the time of tender per annum shall be charged against the machinery advance given to he contractor.

The recovery of the machinery advance together with interest shall be done through percentage

63 XEN P-II Sonepat

deductions from interim/running payments, in the manner prescribed in the contract. It shall be desirable to recover the total amount of machinery advance alongwith interest within 80% of the time stipulated for completion. The mobilization bank guarantee shall be released after the recovery of full machinery advance, including interest thereon.

IV Bank Guarantees The bank guarantee shall be unconditional, requiring the bank to pay the beneficiary the sum specified in the guarantee on the first demand and without demur, and without reference to the party on whose behalf it has been issued, notwithstanding any dispute or disagreement that might have arisen between the employer and the contractor. The form of bank guarantee shall be prescribed by the departments.

It shall be the duty of the Engineer-In-Charge to obtain independent confirmation about the genuineness of the bank guarantees directly from the bank issuing them. Further, he shall keep them in safe custody and hand them over to his successor when a change of charge takes place. Details of bank guarantees shall be entered into a register which shall be reviewed every month to ensure timely action in respect of renewal of any guarantee, if required, before it expires

(The advance payment will be paid to the Contractor no later than 28 days after fulfillment of the above conditions)

30 Deleted.

31 Always provided that the advance shall be completely repaid prior to the expiry of the original time for completion pursuant to clauses 17 and 28.

Repayment of Secured advance.32. The advance shall be repaid from each succeeding monthly payments to the extent materials [for

which advance was previously paid pursuant to Clause 51.4 of G.C.C.] have been incorporated into the Works.The Securities shall be for the following minimum amounts equivalent as a percentage of the Contract Price Performance Security for 5 per cent of contract price plus Rs……………… (to be decided after evaluation of the bid) as additional security in terms of ITB Clause 29.5.

33. The standard form of Performance Security acceptable to the Employer shall be an unconditionalBank Guarantee of the type as presented in Section 8 of the Bidding Documents.

34. The date by which “as-built” drawings including PH/EI fixations (in scale as directed) in 2 sets are required is within 28 days of issue of certificate of completion of whole or section of the work, as the case may be.

35. The amount to be withheld for failing to supply “as-built” drawings by the date required is 1% of the contract value.

36. The following events shall also be fundamental breach of contract:“The Contractor has contravened Sub-clause 7.1 and Clause 9 of conditions of contract.”

37. The Contractor has contravened Sub-clause 7.1 and Clause 9.0 of GCC.If the Contract is terminated on account of fundamental breach of Contract by the Contractor,

then the additional penalty for not completing the work shall be 20 percent of the value of the work not completed in addition to the Liquidated damages, [Cl:60]

(To be calculated as per Clause 25 of contract date)

64 XEN P-II Sonepat

SECTION 5

TECHNICAL SPECIFICATIONS

65 XEN P-II Sonepat

1. SPECIFICATIONS

The work will be executed as per Haryana PWD B&R Specifications as per latest amendment.In case of any discrepancy the Bureau of Indian Standards shall be followed and then CPWD

specifications shall be followed. These will be in order of preference as mentioned below:i) Haryana PWD (B&R) Specifications.ii) Bureau of Indian Standards.iii) CPWD Specifications.

In case, any item is not covered by all three above, then the decision of Engineer-in-Charge shall be final.

2. PREAMBLE2.1 The technical specifications contained herein shall be read in conjunction with the other bidding

documents as specified in volume-1.

2.2 SITE INFORMATION

2.2.1 The information given here under and provided else where in these documents is given in good

faith by the employer but the contractor shall satisfy himself regarding all aspects of site

conditions and no claim will be entertained on the plea that the information supplied by the

employer in erroneous insufficient.

2.2.2 The area in which the works are located is mostly plain terrain.

2.2.3 GENERAL CLIMATIC CONDITIONS

2.2.3.1 The Variation in daily temperature in this region is as under :-

. (i) During summer months, from about 20º C minimum to 46º C maximum.

(ii) During winter months, from about 2º C minimum to 28º C maximum.

2.2.3.2 The average annual rainfall in the area is of the order of 500mm. A good portion of which is

concentrated during the months of August and September each year.

2.2.3.3 The range of relative humidity varies from a minimum of 40% to a maximum of 80%.

66 XEN P-II Sonepat

B R O A D SPE C IF IC A T IO N O F ST E E L & C E M E N T T O B EA R R A N G E D A N D U SE D B Y T H E C O N T R A C T O R /B ID D E R

1. STEEL

The steel to be used for the work shall be T.M.T. steel as per I.S.1786 Fe. 500 instead of cold twisted

Deformed (Ribbed/Tor Steel) and the same will be used by the agency from either of Company

TISCON, SAIL, RINL as approved by Engineer-in-Charge equivalent as per IS code 1786. TATA

(TISCON) will be used. In case TATA (TISCON) is not available, preference will be given to

RINL/SAIL.

2. CEMENT

I.S.I. marked 43 grade ordinary Portland cements as per I.S. 8112 (Latest) packed in HDOE bags of

50kg each from the reputed firm from Birla , J.K., Ambuja, J.P. or as approved by Engineer-in-Charge

is to be used by the Contractor/ bidder Pozallana, Portland cement can be used only in non RCC work.

3. Test Certificate from Shri Ram Test House/ NIT Kurukshetra or any other approved test center shall

be supplied by the agency for each lot of material and the cost thereof shall be borne by the agency.

4. Payment of items involving use of cement , steel will be made to the agency only if original voucher

or bill of purchase is supplied to the Engineer-in-Charge-in-Charge .

5. No payment of items involving use of cement steel and other material will be made to the agency

if it is brought from any other manufacturer other than mentioned in this DNIT and item thus

executed will rejected & No payment will be made for such items.

6. Marble, Dholpur, Kotah or any other type of stone should be used in the work as approved by the

Engineer-in-Charge-in-charge.

7 In case factory manufactured items, the contractor will give the name of manufacturers and a warranty

certificate of five years in favour of Engineer-in-Charge-in-charge. In case of doors shutters the type of

wood used shall also be given by the manufacturer.

8. All material which will be brought to the site either should be got tested at site or a test certificate

from the manufacturer will be produced by the contractor .In case Engineer-in-Charge-in-charge is not

satisfied with the certificate produced by the contractor than the material will be sent to a reputed

laboratory for testing as desired by the Engineer-in-Charge-in Charge and charges there of shall be

borne by the agency.

9. In case sample is not found up to the specification than the testing expenditure will be borne by the

agency and material is to be replaced.

10. If test certificate is not produced by the contractor/manufacturer the same will be got tested at the

frequency as in I.S. code/laboratory manual/PWD specification and the entire expenditure will be

borne by the agency.

11. The aluminum sections to be used in the Joinery work shall be of Jindal or Hindalco.

67 XEN P-II Sonepat

12. The Cement and Steel will be arranged by the Agency himself at his own cost and the rates quoted by

the agency shall also include the cost of Cement and Steel. This claim is applicable for contract(s)

costing Rs.1.00 crore and above.

13. The Cement manufactured by the mini Cement plant shall not be allowed to used.

14. The contractor shall use canal water for the construction of building or water from any other sources as

approved by the Engineer-in-Charge. Water should be got tested at regular intervals i.e. maximum of 2

(two) months from the laboratory approved by the Engineer-in-Charge and no extra cost will be paid

for the same. Water to be used shall meet latest IS standard as per IS 456/other relevant codes. In case

canal water is not available, contractor will install RO system of suitable capacity and check quality of

water daily from the Lab set up at site in addition to regular testing from reputed lab.

68 XEN P-II Sonepat

CONDITIONS FOR EARTH W ORK

1. The earth to be used shall be good and free from leaves, mud, vegetable metter slush and other

materials.

2. The work shall be carried out strictly in accordance with the P.W.D. specification book of 1990

of latest edition, there to and to the entire satisfaction of the Engineer-in-Charge-in-Charge of the

work and as amended from time to time, till the date of final payment.

3. The rate to be quoted shall includes all allowances for hardness wetness sales tax forest, dues

octroi, cess and all such other charges and taxes leviable if any and nothing extra shall be payable

to the agency on this account.

4. Nothing shall be paid for any loss of damages done due to rains, floods, or any other act of God.

5. Payment for earth filling will be done on the basis of cross sections as laid down in the Haryana

PWD specification No. 6.2 para 27 (b) read with the para 28 and multiplying the ratio of dry built

density of the earth and laid to dry bulk density of natural fill.

6. 20% deduction shall be made for actual measured cubic contents in all cases of un-compacted

fills to arrive at the net cubic contents/measurements.

7. No earth shall be taken from Govt. land.

8. In case agency brings/use the earth from lesser lead than provided in the D.N.I.T. / analysis. The

rate shall be reduced proportionately.

9. Cross section of existing ground at the interval of 15 metres shall be accepted and signed by the

tenderer before start of the work.

69 XEN P-II Sonepat

TECHANICAL CONDITION FOR EI WORK

1 The recovery of the pipe already laid will be made on measurement rate basis or point rate basis or on actual expenditure basis which ever is on high side. In case of Departmental work, 10% supervision charges shall also be added.

2 Conduit pipe where already laid for wiring purpose will be delivered to the contractor in absolutely clean condition with round inspection boxes duly painted, covered and whole system tested. After the conduit system is handed over to the contractor to whom the work is allotted, he will be responsible for its upkeep.

3 During execution of work, if the contractor does not lay pipe and its accessories in the slab within time prescribed by the Engineer-in-Chief of the work, the Deptt. can then lay the said pipe-departmentally at contractors risk and cost without operating the clause 2 and 3 of the contract agreement.

4 Separate conduit pipe for power plug with independent circuit wires shall be laid.

5 Multi plugs shall be provided in all the buildings.

6 C-Series MCB will be provided for air conditioner wiring and no extra payment will be made and only one make of MCB’s will be used in whole work.

7 Vertical type of MCB distribution boards will be provided wherever required as per design.

8 The contractor is also allowed to use MCBs duly ISI marked of more then 9 KA breaking capacity.

9 For HSR item no.31.12 (D), 31.15 the make of enclosure will be same as that of MCB of standard size having thickness 1.6 mm and 1.2 mm in case of TPN and SPN enclosure respectively.

10 All MCCBs upto 220 Amp will have 25 KA minimum breaking capacity instead of 10KA and above 220 amp. MCCBs will have 50 KA minimum breaking capacity instead of 35KA. All MCCBs will have magnetic thermal release and rotary operating mechanism duly interlocked and only one make of MCCBs shall be used in whole work.

11 The thickness of M.S. Sheet of switch boxes should be of 16 gauges.

12 The fan boxes sheet should be 16 gauge and anodized.

13 The contractor shall install the material from the list of approved electrical material appended in the NIT. Material not covered in the list will be used as per HSR-1988, and PWD Specifications-1990.

14 The contractor must ensure preparation and submission of pipe diagram, wiring diagram, key diagram etc. as required vide PWD Specifications Chapter No. 31.6.

15 PVC insulated Stranded / multi strand wire shall be allowed to be used. Similarly where ISI recommends multi stranded conductor of cable, cable with multi- stranded conductor only will be used on work. PVC insulated PVC sheathed under ground cable as per IS: 1554 Part-I is to be used. However the firm shall be allowed to used XLPE insulated PVC sheathed cable as per IS: 7098 Part-I. No extra payment on this account shall be made. The contractor should quote the rate accordingly.

70 XEN P-II Sonepat

16 Rates should be quoted by the tenderer both in word and in figure, in case of any difference between the two, the lowest of the same shall be considered as final rate.

17 The rates of bus bar include the cost of all Labour and material required to complete the job in all respect including thimbles etc. of the same material as that of bars. The support for bars will be made of porcelain.

18 The tenderer must either be ‘A’ Class Electrical Contractor enlisted with Haryana PWD B&R or he must sublet the electrical work to a sub contractor possessing the above qualification. The Sub contracting will be done with the written approval of Superintending Engineer, Elect. Circle PWD B&R Br., Karnal or Executive Engineer, Elect. Divn. PWD B&R Br. (concerned division) as per competency.

19 The contractor must employ the following staff while carrying out work:-i) When any work costing

More than Rs.50000/- to Diploma Electrical holder JERs. 2 Lacs is under execution

ii) From 2 Lacs up to 5 lacs Diploma electrical holder JE with 5 year experienceiii) Above 5 lacs Degree Electrical holder Engineer

20 The Electrical part of bill of quantity of the agreement will be got executed by and under the supervision of Executive Engineer, Elect. Divn. PWD B&R Br., (concerned division) and all the running payment of electrical works will be made by him. However copy of final bill will be sent to Executive Engineer (Civil) to include in the final bill. The over all technical supervision of electrical work shall be of Superintending Engineer Elect. Circle PWD B&R Br., Karnal and any technical instructions given by him will have to be adhered to strictly by the contractor.

21 All the street light fittings, bulbs and cables will be got inspected by the contractor at the works / Go down of the manufacturer / dealer before installation at site. A certificate will also be produced/ submitted by the contractor about the authenticity of purchase of above material from the authorized source.

22 Only HYLAM make ISI make (I.S.2036-1995) white Bakelite sheet will be used on the work.

23 The rates mentioned in the NIT are for complete item including cost of all accessories, material, labour, tool plants, water electricity bills etc. Unless otherwise specified.

24 The minimum size of MS control switch boards for controlling one fan point and one light point shall not be less than 20cm x 25cm x 10cm.

25 The MS box for telephone, Intercom and Bell push shall be installed of size 100mm x 100mmx 60mm in place of 75mm x 75mm x 60mm.

26 The tender having ambiguous/confusing rates and conditions shall be summarily rejected.

27 The quantity/amount of NIT can be increased or decreased.

28 No Road cut charges shall be paid.

71 XEN P-II Sonepat

29 The contractor shall install two number check nuts and one No. PVC threaded Bush for each pipe in MS inspection boxes. The contractor shall also install PVC flanged bush in the junction boxes for each pipe.

30 “Labour cess and service tax as applicable from time to time will be deducted from the Gross amount of the bill” of the contractor.

31 The contractor should quote the rates keeping in view above conditions/ specifications.

32 Deleted

33 Department will be liberty to get executed similar items of HSR Chapter which or not covered in DNIT, on average quoted premium i.e above or below for the item of same chapter in the NIT by the contractor.

Executive Engineer,Elect. Division PWD B&R,Karnal

72 XEN P-II Sonepat

L.T. panel shall be as per following specification: -

General: - This distribution board shall be fabricated out of 14 gauge sheet steel cubical type suitable for

floor mounting end or dead front type. Suitable rubber gaskets shall be provided between all opening and

joint to make the distribution board dust, moisture and vermin proof. The distribution board shall be suitable

for indoor location and shall consist of the bus bar chambers both vertically and horizontally and the cable

entry for the distribution shall be from bottom. Distribution board will consist of a number of vertical

sections. Each vertical section shall be divided in to a few standard sizes of the compartment. The equipment

for the various incoming and out going feeders shall be housed in a separate compartment. Each

compartment door of distribution board shall be provided with inter locking arrangement with the handle of

the respective switches/ MCCB such that the door can not be opened unless the switches are in the off

position. Vertical cable entry shall be provided on each section of the distribution board for cabling purpose.

Continues bus bar of copper shall be provided at the bottom along the entire length, cable compartment with

concealed hinged front door will be fully segregated from the main horizontal/ vertical bus bar of equipment

module. The distribution board shall be painted with a suitable enameled shade after necessary primary

treatment. The distribution board shall be suitable for operation on 415 volts 3 phase 50 cycles per second

A.C. supply system.

Bus Bar: - T he hi gh conduct i vi t y copp er bus bar provi ded i n t he chambers s hal l b e du l y

t inned and i ns ula t ed a nd ri gi dl y support ed a t t he short i nt ervals b y s t rong 12m m

thi ck non i nfla mma bl e h yla m p art i t i ons. T he part i t i ons shal l b e s o des i gned s o as t o

wi t h sta nd t he s t r ess , whi ch can normal l y oc cur on short ci r cui ts . Furt her , T he bus

bars and l i nks s hal l be of fla t copp er dul l y t inned s o t hat t he cont ract bet ween bus

bars s hal l be eas il y accessib l e from front for any conn ect i ons a nd i nspect i on et c.

The bus bars chamber should have of strong metal having no possibility of any dents, due to accidents and

damage, which could result into electrical fault. Bus bars chamber shall be of unit type construction and have

standard flanges opening at the top and bottom on both side so that any modification, extension can be easily

effected at the site.

Test Certificate: - A test certificate from the manufacturer shall be handed over to the department before

installation of the panel specifying that the panel conform to relevant ISS/ PWD specifications.

Wiring Diagram: - After completion of the work complete diagram showing connections to the various

equipment on the board is to be prepared by the contractor and to be submitted to the department along with

final bill of the work. In case contractor fails to supply the diagram amount @ 0.5% of the work executed

shall be deducted from the contractor’s final bill.

Connection: - Inter connections from bus bar chamber to the different molded case circuit breaker /

air circuit breaker should be through solid copper bars of the required capacity duly tinned and

insulated for which no extra payment will be made.

73 XEN P-II Sonepat

LIST OF APPROVED MAKES OF ELECTRICAL ACCESSORIES / ITEMS W.E.F.

DATED: 01.04.2013.Sr.

Name of Items Name of the Brand

1 (A) Electrical accessories, Button Holder, Pendent Holder, Ceiling Rose, Bell push, Switches and sockets etc. (I.S.I. Marked).

(B) Modular Accessories.

(A) Anchor (Penta), SSK (Top Line), Precision.

(B) Anchor (Wood), ABB (Classiq), Legrand(Mosaic), North West, Precision.

2 Bakelite Sheet (Only White in colour) Hylem make (ISI marked) as per IS 2036-95,Greenlame.

3 MS Conduit Pipes (I.S.I. Marked) BEC, NIC, Steel Krafts, M.Kay.

4 Call Bell and Buzzer Anchor, Leader, Rider.

5 PVC Wires Copper Conductor (I.S.I. Marked) Grandlay, Havell’s, Plaza, Ecko, Polycab.Delton, R.R. Kabel

6 PVC Underground cables with Aluminum Conductor (I.S.I. Marked)

A) CCI, Grandly, Havell’s, Plaza, Polycab, Delton, Suraj,

B) Pymen, Indane, Kent, Elektron, Alcon, Unitech, Shiv Priya, Bright, Golden Star & Paragon -2 to 4 core upto 10sq mm

7 HT-XLPE cables with aluminum Conductor (I.S.I. Marked)

CCI, Gloster, Havell’s, Incab, Plaza, GEMSCAB.

8 LT-XLPE Cables with aluminum conductor (I.S.I. Marked)

A) CCI (Tropothen-X), Grandlay, Havell’s, Incab, Plaza, GEMSCAB.

B) Unitech, Alcon, Elecktron, Kent, Shiv Priya, Bright, Golden Star & Paragon - 2 to 4 core upto 10sq mm

9 Telephone wire Delton.

10 PVC Pipe 6 Kg. Pressure (I.S.I. Marked). AKG, Diplast, Kalinga, Polypack.

11 GI Pipe & M.S. Pipe (medium) (I.S.I. Marked)

Jindal, Parkash, Ravindra, Tata.

12 I.C. Switches Category-A : GE, L&T , Siemens.Category-B : (I.S.I. Marked) Havell’s, Standard,

C&S, SSK, ASCO.

13 Change over switches Standard, C&S.

14 MCBs (I.S.I. Marked) A) GE, Havell’s, Indo-kopp, L&T, Legrand, Standard, Siemens, ASCO, C&S, ABB, Indo-Asian, Schneider Electric,

B) Adhunik ( only in Adhunik prewired DB’s MCB of Adhunik can be installed but not approved in general)

15 Enclosures (Standard Size only) A) Makes as per MCBs (But in case of indo-kopp it will be Indo-Asian),

B) Adhunik & Indo Asian (Prewired DB’s only).16 ELCBs / RCCBs (I.S.I. Marked) GE, Havell’s, L&T, Siemens, ABB. Standard,

Legrand, C&S

74 XEN P-II Sonepat

17 MCCBs GE, Havell’s, L&T, Siemens, Schneider Electric, ABB and C&S, Standard, Legrand, BCH

18 Enclosures for MCCBs BCH, GE, Havell’s, L&T, Siemens, Schneider Electric, ABB and C&S, Standard, Legrand,BCH

19 POLES i) M.S. Pole:-

ii) G.I. Pole:-

iii) High Mast :-

- Manufactured by any firm as per I.S.I. Marked sectional lengths strictly according to IS specifications.

-Philips, Bajaj, Surya Roshni, Paruthi Engineers and Aster , Volmont, GE India - Philips, Bajaj, Surya Roshni, Volmont

20 PVC Tee Joints M. Seal

21 PVC Casing & Trunking for computer wiring AKG

22 Ceiling Fans (Double ball Bearings) Bajaj, Crompton, Khaitan, Orient, Usha.

23 Exhaust Fans (Heavy Duty) Alstom, Bajaj, Crompton, Khaitan, Orient.

24 Indoor tube light fittings Bajaj, Crompton, GE, Philips, Wipro.

25 Tubes / Bulbs (I.S.I. Marked) Bajaj, Crompton, GE, Mysore, Philips, Wipro.

26 A) Outdoor Street LightB) Flood Light Fittings.

A) Bajaj, Crompton, GE, Philips. (IP-66)B) Bajaj, Crompton, GE, Philips, Twinkle (IP-66)

27 CFL and T-5 Halonix (as per HAREDA R/C till validity of R/C ), Sanghu Energy saving system, Sangwan Energy system, Twinkle.

28 Solar CFL Street Light Halonix (as per HAREDA R/C till validity of R/C)29 L.T. Panel C&S, Adhunik (without MCB/MCCB), Standard,

Havell’s, BCH 30 ACBs GE, L&T, Siemens, Schneider Electric, ABB, C&S.

31 OCBs and VCBs Alstom, Crompton, Siemens. 32 TRANSFORMERS Alstom, Bharat Bijlee, Kirloskar, Crompton, NGEF,

Voltamp, ABB, Siemens, Schneider33 GENERATORS : Engines: Cummins, Greaves Cotton, Kirloskar,

Ruston.Alternators : Crompton, Jyoti, Kirloskar, NGEF,

Stamford.34 Decorative/Classic Steel/Aluminum Poles, Twinkle (Models, Other make to be selected at the

time of installation) 35 Decorative post top and Bollards & Globes

(Outdoor)Twinkle, Philips (Models, Other make to be selected at

the time of installation)36 Energy Meter / Sub meter. As per approved list of UHBVN/DHBVN.37 APFC Pannel Schneider Electric, C&S, L&T, BCH (Models, Other

make to be selected at the time of installation)38 Bus Bar trunking C&S, Schneider Electric39 LED Light (Outdoor) Bajaj, Philips (Models, Other make to be selected at

the time of installation)40 LED Light (Indoor) Philips (Models, Other make to be selected at the time

of installation)

Executive Engineer,Electrical Division PWD B&R Karnal

75 XEN P-II Sonepat

76 XEN P-II Sonepat

SPECIAL CONDITIONS FOR STREET LIGHT WORK

1. The Tenderer/Bidder for road / Bridge work will intimate name of agency from whom the firm will get Street Light work done. The electrical contractor should be enlisted in appropriate category with Haryana PWD B&R for electrical works. The above details are to be submitted along with the technical bid.

2. A Sub contract agreement will be made with Executive Engineer Electrical for Electrical part of the contract, in which all the terms and conditions of the main contract will become a part, the Executive Engineer Electrical will operate this sub agreement with the Electrical contractor nominated by the bidder.

3. This sub agreement will be treated as in-dependent contract for all purposes such as execution, time extension, enhancement, approval, rate analysis, payment, penalties and deductions etc. as per the conditions of DNIT / Main agreement.

4. Payment, deductions, recoveries for electrical work etc. will be done to/from the electrical contractor (specified by Bidder) by XEN Electrical.

Alongwith the technical bid for the work, the bidder will submit the following information:-1. Name of electrical contractor/firm.2. Detail of enlistment of electrical contractor with Haryana PWD B&R (attach copy of

enlistment).3. Affidavit of consent of electrical contractor to carry out the work under sub contract/sub

agreement (attach copy) as per Annexure AF-I.4. Affidavit of consent of the bidder to Executive Engineer Electrical to make

payment/deduction etc. for electrical work to the electrical sub contractor.

Executive Engineer Electrical Division PWD B&R Karnal

77 XEN P-II Sonepat

AFFIDAVIT (from Electrical Contractor)

I ________________ s/o ________________________ R/o __________________ do

hereby solemnly declare undertake and affirm as under:-

1. That I am enlisted as clause ___ contractor in PWD B&R Haryana vide letter No.

______ dated___________ of _____________ in _________ category.

2. That I undertake to execute the electrical part of the work ___________ as a

independent sub contractor.

3. I undertake that I will be responsible for quality, specification, timely completion and

labour liabilities etc. as per terms & conditions of DNIT / Agreement and PWD

specifications.

4. I undertake that all the rates terms, condition, specifications of the agreement for this

work for execution, payment, deduction and penalties are acceptable to me.

5. I undertake that all material, labour and other requirement for the work under this

agreement for electrical part will be my responsibility.

Date:

Place: DEPONENT

VERIFICATION:

Verified at ______________ that the contents of above said affidavit are true and correct to the best of my knowledge belief and nothing has been cancelled there from.

Date:

Place: DEPONENT

78 XEN P-II Sonepat

AFFIDAVIT (from Bidder)

I ________________ s/o ________________________ R/o _________________ do

hereby solemnly declare undertake and affirm as under:-

1. That I have been allotted ____________ work by ________________ vide No. ______

dated___________.

2. That I undertake to completely sublet and get the electrical part of the work done from

M/s ________________ who are enlisted contractor of PWD B&R Haryana vide No.

________ dated ____________ of____________ in ____ category.

3. That electrical contractor is authorized on my behalf to enter into independent

agreement with Executive Engineer Electrical ____________ as per rates, terms and

conditions of main agreement for this work

4. That all payment, deduction and penalties may be paid / deducted from electrical

contractor.

Date:

Place: DEPONENT

VERIFICATION:Verified at ______________ that the contents of above said affidavit are true andcorrect to the best of my knowledge belief and nothing has been cancelled there from.

Date:

Place: DEPONENT

79 XEN P-II Sonepat

80 XEN P-II Sonepat

81 XEN P-II Sonepat

TECHNICAL CONDITION FOR P.H. ITEMS.

P.H. fixtures.1. The P.H. fixtures such as seats, urinals, Cistern, Sinks etc. shall be of reputed manufacturers such

as Hindware, Periware etc. shall be used. Preferably Hindware will be used.

2. The G.I. pipe to be used of ‘B’ Class of reputed manufacturers such as Tata/Jindal. The weight of pipe per meter shall be as per recommendation of the manufacturers.

3. The P.V.C. pipes shall be I.S.I. marked and reputed brand such as Finolex, Prince & Supreme etc.

4. The other fixture of C.P. brass as mentioned in the Schedule shall be I.S.I. marked or of reputed manufacturers such as Jaguar /Marc or equivalent duly approved by Engineer-In-Charge.

5. The item of H.C.I. as mentioned in the Schedule shall be as per Haryana P.W.D. Specification.

6. In this contract schedule of rates only essential portion of items has been written, for Public Health item, but it will deem to cover only the entire items as fully described in Haryana PWD Schedule of Rates - 1988.

7. The Engineer-in-Charge shall be entitled to order against any item of work shown in this contract schedule of rates here-in-after called the “Schedule” to any extent and without any limitation what-so-ever required in his opinion for the purpose of work irrespective of the fact that the quantities are omitted altogether in the schedule to be carried out.

82 XEN P-II Sonepat

Conditions for Public Health Works

1. The work wil l be ca rri ed out s t ri ct l y i n accordance wi th the PW D Book o f

sp eci fi ca t i on addi t ion 19 90 , whi ch wi l l form a part a nd pa rcel of t his contra ct

agreement .

2. In this contract schedule of rates only essential portion of item has been written, but it will deem to

cover the entire items as fully descry bed in Haryana PWD schedule of rates-1988.

3. The Engineer-in-Charge-in-charge shall be entitled to order work against any item of work shown in

this contract schedule of rates hereinafter called the schedule, to any extent and without any limitation

where ever as may be required in his opinion for the purpose of work, Irrespective of the fact that the

quantities are omitted all together in the schedule or are shown more or less than the work ordered to

be carried out.

4. The rate for any item of work not provided in the Haryana PWD schedule of rates 1988 but executed at

site will be decided by the competent authority and the decision will be binding upon the contractor.

5. All the items in this contract schedule or rates are subject to the footnotes given in the Haryana PWD

schedule or rates of rates 1988 regarding these items.

6. Approximate quantities are given in this contract schedule of rates and may vary at the time of

execution of works. The payment will however be made for the actual work done by the contractor. No

extra claims whatsoever will be admissible to the contractor on account of v variation alternation or

deletion of any items over the quantities depicted in this contract schedule of rates.

7. All amendments issued on the Haryana PWD Schedule of Rates-1988 upto the date of opening of

tenders will be applicable on the contract schedule of rates.

8. The contractor will have to make his own arrangement of bricks.

9. Any other items not included in this contract schedule of rates and got done at site of work will be paid

according to Haryana PWD schedule of rates 1988 accepted in the allotment letter approval issued by

the competent authority against this agreement.

10. No claim will be entertained from the contractor in case of any omission in description rates or unit

which might have occurred in any of these items taken in this schedule while comparing this schedule

or on account of typing comparison or overwriting in case of any error the same shall be rectifiable at

any stage as per Haryana PWD schedule of rates 1988 alongwith the amendments on the same

received from time to time.

11. The premium should be quoted above or below the contract schedule of rates and no condition

should be given in case any condition is tendered this will be considered as Null and void and only the

premium or discount quoted by the tenderer shall be accepted in case any tenderer refuses to accept

this his earnest money will be forted.

12. Deleted,

83 XEN P-II Sonepat

13. No. premium shall be payable on the allotted rates of NS items by the competent authority.

14. Inspection of SW pipe & RCC NP3 pipe will be carried out by the Engineer-in-Charge-in-Charge or

his representative before the same are brought at site for use & SW pipe & RCC NP3 pipe will be

confirming to all the tests including optional test as per IS 651-1992 for SW pipe and 458-1988 for

RCC NP3 pipe with upto date amendment.

15. The measurement of SW pipe & RCC NP3 pipe sewer provided on through rate basis will be done by

at least 2 No J.Es to be nominated by Engineer-in-Charge.

16. Each manhole cover and frame shall have the trade mark of manufacturer month and year alongwith

class and work and shall be ISI mark.

17. All taxes such as royalty municipal tax octori charges and any other kind of taxes shall be paid by the

contractor and are included in the rate quoted by the contractor separately for which no premium will

be allowed.

18. As and when contractor gives condition that arrangement of water shall made by the department, it

shall be deemed that all the charges incurred thereon shall be borne by the department and recovery on

the total work done shall be made from him.

19. Rate to be quoted by the contractor for each N.S item for complete Job including all taxes,

carriage etc. Nothing extra on any account shall be paid.

20. Payment will be made according to the actual work done by the contractor.

21. Towel rails and bottle traps will be fitted after the written approval of Engineer-in-Charge.

84 XEN P-II Sonepat

SECTION-6

FORM OF BID

85 XEN P-II Sonepat

FORM OF BIDDescription of the Works:

Construction of various buildings i/c residences of national law university in Rajiv Gandhi Education city at Rai in Sonepat District.BIDTo :

Address :

1. We offer to execute the Works described above and remedy any defects therein in conformity with the conditions of Contract, specification, drawings, Bill of Quantities and Addenda for the sum(s) of_____________________________________________________________________

( _________________________________________________________________ )

2. We undertake, if our Bid is accepted, to commence the Works as soon as is reasonably possible after the receipt of the Engineer-in-Charge’s notice to commence, and to complete the whole of the Works comprised in the Contract within the time stated in the document.

3. We agree to abide by this Bid for the period of * _______ days from the date fixed for receiving the same, and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

4. Unless and until a formal Agreement is prepared and executed this Bid, together with your written acceptance thereof, shall constitute a binding contract between us.

5. We understand that you are not bound to accept the lowest or any tender you may receive.

Dated this _____________ day of __________________________ 20……

Signature____________________________ in the capacity of ___________________ duly authorized to sign bids for and on behalf of ______________________________ _____________________________________________________________________

(in block capitals or types)

Address

_____________________________________________________________________

Witness

_____________________________________________________________________

Address

_____________________________________________________________________

Occupation_____________________________________________________________________

86 XEN P-II Sonepat

SECTION-7

BILL OF QUANTITIES

87 XEN P-II Sonepat

BILL O F QUAN TITIES

Preamble

1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, Conditions of Contract, Technical Specifications and Drawings.

2. The quantities given in the Bill of Quantities are estimated and provisional, and are given to provide a common basis for bidding. The basis of payment will be the actual quantities of work ordered and carried out, as measured by the Contractor and verified by the Engineer-in-Charge and valued at the rates and prices tendered in the priced Bill of Quantities, where applicable, and otherwise at such rates and prices as the Engineer-in-Charge may fix within the terms of the Contract.

3. The rates and prices tendered in the priced Bill of Quantities shall, except in so far as it is otherwise provided under the Contract, include all constructional plant, labour, supervision, materials, erection, maintenance, insurance, profit, taxes cess and duties, together with all general risks, liabilities and obligations set out or implied in the Contract.

4. The rates and prices shall be quoted entirely in Indian Currency.

5. The cost of Items against which the Contractor has failed to enter a rate or price shall be deemed to be covered by other rates and prices entered in the Bill of Quantities.

6. The whole cost of complying with the provisions of the Contract shall be included in the items provided in the priced Bill of Quantities, and where no Items are provided the cost shall be deemed to be distributed among the rates and prices entered for the related Items of Work.

7. General directions and descriptions of work and materials are not necessarily repeated or summarized in the Bill of Quantities. References to the relevant sections of the contract documentation shall be made before entering rates or prices against each item in the Bill of Quantities.

8. The method of measurement of completed work for payment shall be in accordance with the specification of Haryana PWD (B&R)

9. Errors will be corrected by the Employer for any arithmetic errors pursuant to Clause 29 of the Instructions to Bidders.

10. Rock is defined as all materials which, in the opinion of the Engineer-in-Charge, require blasting, or the use of metal wedges and sledgehammers, or the use of compressed air drilling for its removal, and which cannot be extracted by ripping with a tractor of at least 150 kw with a single rear mounted heavy duty ripper.

88 XEN P-II Sonepat

GENERAL ABSTRACT OF COST FOR CONSTRUCTION OF VARIOUS BUILDINGS I/C RESIDENCE OF NATIONAL LAW UNIVERSITY IN RAJIV GANDHI EDUCATION CITY AT RAI IN SONEPAT DISTT.

Estimated value of work Rs. 8273.41 lacs

Sr. No.

Description of items Amount as per DNIT Rate quoted by Rate quoted by

Name of agency (X) Name of agency (Y)

(i) HSR items

1 Civil work 680202475

2 Public Health work 20450397

3 Electrical work 29014000

Total 729666872

(ii) NS items

1 Civil work 42229303

2 Public Health work 50532180

3 Electrical work 3986000

Total 97674483

(iii) NS items (Recovery)

1 Civil work 0

2 Public Health work 0

3 Electrical work 0

Total 0

G. Total (HSR+NS item-NS item recovery) 827341355

Say Rs. 8273.41 LacsIn case of any discripancy in Rate,Amount, Unit & nominclature, the HSR rate, amount, unit nominclature will be governed/applicable.

E.E. B-I S.E. (Bldgs) C.E. (Bldgs)

89 XEN P-II Sonepat

DNIT FOR CONSTRUCTION OF VARIOUS BUILDINGS I/C RESIDENCE OF NATIONAL LAW UNIVERSITY IN RAJIV GANDHI EDUCATION CITY AT RAI

DISTT. SONEPATCost of Civil Works Rs. 7233.58 lacsCost of PH Works Rs. 709.83 lacsCost of EI Works Rs. 330.00 lacs

Total Amount Rs. 8273.41 lacs

App Cost Rs. 8273.41 lacsEarnest Money :-Rs. 82.74 Lacs Society / Rs. 165.47 Lacs Contractor Time Limit: 24 Months

(Civil Portion)Sr.No

HSR ITEM NO.

Description of Items Qty Unit Rate to be

quoted by the agency

1 6.6 Earth work in excavation in foundations, trenches, etc. in all kinds of soils, not exceeding 2 meters depth including dressing of bottom and sides of trenches, stacking the excavated soil, clear from the edge of excavation and subsequent filling around masonry, in 15 cm layers with compaction, including disposal of all surplus soil, as directed within a lead of 30 meters.

48954.81 Cum

2 6.13 (a) Earth filling under floors with surplus soil, excavated from foundation and taken only from outside the building plinth, in 15 cm layers, including ramming watering and consolidating lead upto 30 metres.

21350.24 Cum

3 9.1 Centring and shuttering for flat surfaces such as suspended floors, Roofs, landings, chhajjas, shelves etc. inclination not exceeding 25 degree with horizontal

A Basement 8162.72 SqmB First storey 11699.95 SqmC Second storey 8325.58 SqmD Third storey 6692.79 SqmE Fourth storey 4456.01 SqmF Fifth storey 2624.52 SqmG Sixth storey 1765.91 SqmH Seventh storey 1599.38 SqmI Eight storey 1599.38 SqmJ Ninth storey 1599.38 SqmK Tenth storey 23.13 Sqm4 9.5 Centring and shuttering for faces of walls, partitions,

retaining walls, well steining and the like (vertical or battering) including attached pilasters, buttresses etc.

A Basement 5056.74 SqmB First storey 914.39 SqmC Second storey 665.80 SqmD Third storey 665.80 SqmE Fourth storey 646.76 SqmF Fifth storey 379.31 SqmG Sixth storey 147.55 SqmH Seventh storey 147.55 Sqm

90 XEN P-II Sonepat

I Eight storey 147.55 SqmJ Ninth storey 147.55 Sqm5 9.7 Centring and shuttering for sides and soffits of beams

haunchings, girders, bressumers and lintels.

A Basement 5843.48 SqmB First storey 6628.06 SqmC Second storey 4762.20 SqmD Third storey 4395.34 SqmE Fourth storey 3879.47 SqmF Fifth storey 1171.67 SqmG Sixth storey 1001.07 SqmH Seventh storey 799.99 SqmI Eight storey 799.99 SqmJ Ninth storey 799.99 SqmK Tenth storey 99.56 Sqm6 9.8 Centring and shuttering for staircases with sloping soffits

including risers and stringers.

A Basement 231.01 SqmB First storey 843.70 SqmC Second storey 1347.65 SqmD Third storey 1182.77 SqmE Fourth storey 1015.57 SqmF Fifth storey 262.28 SqmG Sixth storey 191.98 SqmH Seventh storey 135.60 SqmI Eight storey 135.60 SqmJ Ninth storey 135.60 Sqm7 9.9 Centring and shuttering for Col. with sloping soffits

including risers and stringers

A Basement 2418.89 SqmB First storey 8656.28 SqmC Second storey 4675.31 SqmD Third storey 3943.86 SqmE Fourth storey 3764.24 SqmF Fifth storey 1979.87 SqmG Sixth storey 1409.74 SqmH Seventh storey 1293.44 SqmI Eight storey 1293.44 SqmJ Ninth storey 1293.44 SqmK Tenth storey 193.88 Sqm8 9.10 Centring and shuttering for column (circular or curved in

plan)

A Basement 258.35 SqmB First storey 289.52 SqmC Second storey 84.02 Sqm

91 XEN P-II Sonepat

D Third storey 70.09 SqmE Fourth storey 43.42 Sqm9 9.11 Centring and shuttering for corbel, parapets, fascias and

other similar items, including edges. (HSR 9.11)

A Second storey 113.42 SqmB Third storey 17.57 SqmC Fourth storey 34.56 SqmD Fifth storey 8.84 Sqm10 9.13 Shuttering for faces of concrete foundations and

foundations beams (vertical or battering) 8864.02 Sqm

11 10.28 Cement concrete 1:8:16 with stone aggregate 40 mm nominal size in foundation and plint (HSR 10.28)

22.44 Cum

12 10.39 Cement concrete 1 : 4 : 8 with stone aggregate 40 mm Nominal size in foundation and plinth.

5021.33 Cum

13 10.66 Design mix cement concrete of grade M-25 with minimum cement contents 410 kg/Cum in foundation and plinth.

8548.48 Cum

14 10.73 Design mix cement concrete of grade M-25 with minimum cement contents 410 kg/cum in first storey upto 4 metres above plinth level..

A Basment 3641.67 CumB First storey 3462.13 Cum C Second storey 2251.56 Cum D Third storey 2091.31 Cum E Fourth storey 1371.22 Cum F Fifth storey 720.34 Cum G Sixth storey 525.26 Cum H Seventh storey 470.48 Cum I Eigth storey 470.48 Cum J Ninth storey 470.48 Cum k Tenth storey 60.63 Cum 15 10.82+10

.95 (a)Cement concrete 1:1½:3 with stone aggregate 20 mm nominal size for reinforced concrete work in slabs with inclination not exceeding 25 degree with horizontal, excluding steel reinforcement but including centering and shuttering laid in position complete in all respects. (HSR 10.82 + 10.95 (a)

25.00 Cum

16 10.114 Damp proof course 40 mm thick of cement concrete 1:2:4 using stone aggregate 20 mm nominal size with 2 coats of bitumen 20/30 penetration, at 1.65 kg per sqm laid hot and sanded. (Ground Floor)

460.89 Sqm

17 (HSR 10.132)

Cement concrete 1:2:4 with stone aggregate 20 mm nominal size in pavements, roads, taxi-tracks and runways, laid to required slope and camber, including consolidation, finishing and tamping complete

46.25 Cum

18 10.132+10.95a

Cement concrete 1:1.5:3 with stone aggregate 20 mm nominal size in pavements, roads, taxi-tracks and runways, laid to required slope and camber, including consolidation, finishing and tamping complete. (HSR 10.132+10.95 a )

102.26 Cum

92 XEN P-II Sonepat

19 11.2 First class brick work laid in cement sand mortar 1:6 in foundation and plinth.

417.56 Cum

20 (HSR 11.4)

First class brick work laid in cement sand mortar 1 :4 in foundation and plinth

516.74 Cum

21 11.7 First class brick work laid in cement sand mortar 1:6 in first storey upto 4 metros above plinth level

A Basement 251.39 Cum B First storey 1701.64 Cum C Second storey 2150.24 Cum D Third storey 1871.96 Cum E Fourth storey 1227.31 Cum F Fiffth storey 677.36 Cum G Sixth storey 523.83 Cum H Seventh storey 371.07 Cum I Eight storey 363.35 Cum J Ninth storey 366.67 Cum K Tenth storey 201.91 Cum 22 11.42 Extra for brick work in Square or rectangular Pillars in

buildings. 352.96 Cum

23 11.48a 11.43 cm thick brick wall laid in cement mortar 1:4 without reinforcement in super structure.

A Basement 182.51 SqmB First storey 3562.54 SqmC Second storey 2946.19 SqmD Third storey 2498.13 SqmE Fourth storey 1644.11 SqmF Fiffth storey 1176.67 SqmG Sixth storey 154.02 SqmH Seventh storey 154.02 SqmI Eight storey 154.02 SqmJ Ninth storey 154.02 SqmK Tenth storey 154.02 Sqm24 11.76 Dressed or moulded three brick cornice laid in cement

sand mortar 1:4 including 12 mm thick cement plster 1:4 or pointing, as required.

1278.18 Mtr

25 11.98 Providing 5.72 cm brick dalli facing with brick size 22.86 cm X 11.43 cm X 5.72 cm thick to be obtained after cutting of bricks laid in cement sand mortar 1:3 or RCC lintels, beams fascia etc, including centring and shuttering complete. (HSR 11.98)

114.03 Sqm

26 13.13 Terracing consisting of tiles 22.86 cm x 11.43 cm x 3.81 cm laid over 87.50 mm mud filling on a layer of 25 mm mud plaster and another layer of mud mortar for laying the tiles, including two coats of bitumen laid hot at 1.65 Kg. per sqm on top of R.C.C. slab including grouting with cement sand mortar 1 : 3 and top surface to be left clean etc.

A First storey 222.22 SqmB Second storey 1154.97 Sqm

93 XEN P-II Sonepat

C Third storey 3928.71 SqmD Fourth storey 1480.18 SqmE Fifth storey 918.99 SqmF Sixth storey 153.11 SqmG Ninth storey 2056.00 SqmH Tenth storey 191.28 Sqm27 13.50 Top khurra 0.6 m X 0.6 m for rain water pipe in 25 mm

thick cement concrete 1:2:4 over 50 mm thick cement concrete 1:8:16

140.00 Each

28 13.55e Supplying and fixing in position G.I. pipe Class ‘B’ spouts in chajjas and cantilevers -e) 50 mm internal dia. G.I. pipe

227.30 Rmt

29 13.57 Bottom khurra on ground 1.2 m X 0.6 m consisting of brick-on-edge laid in cement mortar 1:3 over 75 mm cement concrete 1:8:16 including 12 mm thick cement plaster 1:3

160.00 Each

30 HSR 13.62

Providing and lying four courses of water proofing treatment cosisting of first and third course of blown type bitumen grade 85/25 applied hot at 1.6 kg. per sqm for each course and second course of fibre glass R.P. Tissue and fourth and final course of stone grit 6 mm and down size or pea-sized grif spread at 0.006 cum per sqm including preparation of surface.

A First floor 386.59 SqmB Second floor 2531.72 SqmC Third floor 767.86 Sqm31 13.64 Cement concrete 1:2:4 gola 10 cm X 10 cm quardrant

along junction of roof with parapet wall finished smooth, where specially specified.

2962.98 Mtr

A Second floor 283.20 MtrB Third floor 192.50 MtrC Fourth floor 87.92 Mtr32 13.89a Providing and fixing PVC Rain water pipe 6 kg pressure

of ISI mark in cement mortar during masonry work (HSR 13.89a) 100mm dia PVC pipe ( Supreme, finolex and Prince)

1619.74 Mtr

A First floor 2907.35 RmtB Second floor 21.60 RmtC Third floor 2.85 Rmt

33 (HSR 13.89 b)

Providing & fixing PVC Rain water pipe 6 kg. pressure of ISI mark in cement mortar during masonry work B) 150 mm dia PVC pipe 6 kg. pressure (Supreme, phinolex, Prince)

2433.60 Mtr

34 13.90 a Providing and fixing PVC bend ISI mark 100mm dia P.V.C pipe bend HSR-13.90 ( Supreme, finolex and Prince)

592.00 Each

b 13.90b Providing and fixing PVC bend ISI mark 150mm dia P.V.C pipe bend HSR-13.90 b ( Supreme, finolex and Prince)

164.00 Each

35 (HSR 13.91)

Providing and fixing false ceiling with 12 mm thick Gympsum Board fixed on M.S. Steel runners frame i/c cost of screws angles, cleats, rawal plugs, with taping, filling with Gypsum compound and applying priming coat etc. complete in all respects.

104.75 Sqm

94 XEN P-II Sonepat

36 13.93 Provinding & fixxing False Ceiling with 12mm to 15mm thick 600mm x 600mm best quality mineral fibre tiles of approved make fixed on MS steel runners frame i/c cost of screw angles, cleats, rawel plugs, with taping and painting etc. complete in all respect

A First storey 956.09 SqmB Second storey 776.56 SqmC Third storey 1592.77 SqmD Fourth storey 447.52 SqmE Fiffth storey 113.22 SqmF Sixth storey 101.22 SqmG Seventh storey 101.22 SqmH Eight storey 101.22 SqmI Ninth storey 101.22 Sqm

37 14.1 Base course of floors consisting of 100 mm thick cement concrete 1:8:16 and 100 mm sand or stone filling

10920.28 Sqm

38 14.4 Screed of 50 mm thick cement concrete 1:8:16 to be laid below the topping

A First storey 3245.22 SqmB Second storey 7394.86 SqmC Third storey 5520.15 SqmD Fourth storey 3759.53 SqmE Fiffth storey 2509.80 SqmF Sixth storey 1725.38 SqmG Seventh storey 1655.12 SqmH Eight storey 1655.12 SqmI Ninth storey 1655.12 SqmJ Tenth storey 80.55 Sqm

39 14.9 Conglomerate floor 40 mm thick cement concrete topping 1:2:4 (HSR 14.9)

104.52 Sqm

40 (HSR 14.10)

Conglomerate floor 50mm thick Cement Concrete topping 1:2:4

8155.73 Sqm

41 14.44 (b)

Precast terrazzo tiles of 20 mm minimum thickness in cement as specified below with marble chips of size and colour as required laid on 20 mm thick bed of cement coarse sand mortar 1:3 with neat cement slurry, between joints and over the base in floors, treads of steps and landings including rubbing and polishing. (HSR 14.44) (b) in 50% white & 50% grey cement

A 1st storey 22.80 SqmB 2nd storey 22.80 SqmC 3rd storey 22.80 Sqm42 (HSR

no. 14.49 Fixing and laying Marble stone flooring 17 mm thick slab including matching grains of marble laid in any pattern as specified over base of 12 mm thick cement coarse sand mortar 1:3 and jointed with white cement slurry mixed with pigment to match the shade of marble including rubbing and polishing (using marble stone slab of size more then 0.38 sqm each) (Marble supplied by the Deptt.) (Excluding the cost of marble)

A Basement 337.87 Sqm

95 XEN P-II Sonepat

B First storey 1689.20 SqmC Second storey 2573.67 SqmD Third storey 2053.81 SqmE Fourth storey 225.53 SqmD Fifth storey 95.79 SqmE Sixth storey 49.79 Sqm43 HSR

14.50Extra for nosing in marble stone for treads.

A Basement 534.96 RmtB First storey 862.89 RmtC Second storey 416.52 RmtD Third storey 394.52 RmtE Fourth storey 63.00 Rmt44 14.51 Extra for marble stone flooring in treads of step not

exceeding 30 cm in width (HSR 14.51)96.03 Sqm

45 14.52 Fixing and laying Marble stone 17 mm and above thick in risers of step, skirting, dado, pillars and wall lining including matching the grains of marble slab in any pattern as specified laid on 12 mm thick cement coarsed sand morar 1:3 and jointed with white cement slurry (Marble supplied by the Deptt.) (Excluding the cost of marble)

A Basement 106.72 SqmB First storey 488.88 SqmC Second storey 580.18 SqmD Third storey 508.32 SqmE Fourth storey 76.24 SqmF Fiffth storey 37.48 SqmG Sixth storey 37.48 SqmH Seventh storey 37.48 SqmI Eight storey 37.48 SqmJ Ninth storey 37.48 Sqm

46 14.60 Dholpur stone tiles 25 mm thick in wall facing (lining) laid in anypattern as specified on 12 mm thick cement coarse sand mortar 1:3 and jointed with neat cement slurry mixed with pigment to match the shade of stone including rubbing and labour for fixing cramps, pins and dowels etc. (HSR 14.60)

A 1st Storey 185.21 Sqm.B 2nd Storey 82.51 Sqm.C 3rd Storey 42.54 Sqm.D 4th Storey 259.78 Sqm.47 14.62 Kota stone flooring minimum 25 mm thick in any pattern

as specified over 12 mm thick base of cement coarse sand mortar 1:3 laid and jointed with neat cement slurry mixed with pigment to match the shade of stone including rubbing and polishing.

A Basement 512.21 Sqm B First storey 1838.83 Sqm C Second storey 1213.89 Sqm

96 XEN P-II Sonepat

D Third storey 845.62 Sqm E Fourth storey 794.26 Sqm F Fiffth storey 697.63 Sqm G Sixth storey 676.56 Sqm H Seventh storey 675.04 Sqm I Eight storey 675.04 Sqm J Ninth storey 80.85 Sqm

48 14.64 Extra for Kota stone flooring in treads not exceding 30cm width

486.00 Sqm

49 14.65 Extra for nosing of treads 2155.59 RmtA First Floor 55.00 RmtB Second floor 55.00 RmtC Third Floor 55.00 RmtD Fourth Floor 55.00 RmtE Fifth Floor 7.20 Rmt

50 14.66 Kotah stone 20 mm thick in skirting risers of steps, dados and wall facing (lining) and pillars laid on 12 mm thick cement coarse sand plaster 1:3 laid and jointed with neat cement slurry, mixed with pigment to match the shade of stone including rubbing and polishing including labour for fixing cramps, dowels and pins etc.

A First storey 143.05 Sqm B Second storey 105.91 Sqm C Third storey 61.62 Sqm D Fourth storey 46.78 Sqm E Fiffth storey 45.74 Sqm F Sixth storey 38.57 Sqm G Seventh storey 37.49 Sqm H Eight storey 37.49 Sqm I Ninth storey 37.49 Sqm J Tenth storey 14.40 Sqm

51 (HSR 14.93)

Laying and Fixing vitrified/ ceramic tiles of any size of approved make in any pattern as specified over base of 20mm thick cement coarse sand mortar 1:3 and jointed with white cement slurry mixed with pigment to match the shade of tiles. (Tiles shall be supplied by the Deptt. (HSR 14.93) NITCO, KAJARIA & RAK only

A First storey 1888.91 Sqm B Second storey 3696.25 Sqm C Third storey 2805.86 Sqm D Fourth storey 2731.07 Sqm E Fiffth storey 1732.62 Sqm F Sixth storey 1099.18 Sqm G Seventh storey 1099.18 Sqm H Eight storey 1099.18 Sqm I Ninth storey 1099.18 Sqm

97 XEN P-II Sonepat

52 (HSR 14.94)

Laying & fixing vitrified /ceramic /galzed tiles of any size of approved make in skirting /dado, pillars wall facing , laid in any pattern as specified over base of 12mm thick cement coarse sand mortar 1:3 and jointed with white cement slurry mixed with pigment to match the shade of tiles (Tiles shall be supplied by the Department) (HSR 14.94) NITCO, KAJARIA & RAK only

A First storey 1541.89 Sqm B Second storey 3098.28 Sqm C Third storey 2247.61 Sqm D Fourth storey 1314.00 Sqm E Fiffth storey 872.53 Sqm F Sixth storey 526.31 Sqm G Seventh storey 526.31 Sqm H Eight storey 526.31 Sqm I Ninth storey 526.31 Sqm

53 (HSR 14.95)

Laying and fixing Granite stone in all shades 15mm to 18mm thick in skirting/dado, risers of steps, pillars and wall facing, laid in any pattern as specified over base of 12mm thick cement coarse sand mortar 1:3 and jointed with white cement slurry mixed with pigment to match the shade of granite including labour for fixing cramps pins and dowels etc. (Ex-cluding the cost of granite stone)

A Ground floor 17.12 Sqm B First floor 17.68 Sqm C Second floor 9.44 Sqm D Third floor 5.03 Sqm E Fourth Floor 2.96 Sqm F Fifth Floor 2.96 Sqm 54 (HSR

14.96) Laying and fixing Granite stone 20 mm to 25 mm thick in flooring & over service slab in any pattern as specified laid on 20 mm thick cement coarsed sand morar 1:3 and jointed with white cement slurry mixed with pigment to match the shade of graynitecomp. in all recpect. granite shall be supplied by the Deptt.

A Ground floor 331.89 Sqm B First storey 226.36 Sqm C Second storey 158.06 Sqm D Third storey 60.18 Sqm E Fourth storey 52.85 Sqm F Fifth storey 52.85 Sqm E Sixth storey 35.11 Sqm G Seventh storey 35.11 Sqm H Eight storey 35.11 Sqm I Ninth storey 35.11 Sqm

55 15.1 6 mm thick cement plaster 1:3 for laying tiles (HSR 15.1) 2712.20 Sqm 56 (HSR

15.2)Plastering on wall 10 mm thick cement plaster 1:3

A Basement 2025.51 Sqm B First storey 69.60 Sqm

98 XEN P-II Sonepat

C Second storey 69.60 Sqm D Third storey 69.60 Sqm E Fourth storey 69.60 Sqm 57 (HSR

15.5)Plastering on wall 12 mm thick cement plaster 1:4 3125.40 Sqm

A First floor 2673.35 Sqm B Second floor 1031.15 Sqm C Third Floor 550.82 Sqm D Fourth storey 432.91 Sqm E Fifth storey 2298.13 Sqm

58 15.7 12 mm thick cement plaster 1:6 A Basement 563.68 SqmB First storey 7933.59 SqmC Second storey 9250.65 SqmD Third storey 8221.66 SqmE Fourth storey 6166.57 SqmF Fiffth storey 5417.95 SqmG Sixth storey 3411.67 SqmH Seventh storey 2685.56 SqmI Eight storey 2685.56 SqmJ Ninth storey 2685.56 SqmK Tenth storey 808.21 Sqm59 15.12 15 mm thick cement plaster 1:6 on the rough side of single

of half brick wall

A Basement 1315.24 Sqm B First storey 10726.00 Sqm C Second storey 10077.06 Sqm D Third storey 8486.88 Sqm E Fourth storey 6023.86 Sqm F Fiffth storey 3643.39 Sqm G Sixth storey 3072.38 Sqm H Seventh storey 2484.50 Sqm I Eight storey 2484.50 Sqm J Ninth storey 2484.50 Sqm K Tenth storey 779.77 Sqm 60 15.52 10 mm thick cement plaster 1:4 under side of ceilingA Basement 8452.76 Sqm B First storey 10296.75 Sqm C Second storey 7373.49 Sqm D Third storey 5530.60 Sqm E Fourth storey 3935.62 Sqm F Fiffth storey 2657.86 Sqm G Sixth storey 1873.87 Sqm H Seventh storey 1758.62 Sqm I Eight storey 1758.62 Sqm

99 XEN P-II Sonepat

J Ninth storey 1758.62 Sqm K Tenth storey 79.76 Sqm 61 15.60 Cement pointing 1:2 deep variety on brick and Tile work

(HSR 15.60)A First storey 297.72 Sqm B Second storey 284.80 Sqm C 3rd storey 245.61 Sqm62 (HSR

16.1)Preparation of Plywood surface for painting including sand preparing the surface and applying filling with apporoved quality filler consiting of white lead, linsed oil,varnish and chalk mitti including finishing the surface to required finish complete with 2nd quality paint. (Labour Rate)

6718.31 Sqm

63 (HSR 16.2)

Applying pink primer or aluminium priming coat on wood work including preparation of surface, knotting and stopping etc. (Labour Rate)

4863.96 Sqm

64 16.3 Painting two coats excluding priming coat with synthetic enamel paint in all shades on new wood work or metallic or plastered or concrete surfaces to give an even shade. HSR 16.3 (Labour Rate)

14609.67 Sqm

65 16.9 Applying priming coat with metal primer on New steel or iron work including preparation of surface. (Labour Rate)

21845.60 Sqm

66 16.17 Painting two coats excluding priming coat with ready-mixed paint for metallic surfaces in all shades on new steel or iron work. (Labour Rate)

21088.01 Sqm

67 16.25 Applying priming coat with cement primer in all shades on newly plastered or concrete exterior surfaces. (Labour Rate)

156899.19 Sqm

68 16.27 Painting two coats with ready-mixed emulsion Paint in all shaes for interior use on bricks, Plaster, cement, fibre-board etc. (Labour Rate)

897.65 Sqm

69 16.30 Painting two coats with plastic emulsion paint on walls on new work to give an even shade (HSR 16.30) (Labour Rate)

7987.58 Sqm

70 16.44 Spirit polishing two coats including 2 coats of wood filler on new work. (Labour Rate)

85.65 Sqm

71 16.57 Distempering with washable oil bound distemper (of approved manufacture) two coats excluding priming coat on new work. (Labour Rate)

69927.99 Sqm

72 (HSR 16.58)

Distempering with washable oil bound distemper (of approved manufacture) two coats over one priming coat on new work (Labour Rate)

A Ground floor 11122.53 Sqm B First floor 12.59 Sqm C Second floor 12.59 Sqm D Third floor 14.29 Sqm

73 16.79 b Providing two coats of exterior acrylic emulsion paint (Ist quality (Labour Rate)

32139.39 Sqm

74 17.13 Teak wood chowkats of doors and windows including iron hold fasts, corner straps, screws, bolts for hold fasts, corner, straps, screw, bolts for hold fasts, corner straps, screw, bolts for hold fasts etc. complete fixed in position. (HSR 17.13 )

8.05 Cum

100 XEN P-II Sonepat

75 (HSR 17.42 C)

Supplying and fixing glass panes wih 4mm teak wood moulding-

7.04 Sqm

76 (HSR 17.46 (b))

Providing and fixing teak wood, plain lining, tongued and grooved, including wooden plugs (teak) placed at 45 cm to 60 cm centres, complete with necessary screws (frame work shall be payable extra) (b) 25 mm thick

189.09 Sqm

77 (HSR 17.49 b)

Providing and fixing commercial type block board but jointed complete. 19 mm thick

A Ground floor 1096.91 Sqm B First floor 1013.29 Sqm C Second floor 189.18 Sqm D Third floor 221.46 Sqm 78 17.69 Providing and fixing wooden handrail of required shape

and desing, with necessary, screws, including labour for rounding, vertical and horizontal bends and curves complete fixed in position (b) commercial hard wood, such as hollock, champ, chikrassy and chaplash, etc (Non coniferous timber other than teak, conforming to I.S specification no. 1003, kiln seasoned) (HSR 17.69)

0.87 Cum

79 17.73 Providing and fixing six-levers brass 10 cm mortice latch and lock and a pari of lever handles with necessary screws, etc., complete (Indian mad of reputed firm, such as Godrej or equivalent)

1665.00 Each

80 (HSR 17.79(b)

Providing & fixing helical door spring 150 mm (Superior quality), including necessary screws, complete

368.00 Each

81 HSR-17.82 c

Supplying and fixing hydraulic door Closer, I.S.I mark, with necessary Screws, etc., complete-I.S.I designation no. III (size of door 851 mm to 1000 mm)

1371.00 Each

82 (HSR 17.85)

Providing and fixing 65 mm X 35 mm special quality brass cup-board locks, six levers, of reputed firms such as Godrej or equivalent, including necessary screws, etc., complete.

254.00 No

83 (HSR 17.87)

Providing & fixing 0.50 mm thick aluminum sheet, including cost of necessary screws, etc. complete

77.98 sqm

84 17.91 Factory manufactured panelled and glazed door shutters of commercial hard wood, such as hollock, champ, etc. (non-coniferous timber other than teak, conforming to I.S. specification No. 1003, kiln-seasoned) with 100 mm wide vertical styles, 150 mm wide lock rail, 200 mm wide bottom rail and 100 mm wide other rails, with panels of 12 mm thick, commercial veneered both side particle board or plywood of B.W.R. grade, hot pressed, including cost of iron hinges, screws, chock/cleats, stops and nails etc. complete fixed in position (excluding the cost of any fittings, other than specified above but including labour for fixing the same in position) (b) 35 mm thick door shutter (HSR 17.91 - note under item No. 17.18 (i) )

0.34 Sqm

101 XEN P-II Sonepat

85 17.91 A Factory manufactured panelled and glazed door shutters of commercial hard wood, such as hollock, champ, etc. (Kiln seasoned) with 100 mm wide vertical styles, 150 mm wide lock rail, 200 mm wide bottom rail and 100 mm wide other rails, with panels of 12 mm thick medium density fibre board (MDF) exterior grade including cost of iron hinges, screws, chock/cleats, stops and nails etc. complete fixed in position (excluding the cost of any fittings, other than specified above but including labour for fixing the same in position) (a) 30 mm thick (HSR 17.91 A- note under item No. 17.18 (i) )

39.17 Sqm

86 17.92 II Factory manufactured wire gauze door and window shutter of commercial hard wood such as hollock, champ, etc. (non coniferous timber other than teak, conforming to I.S specification no. 1003, kiln sea soned) with 100 mm wide vertical styles 150 mm wide lock rail 200 mm wide bottom rail wire gauze of 140 G or 120 G designation including cost of iron hinges, screws, chock/cleats, stops nails etc. complete fixed in position (excluding the cost of any fittings, other than specified above but including labour for fixing the same in position) (ii) 35 mm thick (HSR 17.92 II ) - note under item No. 17.18 (i) )

368.57 Sqm

87 17.93 Factory manufacture solid flush door and Shutters, with block board core as per I.S. No. 1659-1969 bonded with water poof type phenol formal dehyde synthetic resin, hot-pressed, conforming to I.S. 2202 part I and II, fixed in positon includeing iron hinges, screws, chocks/cleats and stops etc. (excluding the cost of any fittings other than specified above, but including labour for fixing the same in position)- Duro, green / kit ply make.

i 25 mm thick 3063.10 Sqm ii 30 mm thick 477.45 Sqm iii 35 mm thick 261.18 Sqm

88 17.94 Factory-manufactured paneled door shutters of teak wood, kiln-seasoned, as per I.S. specification no. 401, with 100 mm wide vertical styles, 150 mm wide lock rail, 200 mm wide bottom rail and 100 mm wide other rails, with panels or 12 mm thick veneered, (35mm thick)

40.94 Sqm

89 17.95 Providing and fixing Aluminium work for doors, windows ventilators and partitions with extruded built up standard tubular sections / appropriate Z sections and other sections of approved make conforming jto IS 733 and IS 1285 fixed with raw plugs and screw all respect Fixed portion (Anodised aluminium transparent or dyed to required shade according to IS: 1868 minimum anodic coating of grade AC 15)

52146.66 Kg

102 XEN P-II Sonepat

90 17.96 Providing and fixing aluminium work for doors, windows, ventilators and partitions with extruded built up standard tubular sections/appropriate Z sections and other sections of approved make conforming to IS 733 and IS 1285 fixed with rawel plugs and screws or with fixing clips or with expansion hold fasteners including necessary filling up of gaps at junctions, at top, bottom, and sides with required neoprene felt etc. Aluminium sections shall be smooth, rust free straight mitered and jointed mechanically wherever required including cleat angle, aluminium snap beading for glazing/paneling C.P brass/stainless steel screws, etc. complete shutters of doors, windows & ventilators including providing and fixing hinges / pivots and making provision for fixing of fittings wherever required including the cost of PVC/neoprene gasket required including aluminium fitting

35231.64 Kg

91 (HSR 17.98)

Providing and fixing glazing aluminium door, windows ventilator shutter and partitions etc. with PVC/neoprene gasket etc. complete (cost of aluminium snap beading shall be paid in basis items.)

(a) with float gllass panes of 4mm thickness 5712.97 Sqm (b) with float gllass panes of 5mm thickness 209.76 Sqm

92 17.97 b Providing and fixing 12 mm thick preleminated paticle board flat pressed three layer or graded wood particle board conforming to IS;12823 grade I type II in paneling fixed in aluminium doors. Windows shutters and partition frames with c.p brass / stainlees steel screws etc. complete (HSR 17.97 b) Pre-laminated particle board with decorative lamination on both sides.

2.33 Sqm

93 17.99 Providing and fixing double action hydraulic floor spring of approved brand manufacture IS 63.15 marked for doors including cast of cutting floors as required embedding in floors and cover plates with brass piver and single piere MS sheet outer box. With Stainless steel cover plate

64.00 Nos

94 18.33 Providing & fixing hard drawn steel wire fabric 75mmx25mm rectangular mesh with 3.25mm dia wire fixed on steel windows of standard rolled section with 3mm width flat iron cover moulding of 12.5mm complete in all respect (HSR 18.33)

992.48 Sqm

95 18.12 Wrought iron and mild steel (using angles, flats, square bars, tees and channels), ladders, grills, gratting frames, window guards, iron doors openable or fixed stair case or parapet or any other type of railing, gates and tree guards etc., including cost of screws and welding rods or bolts and nuts complete fixed in position

1326.69 Qtl.

96 (HSR 18.13 (a))

Stair case railing of 40 mm internal dia G.I. pipe class 'B' as per I.S. No. 1239 as hand rail using flats and square bars as supporiting members and base plate welded as per design specified including cutting, welding rods and complete fixed in position

769.57 Qtl.

103 XEN P-II Sonepat

97 18.18 b Supplying and fixing rolling shutters, of approved make, M.S. Laths, interlocked together through their entire length, and jointed together, at the end, by end locks mounted on specially designed pipe shaft, with brackets, side guides, 27.5 cm long wire spring grade no. 2, and arrangement for inside and outside locking, with push and pull operation complete, including top cover 0.80 mm thick (payment is to be made for the exact size of opening where rolling shutter is to be fixed) (b) with 80 mm x 1.25 mm M.S. Laths (HSR 18.18 (b))

28.13 Sqm

98 18.18 C Supplying and fixing rolling shutters, of approved make, M.S. Laths, interlocked together through their entire length, and jointed together, at the end, by end locks mounted on specially designed pipe shaft, with brackets, side guides, 27.5 cm long wire spring grade no. 2, and arrangement for inside and outside locking, with push and pull operation complete, including top cover 0.80 mm thick (payment is to be made for the exact size of opening where rolling shutter is to be fixed) (c) Providing and fixing ball bearing, for push and pull type rolling shutters, from 9.20 to 12 sqm area (HSR 18.18 (c))

3.00 Each

99 18.22 Fe-500 EQR TMT steel bars for RCC, works, where not included in the complete rate of RCC including bending, binding and placing in position complete. Tata, Tiscon will be prefered. In case of non avaibility RINL, SAIL will be prefered

45097.87 Qtl

100 18.30b Supplying and fixing 4mm thick glass panes including special metal sash putty of approved make

838.73 Sqm

101 18.34 Pressed steel sheet frames (chowkats) consisting of 2 mm thick steel sheet of the specified section including iron lugs (hold fasts) iron hinges, conforming to P.W.D specifications, including bolts for fixing stops, lock notch, provision for receiving tower bolts, and finished, with one coat of ready mixed paint red lead non-setting primer of approved quality fixed in position including the cost of cement concrete 1:3:6 for filling in the frames and cement concrete 1:3:6 for lungs complete.a) Door and window frame of size 89 mm 50 mm with 35

mm wide single rebate6082.88 Rmt

c) Door and window frame of size 127 mm 50 mm with 40 mm wide double rebate

307.55 Rmt

102 N.S Providing & fixing 12mm thick toughened glass with (dorma)patch fitting comp. in all recp.

178.37 Sqm

103 N.S Providing & fixing 125mm long stainless steel hingegs comp. in all recp.

3213.00 Each

104 N.S Providing & fixing door handles 350 mm long of stainless still as per drawing comp. in all recp.

57.00 Each

105 N.S Providing & fixing door handles 1500 mm long of stainless still 1500mm long of dorma as per drawing comp. in all recp

176.00 Each

106 N.S Providing & fixing automatic door handle as per drawing comp. in all recp.

611.00 Each

107 N.S Providing & fixing laminated wodden panaling constisting of wooden frame of 40x75mm of soft wood & coverd with 12mm thick ply-wood & 1mm thick sunmica comp. in all recp.

204.00 Sqm

104 XEN P-II Sonepat

108 N.S. Providing & Fixing decorative high pressure laminated sheet of plain / wood grain in gloss / matt / suede finish with high density protective surface layer and reverse side of adhesive bonding quality conforming to IS : 2046 Type S, including cost of adhe, 1.0 mm thick

5942.99 Sqm

109 N.S Providing & fixing aluminoum Sheet, 150 x2mm on expension joint with nail comp.in all respected.

3256.48 Mtr

110 N.S Providing and fixing in each room, Cupboard cubical manufactuerd with 20mm thick ISI marked BWR grade board green / Duro make with outer size of cubical 1000 x 600 x 1800mm with 2nos middle shelves along with 20mm dia stainless steel pipe fixed with barrackts of good quility duelly painted with white syenthitic enmal paint of reputed compony in side & back side of the cupboard. remaing portion shall be finished with 1mm thick natural finished laminates green / duro make. Both the shutter shall be fixed with 20mm wide piaono type hinges of stainless steel and 2nos 100mm long alu. handle with 1nos lock of good quility as per entired satisfication of the eng.-in-charge N.S

505.00 Each

111 N.S Earth Filling under floor with good earth taken from outside the campus with all Lead and lift i/c loading, unloading laid in 15 cm layers including watering & ramming consolidation & compaction of earth etc complete in all respect.

13626.71 Cum

112 N.S Providing and laying two coat of wall putty on plaster sufaced complete in all respect to the untire satisfaction of the Engineer - in - charge ( Birla & J.K. make )

99415.93 Sqm

113 N.S Providing and fixing machine made Terracotta tiles cladding size 9"x11/2" laid in cement sand mortar 1:3 on wall face & jointed with white cement slurry mixed with pigment to match the shade of tiles including , finishing joint smoothly complete in all respect. (N.S)

4496.08 Sqm

114 N.S Providing and fixing Gwalior mint stone 16-20mm thick of various sizes over 12mm thick cement sand mortar 1:3 & jointed with white cement slurry mixed match the shade of tiles including , finishing joint smoothly complete in all respect. (N.S)

8913.17 Sqm

115 N.S Providing and fixing cast in situ cornices 4”x4” wide at the junctions of ceiling with plaster of Paris with approved brand of P.O.P. material design and as per the directions of Engineer-in-Charge complete. (N.S)

1647.43 Rmt

116 N.S Melamine polishing of clear or approved colour on Wooden handrail including preparation of surface complete as per the directions of Engineer- in- Charge. (N.S)

77.92 Rmt

117 N.S Providing & fixing Automatic door hendle 125 mm long of reputed manufacturer as per drawing complete in all respect. (N.S) (Grade 304 ISI Marked)

36.00 Nos

118 NS Providing and fixing of polycarbonate sheet 16 mm thick with 50 mm x 50 mm x 3.6 mm M.S. pipe and J.C. hooks (N.S)

2.00 Sqm

119 N.S Providing & fixing railing of 12mm thick toughened glass with stainless steel U channel of appropriate size in bottom & top with EPDM gasket & s/s pillars as required. (N.S)

39.18 Sqm

105 XEN P-II Sonepat

120 N.S Providing and fixing 10mm thick multiwall polycarbonate sheet roof cladding at all levels as per pattern for skylight roof cladding and specials with necessary aluminium extrusions with EPDM gasket, cutting, fabricating, erection at all levels.

68.39 Sqm

121 N.S Finishing joint with white cement mixed with pigment to match (For Terracotta)

1460.05 Rmt

Note:- In case of any difference in the unit & nomenclature of any of the HSR items of Civil , PH & EI work depicted in this DNIT and that given in HSR , the unit and nomenclature given in HSR shall be applicable.

SDE P-I Superintending EngineerSonepat HDM Executive Engineer,

Provl. Divn.. No.II CHDPWD B&R Br., Sonepat

Sonepat Circle PWD B&R Br., Sonepat

E.E. B-I S.E. (Buildings) C.E. (Buildings) E.I.C.

106 XEN P-II Sonepat

DNIT FOR CONSTRUCTION OF VARIOUS BUILDINGS I/C RESIDENCE OF NATIONAL LAW UNIVERSITY IN RAJIV GANDHI EDUCATION CITY AT RAI DISTT. SONEPAT

PUBLIC HEALTH WORKApp Cost Rs. 709.83 lacs

Sr. No.

Schedule item no.

Description Qty Unit

I. Public Health Works ( Schedule Items)1 6.8 Excavation for pipelines running under pressure in

trenches and pits in open area where disposal of surplus earth is done alongwith the alignment including trimming & dressing sides, leveling of beds of trenches to correct grade, cutting joint holes, cutting trees and bushes, etc. refilling consolidation and watering of refill, in 15 cm layers and restoration of unmetalled or unpaved surface to its original condition, including the cost of dewatering of rain water, diversion of traffic, night signals, fixing caution boards, watching, fencing etc. outside the town in ordinary soil:-

(b) (b) With timbering and shoring upto

a. i upto 1.5 metre depth. 12155 Cumb. ii exceeding 1.5 metres depth, but upto 2.25 metres depth 2655 Cumc. iii exceeding 2.25 metres depth, but upto 3.00 metres

depth 603 Cumd. iv exceeding 3.00 metres depth, but upto 4.5 metres depth 200 Cum2 28.18 Labour for laying, jointing, fixing and testing

G.I/P.V.C/W.I. pipe lines and specials tees bends, sockets, elbows etc. inside building and testing etc. complete including cutting threading.

b. b) Including cost of specialsi. 15 mm 5525 Metreii. 20 mm 3010 Metreiii. 25 mm 1975 Metreiv. 32 mm 2490 Metrev. 40 mm 1280 Metrevi. 50 mm 1370 Metre

3 28.21 Extra for fixing & jointing union couplings in G I on W I pipe line

a. 15 mm 522 Eachb. 20 mm 251 Eachc. 25 mm 178 Eachd. 32 mm 187 Eache. 40 mm 84 Eachf. 50 mm 67 Eachg. 65 mm 19 Eachh. 80 mm 15 Eachi. 100 mm 10 Each

107 XEN P-II Sonepat

4 28.28 Fixing galvanised malleable iron holder bats hold fasts to pipe lines fixed on walls and ceilings including all cuttings to walls and making good to Original condition.

a. 15 mm 3095 Eachb. 20 mm 1625 Eachc. 25 mm 1075 Eachd. 32 mm 1210 Eache. 40 mm 536 Eachf. 50 mm 436 Eachg. 65 mm 85 Eachh. 80 mm 49 Eachi. 100 mm 40 Each

5 28.29 Fixing and jointing gun metal peet valves (heavy pattern) with hand wheels, on G.I pipelines laid in the ground or inside building including cartage from divisional stores or nearest railway station to site of works.

a. 15 mm internal diameter 132 Eachb. 20 mm internal diameter 257 Eachc. 25 mm internal diameter 173 Eachd. 32 mm internal diameter 91 Eache. 40 mm internal diameter 60 Eachf. 50 mm internal diameter 21 Eachg. 65 mm internal diameter 19 Eachh. 80 mm internal diameter 12 Eachi. 100 mm internal diameter 2 Each

6 29.38 Lowering salt glazed stoneware pipes and specials in to trenches for all depths and laying out the same to correct alignment gradient, level etc in trenches including all dressing and tremming of bed and sides of trenches, if required, trimming and cutting of concrete beds and joint holes, supporting rigid manner while the same are being jointed and until the surrounding benching haunching and envelopes are completed. The sewer shall rest on the bed at every point throughout its length and to ensure this, it shall be grouted in without extra charge by the contractor with lime surkhi mortar in the case of cement concrete beds including cartage from Divisional Store or nearest Railway station to site of work.

a. 100 mm 182 Metreb. 150 mm 50 Metrec. 200 mm 1420 Metred. 250 mm 450 Metree. 300 mm 10 Metre

108 XEN P-II Sonepat

7 29.39 Jointing and fixing salt glazed stoneware pipes and specials in trenches using cement sand mortar 1:1 and best white italian tarred hemp/yarn including finishing and trowelling of each joint at an angle of 45 degree with the longitudinal axis of the pipes, watering, keeping the joints covered and wetted till the same are cured, testing the sewer lines for leakages and making all leakages and defects good, complete as laid down in the contract specifications.

a. 100 mm 304 Per Jointb. 150 mm 50 Per Jointc. 200 mm 1420 Per Jointd. 250 mm 450 Per Jointe. 300 mm 10 Per Joint

8 29.90 CONSTRUCTION OF RECTANGULAR STANDARD BRICK MASONRY MANHOLE CHAMBERS to standard drawings on S.W pipe sewers or other circular pipe sewers upto the required depth in 1.5 CEMENT SAND MORTAR, lime concrete in bed and sides of pipe sewer and cement concrete 1:2:4 IN BENCHING, 12 MM THICK WATER TIGHT 1:2 CEMENT SAND PLASTER WITH A FLOATING COAT OF NEAT CEMENT AND FINISHED WITH 2 COATS OF sodium Silicate on interior surface where required. REINFORCED CEMEN CONCRETE SLAB 180 MM THICK FIXING 560 MM internal diameter C.I. MANHOLE COVER AND FRAME WEIGHT not less than 2.5 quintal PAINTED WITH 3 COATS OF BLACK BITUMEN PAINT, FIXING galvanised Malleable IRON STEPS embedded in 1:2 cement sand mortar COMPLETE.The rate cover the cost of M.S steel for R.C.C slab Labour for fixing and carriage of C.I manhole frame and cover and malleable iron steps from the stores of the Engineer-in-charge of the works to the site of works.

The rate also includes the cost of accurately planned and fitted centring, supports for all works as well as for all curves and special work, cleaning out their beds etc. Sodium silicate shall be supplied free of cost at the stores of Engineer- in-charge.

iv. On 200 mm internal diameter pipe sewerfor 1.80 metres depth below ground level 81 Each

109 XEN P-II Sonepat

9 29.91 CONSTRUCTION OF CIRCULAR STANDARD BRICK MASONRY MANHOLE CHAMBERS to standard drawings on S.W. PIPE SEWERS or other circular sewers upto the required depth in 1:5 CEMENT SAND MORTAR LIME CONCRETE IN BED AND SIDES of pipe sewer ANDCEMENT CONCRETE 1:2:4 IN BENCHING 12 MM THICK WATER TIGHT 1:2 CEMENT SAND PLASTER WITH A FLOATING COAT OF NEAT CEMENT and FINISHED WITH TWO COATS of sodium silicate on interior SURFACE where required FIXING 560 MM INTERNAL DIAMETER C.I MANHOLE COVER AND FRAME WEIGHT not less than 2.5 quintal pained with 3 COATS Of BLACK BITUMEN PAINT FIXING galvanised malleable,IRON STEPS embedded in 1:2 cement sand mortar COMPLETE.The rate covers the cost of carriage of C.I. manhole, frame and cover and malleable iron steps from the stores of Engineer-in-charge of the works to site of works. The rate also includes the cost of accurately planed and fitted centring supports for all works as well as for all curves and special works cleaning out their beds etc. Sodium silicate will be supplied free of cost at the stores of the Engineer-in-charge.

ii. on 200 mm internal diameter pipe sewer 56 Eachiv. on 250 mm internal diameter pipe sewer 50 Eachv. on 300 mm internal diameter pipe sewer 50 Each

10 29.92 Extra over and above on item no.29.91 for every additional per 0.30 metre depth of manhole upto 4 metres depth beyond 1.80 metres below ground level. 450

0.3 Mtrs depth

11 29.93 Providing lowering, laying, cutting ( cut surface to be uniformly finished) jointing with rubber rings marked with IS 5382 and tested of spigot and socketed RCC NP2 marked with IS: 458-1988 and specials in to tranches for all depths including carriage, loading, unloading,stacking, handling,re-handling etc. complete in all respects to the satisfaction to the Engineer-in-charge.

250 mm 2275 Metre300 mm 50 Metre450 mm 630 Metre500 mm 475 Metre600 mm 70 Metre700 mm 75 Metre800 mm 105 Metre900 mm 15 Metre

110 XEN P-II Sonepat

12 29.95 Providing SW pipe grade –A in standard length of 600 mm each pipe marked with IS :651 and their lowering, cutting , jointing & testing as described in HSR item No. 29.38 to 29.40 including the cost of jointing material as well as carriage, loading, unloading , stacking., handling, rehandling etc. complete in all respect to the satisfaction to the Engineer-in-Charge

a. 100 mm i/d 182 Mtrb. 150 mm i/d 50 Metrec. 200 mm i/d 1420 Metred. 250 mm i/d 450 Metree. 300 mm i/d 10 Metre

13 30.2 Providing and fixing in position best Indiann make (to the approval of the Engineer-in-charge). indian type orissa or orya water closet suite for Sinking into floor, with raised foot treads complete with 100 mm HCI 'P' trap with or without vent as required and all other necessary fittings as fully described in item no.30.1 above.

a. Size 580 mmi. White 24 Each

14 30.5 Providing and fixing in position best Indian make (as approval by the Engineer-in-charge) European type water closet suite, syphonoc type consisting of :-vitreous chinaware syphonic suite with 15 litres capacity matching chinaware cistern and all internal brass fittings complete with 'P' or 'S' trap with or without vent (as approval by the Engineer-in-charge), one piece seat and lid in hollow black or white plastic fitted with chromium plated hinges and rubber buffers, ( to be approved of the Engineer-in-charge) complete in all respects including cutting and making good the walls and floors.

a) Single trap symphonic W.C. Suite (i) White 277 Each

15 30.13 Providing and fixing best indian make plastic hygenic seat with lid complet instead of hollow black or white plastic seat and lid (Hsr 30.13)

(i) white plastic seat (solid) 277 Each

111 XEN P-II Sonepat

16 30.19 Providing and fixing in position best Indian make Flat back or angular lipped front urinal 465 mm high consisting of :-Flat black lipped or angular urinal basin of vitreous chinaware (to the approval Of the Engineer-in-charge) 5 Litres capacity mosquito proof Indian make C.I. automatic flushing cistern painted with non-yellowing white enamel paint or other approved shade enamel paint on outside and superior black bitu-mastic paint on inside complete with screwed 15 mm pipe; pair of R.S. or C.I. painted brackets and brass coupling .Standard size G.I. flush pipe with C.P Brass wall clips and unions complete including cutting and making good the walls and floors and painting of fittings etc. (as Required by the Engineer-in-charge)

(i) White 26 Each

17 30.20 Providing and fixing in position best indian make a range of two urinals flat back or angular lipped front in vitreous china ware with 5 litres capacity best indian make CI automatic cistern with fittings and flush pipe etc. complete as fully described in item No. 30.19 above. 465 mm high

(i) White 8 Each

18 30.21 Providing and fixing in position best indian make a range of three urinals flat back or angular lipped front in vitreous china ware with 10 litres capacity best indian make CI automatic cistern with fittings and flush pipe etc. complete as fully described in item No. 30.19 above. 465 mm high

(i) White 12 Each

19 30.40 (b) Providing and fixing vitreous chinaware urinal parttion plate.

a. II Large Size 835mm x 355 mm (i) White 57 Each

20 30.42 Providing and fixing in position best indian make lavatory suites (with full anti splash rim in vitreous chinaware and all other necessary fittings as fully decribed in item no 30.41 above White (ii) Size 530mmx430mm with one no. tap 307 Each

21 30.50 Providing and fixing in position best Indian make chromium Plated brass Bottle trap 32 mm dia metre. 307 Each

22 30.48 Providing and fixing in position 32mm dia G.I waste pipe embedded in wall or lead waste pipe (weighing 3.47 kg. per metre and 2.8 mm thick) upto floor level including cost of wipped solder joint etc. complete (as required by the Engineer-in-charge) (As per item no 30.41)

307 Each

112 XEN P-II Sonepat

23 30.53 Providing and fixing in position best quality stainless steel sinks with complete fittings as fully described in item no 30.51 above

a) Size 600 mm x 450mm x 200 mm 77 Each

24 30.66 Providing and fixing in position best indian make shower with 15 or 20 i/d inlet.

b. C.P. Brass Rose Showersi. 150 mm diameter rose shower 162 Each

25 30.67 Providing and fixing in position best indian make Paper holders fixed in to wall with C.P Brass screws complete in all respects, including cutting and making good the walls etc.

a. CP Brass 277 Each

26 30.68 Providing and fixing in position best indian make towel rails fixed in with rawlslugs embedded in walls with C.P Brass screws, complete in all respect including cutting and making goods the walls etc. (As per item no 30.41)a) 25mm dia C.P brass adjustable.ii) 600mm long. 186 Each

27 30.70 Providing and fixing in position best Indian make Soap dish fixed into wall with C.P brass screws and complete in all respects including cutting and making good the walls etc.

a. CP Brassi. Soap dish 160 mm 186 Each

28 30.71 Providing and fixing in position best Indian make bevelled edge 5.5 mm thick mirror mounted on asbestos sheet ground fixed in position by means of 4 nos. chromium plated brass screws and washers over rubber washers and rawl plug embeded in the wall or chromium plated brass clamps with C.P. brass screws (as required by the Engineer -in -charge) complete including cutting and making good the walls etc. (As per item no 30.41)a) Indian make (I) 600mmx450mm 307 Each

29 30.73 Providing and fixing in position best Indian make Coat and hat hooks fixed into wall with C.P Brass screws and rawl plugs etc. complete including cutting and making good the walls etc.

a. CP Brass

113 XEN P-II Sonepat

ii. Two way 301 Each

30 30.75 Providing and fixing in position 15 mm I/d C.P. brass bib cocks of best quality (as required by the engineer I charge)

(a) Bib cock long body 297 Each(c) Bib cock 301 Each

31 30.76 Providing and fixing in position C.P brass stop cocks (as approved by the Engineer-in-Charge)a) 15mm stop cock i) Stop cock male and female end. 1007 Eachii) Concealed stop cock with flange 372 Each

32 30.77 Providing and fixing C.P brass liquid soap container of best quality (as required by the Engineer-in-charge) 307 Each

33 30.81 Providing and fixing in position best Indian make C.P brass wall mixer 15 mm.

b. Without Telephonic shower 180 Each

34 30.82 Providing and fixing in position best indian make flexible tube connectionb) C.P brass iii) 15mmx450mm. 1007 Each

35 30.84 Providing and fixing in position H.C.I soil waste vent or antisyphonage pipes to I.S.I specification of E.L.C manufacture or of any other reputed firm including cutting and wastage etc. and cutting holes in walls, roofs or floor etc. and making good to its original condition but excluding cost of lead jointing.

100 mm internal diameter 4015 Mtr75 mm internal diameter 970 Mtr

36 30.87 Providing lead caulked joints to H.C.I pipes and specials conforming to I.S.I specification of ElL.C manufacture or any other reputed firm including cost of lead yarn, fuel and tools etc.

100 mm internal diameter (1.13kg) 4011 Each75 mm internal diameter (0.91kg) 1968 Each

37 30.88 Providing and fixing in position M.S or heavy flat iron clamps made out of M.S flat not less than 5 mm of the approved deign for fixing C.I soil waste vent or anti pipes to walls complete in all respects including cutting and making good the walls and floors etc. and painting.

(a) For 100 mm internal diameter pipes 2305 Each

114 XEN P-II Sonepat

38 30.89 Providing and fixing HCI floor traps ISI marked of the self cleaning design with C.P brass hinged grating with frame with or without vent arm and including cement concrete 1:2:4 under and around the floor trap where required upto floor level complete in all respects including cutting and making good the walls and floors etc. minimum depth of water should be 150 mm with a minimum seal of 50mma) With 75mm I/d outlet. 388 Each

39 30.91 Providing and fixing in position H.C.I. special for soil, waste, vent or anti-syphonage pipes to I.S.I marked including cutting and wastage etc. cutting holes in walls roofs or floors etc. and making good to its original condidition but excluding cost of lead jointing

a. 100mm i/d pipesi. Heel rest bend 130 Eachiv. Single junction with door 100 mm x 100 mm x 100 mm 242 Eachv. Double junction plain 100 mm x 100 mm x 100 mm x

100 mm 9 Eachvi. Single junction plain 100 mm x 100 mm x 100 mm 245 Each

xiv. Plain bend 845 Eachxvi. Cowls 147 Eachxxi. P or S trap without vent 166 Eachxxii. Collars 175 Eachxxiv. WC connection 300mm long 277 Each

b. (b) 75mm i/d pipes

iv. Single junction with door 75 mmx 75 mm x 75 mm 7 Eachv. Double junction plain 75 mm x 75 mm x 75 mm x 75

mm 4 Eachx. Single junction plain 75 mm x 75 mm x 75 mm 25 Each

xiv. Bend Plain 208 Eachxvii. Cowls 4 Eachxviii. Collars 363 Each

40 30.95 Cutting chase in brick walls in cement or in floor for embedding G.I or H.C.I pipe lines and making good the same to its original condition

a) Size 75mm x 75mm 9695 Mtr

41 30.101 Painting HCI soil,waste and vent pipes and fittings with black bitumastic ordinary paint of approved manufacturer two coat on new work.

a. 100 mm internal diameter 1550 Metreb. 75 mm internal diameter 855 Metre

115 XEN P-II Sonepat

42 30.105 Painting HCI soil,waste and vent pipes and fittings with superior quality synthetic enamel paints in all shades on existing or new work two coats paints including cleaning rubbing etc.

a. 100 mm internal diameter 2968 Metreb. 75 mm internal diameter 45 Metre

43 30.106 Painting GI pipes and specials with 1st quality synthetic enamel paint in all shades on existing or new work , two coats paints including cleaning rubbing etc.

a. 15 mm and 20 mm i/d of pipes and specials 8535 Metreb. 25 mm and 32 mm i/d of pipes and specials 4510 Metrec. 40 mm and 50 mm i/d of pipes and specials 2705 Metre

44 30.110 Providing and fixing in position automatic brass ball valves in tanks

a. With copper Ball iii. 25 mm internal diameter 5 Eachiv. 32 mm internal diameter 14 Eachv. 40 mm internal diameter 12 Each

45 30.114 Providing and fixing in position gully traps fixed in cement concrete 1:4:8 complete with H.C.I. grating 150mm x 150mm cast iron cover weighing approximately 7.26kg and frame clear opening 300mmx300mm and outside size 330mmx330mm and chamber including cost of all brick work in cement mortar 1:5 cement concrete 1:8:16 in foundation, and cement concrete 1:2:4 in coping around C.I cover and frame etc. with three coats of black bitumastic superior paint of approved manufacture on all C.I work as per standard design, minimim depth of water should be 150mm with a minimum seal 50mma) 100mm internal diameter S.W gully trap. 71 Each

116 XEN P-II Sonepat

46 30.117 Providing and fixing in position best Indian make (To the approval of the Engineer-in-charge) Storage type automatic electric water heater , Pressure /non pressure type, thermostatically controlled, suitable for operation on 230 volts, 50 cycle single phase, wall mounting fitted with drawable and adjustable type A.C. thermostat. thermostat knob to be readly accessable through the vopening of suitable cover for adjustment of temprature in the installed position of heater and the thermostat should be withdrawn without having to drain the water, electric heating element should made out of copper tube (Heating element should be easily removed and replaced in the installed position of heater) a neon indicator 1 Amp. inner contained made out of copper tinned both from inside and outside outer container made out of mild steel sheet finished in gleaming white stove enamel paint, insulated between the inner and outer with fiber glass wool with 1 meter length of suitable capacity 3 core flexible cord with plug and non return valve plastic / lead connections or pressure release valve ( whwere required) Complete including fixing and testing for a week (as required by the Engineer-in-charge)

VERTICAL WATER HEATERa. 25 Litre Capacity 135 Eachb. 70 Litre Capacity 1 Each

47 30.119 Providing and fixing HDPE water storage tanks of sintex, Diplast, O.K. supreme make with covers/lids marked with IS:12701 on roof top of buildings including cost of hoisting and placing Iin position, making connections with inlet and outlet pipes, providing overflow and scour provisions with suitable plug on scour pipe including cost of nipples, washers, flanges for connections in tanks complete in all respects to the satisfaction to the Engineer-in-charge.

a. 1000 Ltr. Cap. 7 Eachb. 2000 Ltr. Cap. 4 Eachc. 3000 Ltr. Cap. 4 Eachd. 5000 Ltr. Cap. 65 Each

II. Public Health Works ( Non Schedule Items)

1 NS Providing of GI pipes (Medium Class) conforming to IS: 1239.

a. 15 mm internal diameter 5525 Metreb. 20 mm internal diameter 3010 Metrec. 25 mm internal diameter 1975 Metred. 32 mm internal diameter 2490 Metree. 40 mm internal diameter 1280 Metre

117 XEN P-II Sonepat

f. 50 mm internal diameter 1370 Metreg. 65 mm internal diameter 460 Metreh. 80 mm internal diameter 240 Metrei. 100 mm internal diameter 20 Metre

2 NS Providing of Forged Brass ball Valves.

a. 15 mm internal diameter 132 Eachb. 20 mm internal diameter 257 Eachc. 25 mm internal diameter 173 Eachd. 32 mm internal diameter 91 Eache. 40 mm internal diameter 60 Each

3 NS Providing of CI Butterfly Valves with 2 Nos. flanges as per Table 'E' and Bolts, nuts, rubber gasket Etc.

a. 50 mm internal diameter 21 Eachb. 65 mm internal diameter 19 Eachc. 80 mm internal diameter 12 Eachd. 100 mm internal diameter 2 Each

4 NS Labour for laying, jointing, fixing and testing G.I/P.V.C/W.I. pipe lines and specials tees bends, sockets, elbows etc. inside building and testing etc. complete including cutting threading.b) Including cost of specials

a. 65 mm 460 Mtrb. 80 mm 240 Mtrc. 100 mm 20 Mtr

5 NS Painting GI pipes and specials with 1st quality synthetic enamel paint in all shades on existing or new work , two coats paints including cleaning rubbing etc.

a. 65 mm to 80 mm i/d of pipes and specials 740 Metre

6 NS Providing and fixing Thermoflex or Kaiflex thermal insulation tubing, a elastomeric flexible material having hermetic blister closed cell structure of expanded synthetic rubber over pipes of following nominal bores and thickness including all required accessories complete as per specification.9 mm thick

a. For 15 mm dia Pipe 1705 Metreb. For 20 mm dia Pipe 610 Metrec. For 25 mm dia Pipe 105 Metre

118 XEN P-II Sonepat

7 NS Providing and fixing Thermoflex or Kaiflex thermal insulation tubing, a elastomeric flexible material having hermetic blister closed cell structure of expanded synthetic rubber over pipes of following nominal bores and thickness including protection by wrapping with 22 gauge alumminium sheet with riveted screw joints all required accessories complete as per specification.13 mm thick

a. For 15 mm dia Pipe 40 Metreb. For 20 mm dia Pipe 40 Metrec. For 25 mm dia Pipe 70 Metred. For 32 mm dia Pipe 40 Metree. For 40 mm dia Pipe 110 Metref. For 50 mm dia Pipe 250 Metreg. For 65 mm dia Pipe 150 Metre

8 NS Providing and fixing solar hot water indirect heating system using heating liquid medium comprising of flat plate solar panels, including all interconnecting insulated GI Heavy class piping, primary and secondary reciculation pumps, pressure type hot water tank, outlet, Y-strainer and a water meter on the inlet, air release valve all mounted on galvanised MS sections complete with connection with proposed water supply network.a)70 Nos. flat plate solar collector panels of 2 x 1 m. size approx. the panels enclosed in insulated collector boxes with single piece toughned glass 4 mm thick and fixed with heat resistant gasket.b)1 Set Integrated heat exchanger with drain down vessel and electrical backup designed so as to provide heat exchange between solar collectors and 500 ltr tank ( as per spec) complete with draindown tank. The cold water heated after passing through heat exchanger to be stored in hot water tank as per specs. Necessary pumps and controller for automatic operations to be provided. Ms Galvinised frames for the same.c)1 Set Insulated M.S (8mm) Horizontal hot water mixing tank of 7000ltr with SS lining (1.5mm). The operating pressure for cold to be 400Kpa and flow rate not less than 100 lpm.The cold water supply pressure to range from130 to1100 Kpa. Connected to Plate Heat exchanger,Tank shall be provided with flanges at inlet outlet, inlet/outlet overflow/drain connection with MH cover. Vent pipe connection & GI Vent pipe of adequate height/length, pressure gauge at inlet/outlet. All the valve & accessoriess hall be suitable for an operating pressure of 4.0kg/sqm tank.The tank to hold at least 7000ltrs of fluid and be suitable as a drain down vessel with provision for expansion tank and venting.d)1 Lot. Inter-connected insulated G.I. heavy class piping insulated with 9 mm thick nitrile rubber heat resitant insulation sections (Vidoflex or equiv.) and valves with outer mechanical protection of aluminium sheet cladding.

119 XEN P-II Sonepat

e)1 Set. Electrical Panel so as to operate the system automatically for start up and shutdown on temperature differential. Switch board cubicle, fabricated from 16 gauge M.S. Sheet with dust and vermin proof construction, powder coated. All switchgear will be identified with etched plastic identification plates for each motor. The panel shall be wired with colour coded wiring. (All interconnecting wiring/cabling panel to motors, fuses, MCB,off/on indicating lights, busbars,s witchgears and accessories as required.f)1 Set. Electrical booster of not less than 54 Kw (4.5kw X 12) to be provided instages in DDHS Tank and the storage tank as well.

(NOTES: All inter connecting piping & valves with insullation,all wiring between panels, tanks & pumps is to included)

Solar Hot Water System as Describe above. 2 Each

9 NS Providing and fixing of Grease separator ECO-JET-OD NS 04 with sludge trap capacity 400 Ltrs. according to DIN EN 1825, for free standing installation, of polyethylene, material LLD-PE, with grease storage capacity 200 liters, total wastewater capacity 830 liters, with direct suction, with connecting flange DN 65 PN 10 For local suction line R 2 1/2”, with fire hose quick coupling B with 2 odour proof maintenance openings DN 350 inlet and outlet DN 100. With max dimensions:

770x2000x1680mm With Inspection Windows & Filling Device.(Make : ACO Part No. 3554.64.41 or Equivalant) 3 Each

10 NS Providing and fixing of fully automatic "NO TOUCH" hand drier (Make Utec Cat No. UT - 525 or equivalant) suitable to operate on 220 volts, single phase 50 hz, A.C. power supply and directly plugged to power point complete. 24 Each

11 NS Providing and fixing of CP Brass handicapped grab bar (Jaguar Cat No. AHS-1501 or equivalent) sized to wall with stainless steel screws and PVC cleats including cutting and making good the wall wherever required complete in all respects. 10 Each

12 NS Providing and fixing in position H.C.I soil waste vent or antisyphonage pipes to I.S.I specification of E.L.C manufacture or of any other reputed firm including cutting and wastage etc. and cutting holes in walls, roofs or floor etc. and making good to its original condition but excluding cost of lead jointing.

a. 150mm internal diameter 400 Mtr

120 XEN P-II Sonepat

13 NS Providing and fixing in position H.C.I. special for soil, waste, vent or anti-syphonage pipes to I.S.I marked including cutting and wastage etc. cutting holes in walls roofs or floors etc. and making good to its original condidition but excluding cost of lead jointing

150 mm i/d pipesa. Bend Plain 13 Eachb. Heal Rest Bend 4 Eachc. Plain Junction 150x150x150 mm. 9 Eachd. Plain Junction 150x150x100 mm. 60 Eache. Plain Junction 100x100x75 mm. 178 Eachf. Door Junction 150x150x150 mm. 6 Eachg. Plain Junction 100x100x75 mm. 164 Eachh. 150 mm Cowel 4 Eachi. 150 mm Collar 22 Eachj. Double Junction 150x150x 100 x 100 mm. 2 Eachk. Single Door Junction 100x100x75 mm. 49 Eachl. Single Plain Junction 150x150x75 mm. 16 Each

14 NS Providing lead caulked joints to H.C.I pipes and specials conforming to I.S.I specification of ElL.C manufacture or any other reputed firm including cost of lead yarn, fuel and tools etc.

a. 150 mm internal diameter (1.85kg) 368 Each

15 NS Painting HCI soil,waste and vent pipes and fittings with superior quality synthetic enamel paints in all shades on existing or new work two coats paints including cleaning rubbing etc.

a. 150 mm internal diameter 400 Metre

16 NS Providing and fixing in position M.S or heavy flat iron clamps made out of M.S flat not less than 5 mm of the approved deign for fixing C.I soil waste vent or anti pipes to walls complete in all respects including cutting and making good the walls and floors etc. and painting.

(a) For 150 mm internal diameter pipes 268 Each

17 NS Providing and fixing cast brass clean out plug with suitable insert keys for opening, male threaded joint with G.I. socket caulked to HCI soil pipe or C.I.(LA) pipe including cost of lead joint.

a. 100 mm dia 149 Eachb. 150 mm dia 24 Each

121 XEN P-II Sonepat

18 NS Providing and fixing of 15 mm C.P. brass wall mounted mixing fitting for kitchen sink (Make Jaquar Cat No FLR 5309 ) with swinging spout complete, including cutting and making good the walls wherever required. 69 Each

19 NS Providing orange colour safety foot rest of minimum 6 mm thick plastic encapsulated asper IS: 10910 on 12mm dia steel bar conforming to IS :1786 having minimun cross section as 23 mm x 25 mm and over all minimum length 263mm and width as 165mm with minimum 112mm space between protruded legs having 2mm tread on top surface by ribbing or chequering besides necessary and adequate anchoring projections on tail length on 138mm as per standard drawing and suitable to with stand the bend test and chemical resistance test as per specifications and heaving manufacture"s permanent identification mark to be visible even after fixing " incluting fixing in manholes with 30x20x15 cm cement concrete block 1:3:6: (1 cement :3 coarse sand :6 graded stone aggregate 20mm nominal size) complete as per design.

1600 Each

20 NS Constructing brick masonry road gully chamber 50x45x60 cms in cement mortar 1:4 (1 cement: 4 coarse sand) including 500x450 mm pre cast RCC horizontal grating with frame complete as per standard design.

With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 250 Each

21 NS Providing and fixing 3 layer PP-R (Poly propylene Random copolymer) pipes U V stabilized & anti -microbial fusion welded, having thermal stability for hot & cold water supply including all PP - R plain & brass threaded polypropylene random fittings including trenching ,refilling & testing of joints complete as per direction of Engineer in Charge. (For Flushing & Garden Irrigation)

External Works

PN-16 Pipe, 32 mm OD (SDR - 7.4) 200 MetrePN-16 Pipe, 40 mm OD (SDR - 7.4) 500 MetrePN-16 Pipe, 50 mm OD (SDR - 7.4) 195 MetrePN-16 Pipe, 63 mm OD (SDR - 7.4) 50 MetrePN-16 Pipe, 90 mm OD (SDR - 7.4) 1520 MetrePN-16 Pipe, 110 mm OD (SDR - 7.4) 825 MetrePN-16 Pipe, 160 mm OD (SDR - 7.4) 15 Metre

122 XEN P-II Sonepat

22 NS Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings This includes jointing of pipes & fittings with one step CPVC solvent cement ,trenching ,refilling & testing of joints complete as per direction of Engineer in Charge. (For Domestic Water Supply)

External Works32 mm nominal outer dia pipes 60 Metre40 mm nominal outer dia pipes 100 Metre50 mm nominal outer dia pipes 425 Metre62.50 mm nominal outer dia pipes 115 Metre

23 NS Providing flanged joints to double flanged C.I / D.I pipes and specials including testing of joints.

100 mm diameter pipe 25 Each150 mm diameter pipe 2 Each

24 NS Providing and laying D.I. specials of class K-12 suitable for push-on jointing as per IS : 9523

Up to 600 mm dia 15 Quintal

25 NS Providing push-on-joints to Centrifugally (Spun) Cast Iron Pipes or Ductile Iron Pipes including testing of joints and including the cost of rubber gasket :

100 mm dia pipes 250 Joint150 mm dia pipes 7 Joint

26 NS Providing and laying S&S Centrifugally Cast (Spun) / Ductile Iron Pipes conforming to IS : 8329 : (For Domestic Water Supply)

100 mm dia Ductile Iron Class K-7 pipes 1065 Metre150 mm dia Ductile Iron Class K-7 pipes 25 Metre

27 NS Providing and fixing C.I. sluice valves (with cap) complete with bolts, nuts, rubber insertions etc. (the tail pieces if required will be paid separately) :

100 mm diameter (Class II) 10 Each150 mm diameter (Class II) 2 Each

123 XEN P-II Sonepat

28 NS Constructing masonry Chamber 30x 30x 50 cm inside, in brick work in cement mortar 1:4 (1 cement : 4 fine sand) for stop cock, with C.I surface box 100x100x75 mm (inside) with hinged cover fixed in cement concrete slab 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) including necessary excavation foundation concrete 1:5:10 (1 cement : 5 fine sand : 10graded stone aggregate 40mm nominal size) and inside plastering with cement mortat 1:3 ( 1cement :3 coarse sand) 12mm thick finished with a floating coat of neat cement complete as per standard design.

With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 48 Each

29 NS Constructing masonry Chamber 60x60x75cm, inside in brick work in cement mortar 1:4 (1 cement : 4 fine sand) for sluice valve, with C.I surface box 100mm. top diameter,160 mm bottom diameter and 180 mm deep (inside) with chained lid and RCC top slab 1:2:4mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) including necessary excavation, foundation concrete 1:5:10 (1 cement : 5 fine sand : 10graded stone aggregate 40mm nominal size) and inside plastering with cement mortat 1:3 ( 1cement :3 coarse sand) 12mm thick finished with a floating coat of neat cement complete as per standard design.

With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 25 Each

30 NS Constructing masonry Chamber 90x90x100cm inside, in brick work in cement mortar 1:4 (1 cement : 4 fine sand) for sluice valve, with C.I surface box 100mm. top diameter,160 mm bottom diameter and 180 mm deep (inside) with chained lid and RCC top slab 1:2:4mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) including necessary excavation, foundation concrete 1:5:10 (1 cement : 5 fine sand : 10graded stone aggregate 40mm nominal size) and inside plastering with cement mortat 1:3 ( 1cement :3 coarse sand) 12mm thick finished with a floating coat of neat cement complete as per standard design.

With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 6 Each

31 NS Providing and fixing C.I doble acting air valve of approved quality with bolts, nuts, rubber inserctions etc. completely (The tail pieces, tapers etc if required will be paid seperately).

100 mm dia. 2 Each

124 XEN P-II Sonepat

32 NS Providing and fixing enclosed type water meter (bulk Type) conforming to IS : 2373 and tested by Municipal Board complete with bolts, nuts, rubber inserctions etc. completely (The tail pieces, tapers etc if required will be paid seperately).

100 mm dia. 2 Each

33 NS Providing and fixing of single phase electrical actuator rotary type including with level controller and control panel installed at OH tank filling line near the tanks complete in all respects.

25 mm dia. 13 Each32 mm dia. 13 Each40 mm dia. 8 Each

34 NS Centring and shutttering including stutting, propping etc. and removal of form for:

Suspended floors, roofs, landings,balconies and acees plateform 140 Sqm

35 NS Providing and fixing in position precast RCC manhole cover and frame of rquired shape and approved quality.

HD-20 circular shape 560 mm internal diameter. 21 Each

36 NS Boring/drilling bore well of required dia for casing/ strainer pipe, by suitable method prescribed in IS: 2800 (part I), including collecting samples from different strata, preparing and submitting strata chart/bore log, including hire & running charges of all equipments, tools, plants & machineries required for the job, all complete as per direction of Engineer –in-charge, upto 90 metre depth below ground level. (All types of soil)

400 mm dia. 460 Metre

37 NS Boring/drilling bore well of required dia for casing/ strainer pipe, by suitable method prescribed in IS: 2800 (part I), including collecting samples from different strata, preparing and submitting strata chart/bore log, including hire & running charges of all equipments, tools, plants & machineries required for the job, all complete as per direction of Engineer –in-charge, beyond 90 metre & upto 150 metre depth below ground level. (All types of soil)

400 mm dia 60 Metre

125 XEN P-II Sonepat

38 NS Supplying, assembling, lowering and fixing in vertical position in bore well, unplasticized PVC medium well casing (CM) pipe of required dia, conforming to IS: 12818, including required hire and labour charges, fittings & accessories etc. all complete, for all depths, as per direction of Engineer –in-charge.

200 mm nominal size dia. 35 Metre

39 NS Supplying, assembling, lowering and fixing in vertical position in bore well unplasticized PVC medium well screen (RMS) pipes with ribs, conforming to IS: 12818, including hire & labour charges, fittings & accessories etc. all complete, for all depths, as per direction of Engineer-in-charge.

200 mm nominal size dia. 245 Metre

40 NS Supplying, filling, spreading & leveling stone boulders of size range 5 cm to 20 cm, in recharge pit, in the required thickness, for all leads & lifts, all complete as per direction of Engineer-in-charge. 50 Cum

41 NS Supplying, filling, spreading & leveling gravels of size range 5 mm to 10 mm, in the recharge pit, over the existing layer of boulders, in required thickness, for all leads & lifts, all complete as per direction of Engineer-in-charge. 62 Cum

42 NS Supplying, filling, spreading & leveling coarse sand of size range 1.5 mm to 2 mm in recharge pit, in required thickness over gravel layer, for all leads & lifts, all complete as per direction of Engineer –in-charge. 50 Cum

43 NS Gravel packing in tubewell construction in accordance with IS: 4097, including providing gravel fine/ medium/ coarse, in required grading & sizes as per actual requirement, all complete as per direction of Engineer-in-charge. 40 Cum

44 NS Supplying, assembling, lowering and fixing in vertical position in bore well, ERW (Electric Resistance Welded) FE 410 mild steel screwed and socketed/ plain ended casing pipes of required dia, conforming to IS: 4270, of reputed & approved make, including painted with outside surface with two coats of anticorrosive paint of approved brand and manufacture, including required hire & labour charges, fittings & accessories, all complete, for all depths, as per direction of Engineer-in-charge.

200 mm nominal size dia having minimum wall thickness 5.40 mm 120 Metre

126 XEN P-II Sonepat

45 NS Supplying, assembling, lowering and fixing in vertical position in bore well, ERW (Electric Resistance Welded) FE 410 plain slotted (having slot of size 1.6/3.2 mm) mild steel threaded and socketed / plain bevel ended pipe (type A) of required dia, conforming to IS: 8110, of reputed and approved make, having wall thickness not less than 5.40 mm, including painted with outside surface with two coats of anticorrosive bitumestic paint of approved brand and manufacture, including hire & labour charges, fittings & accessories, all complete, for all depths, as per direction of Engineer –in-charge.

200 mm nominal size dia 120 Metre

46 NS Development of tube well in accordance with IS : 2800 (part I) and IS: 11189, to establish maximum rate of usable water yield without sand content (beyond permissible limit), with required capacity air compressor, running the compressor for required time till well is fully developed, measuring yield of well by "V" notch method or any other approved method, measuring static level & draw down etc. by step draw down method, collecting water samples & getting tested in approved laboratory, i/c disinfection of tubewell, all complete, including hire & labour charges of air compressor, tools & accessories etc., all as per requirement and direction of Engineer-in-charge.

220 Hours

47 NS Providing and fixing suitable size threaded mild steel cap or spot welded plate to the top of bore well housing/ casing pipe, removable as per requirement, all complete for borewell of:

200 mm dia 8 Each

48 NS Providing and fixing M.S. clamp of required dia to the top of casing/ housing pipe of tubewell as per IS: 2800 (part I), including necessary bolts & nuts of required size complete.

200 mm clamp. 8 Each

49 NS Providing and fixing Bail plug/ Bottom plug of required dia to the bottom of pipe assembly of tubewell as per IS:2800 (part I).

200 mm dia 2 Each

127 XEN P-II Sonepat

III Fire Fighting, Pumps & STP Works ( Non schedule Items)

1 NS Providing, laying, jointing, testing and commissioning of following sizes of MS pipes ( Heavy Class) with all accessories like all fittings (standard MS fitting with welded joint shall be used on the pipes) including tees, elbows, reducers, union, flanges, rubber gaskets, GI nuts bolts, washer including supporting/fixing the pipe on floor / wall /ceiling with clamps, hangers (using anchor fastners) or angle iron, G.I. pipe sleeve of suitable higher size shall be provided wherever the pipes are crossing the walls/floors and sealing the sleeves with glass wool in between & fire sealent compound at either end all as per Project Manager’s / Consultants requirements including cutting holes and chases in brick and making good the same to original conditions complete in all respects.All hangers, clamps, brackets etc. shall be of galvanized iron unless specified otherwire and then supply of the same shall also be included for rates under this head. Including two coats of synthetic enamel paint of approved shade over a coat of primer. Prior to application of primer the surface should be cleaned for any dirt, rusts, rough substance etc. Including painting of legends both direction arrow as per the approval of the Engineer-in-charge..

a. 25 mm dia ( Conforming to IS: 1239 ) 2130 Metreb. 32 mm dia ( Conforming to IS: 1239 ) 95 Metrec. 40 mm dia ( Conforming to IS: 1239 ) 120 Metred. 50 mm dia ( Conforming to IS: 1239 ) 355 Metree. 65 mm dia ( Conforming to IS: 1239 ) 205 Metref. 80 mm dia ( Conforming to IS: 1239 ) 625 Metreg. 100 mm dia ( Conforming to IS: 1239 ) 210 Metreh. 150 mm dia ( Conforming to IS: 1239 ) 1400 Metrei. 200 mm dia ( Conforming to IS: 3589 -6.35 mm thick) 10 Metrej. 250 mm dia ( Conforming to IS: 3589 -6.35 mm thick ) 10 Metre

2 NS Providing, laying, jointing and testing in trenches the following sizes of MS class `C' (heavy class) pipes conforming to IS:1239 with accessories like fittings including tees, elbows, reducers, flanges, rubber gaskets, GI nuts, bolts and washers and providing protection to embedded MS pipes and fittings by applying pyp kote primer (@ 100 gm/sqm) thereafter wrapping 4 mm thick pyp kote (AW 4 mm) protection coating by thermo fusion process. Overlap shall be maintained at 15 mm. The application process shall be strictly according to manufacturer’s specification.

a. 80 mm dia 30 Metreb. 100 mm dia 25 Metrec. 150 mm dia 700 Metre

128 XEN P-II Sonepat

3 NS Providing & fixing gunmetal fire hydrant single landing valve with 80 mm NB flanged inlet, brass spindle controlled 63 mm dia female instantaneous outlet type. SS coupling, blank cap, chain, twist release type lug & all accessories Conforming to IS standards. Including flanged tapping from wet rise complete as required.

a. Single Landing Valve (For Internal Hydrants) 145 Each

4 NS Providing & fixing swinging type First Aid hose reel in red colour drum with 36 mts long and 20 mm dia heavy duty rubber water hose, 25 mm dia ball valve, terminating with SS coupling & nozzle of 6mm outlet with shut off valve confirming to IS 8090 - 1976 complete with SS socket for tap-off, drum and brackets (including painting) for fixing on wall with anchor fastner, bolts & nuts conforming to IS:884-1969 complete as required. 105 Each

5 NS Providing & fixing controlled RRL fire hose pipe (as per IS:636) of 63 mm dia and 15 meter length rated for brust pressure of 35.7 Kg/sqcm. Hose shall be complete with ISI marked gun metal male & female coupling (IS:903) bound & riveted to hose pipe with copper rivets & 1.5 mm copper wire. 290 Each

6 NS Providing and Fixing gunmetal 63 mm dia instantaneous pattern branch short pipe, 20 mm dia nozzle conforming to IS 903, suitable for inter connection to hose pipe coupling complete as required. 145 Each

7 NS Providing and fixing forged brass ball valve with forged brass ball suitable for test pressure of not less than 15 kg / sq.cm of the following size : Cost shall be inclusive of providing necessary union / flange connection). 120 Each

8 NS Providing and fixing dial type pressure gauge with isolation cock and pipe at hydrant station.Dial diameter 100 mm caliberation 0-15 kg. 131 Each

9 NS Providing & fixing butterfly valve tested to a pressure not less than 15 Kg/Sq.cm. Including rubber gasket, 2 nos. table-E flanges, nuts, bolts, washers & painting complete as required.

a. 50 mm dia 6 Eachb. 65 mm dia 8 Eachc. 80 mm dia. 39 Eachd. 100 mm dia. 10 Eache. 150 mm dia. 40 Eachf. 200 mm dia. 1 Each

129 XEN P-II Sonepat

10 NS Providing & fixing dual plate CI wafer type check valve tested to a pressure of 15 Kg/sqcm. Including rubber gasket, 2 nos. table-E flanges, union, nuts, bolts, washers & painting complete as required.

a. 50 mm dia 6 Eachb. 65 mm dia 8 Eachc. 80 mm dia. 5 Eachd. 100 mm dia. 5 Eache. 150 mm dia. 21 Each

11 NS Providing and fixing standard firemans axe with heavy rubber handle. 145 Each

12 NS Supply, installation, testing and commissioning of Fire Pump comprising of the following:

Horizontal/ Vertical centrifugal pump, suitable for operation on 415 volts ± 6%, 3 phase, 50 HZ A.C supply. The installation shall be complete with Flexible coupling and coupling guard, complete as required.

The pump casing shall be CI, shaft shall be SS &impeller/ shaft sleeve/casing wearing ring shall be bronze. The pump shall be provided with mechanical seal The system shall be complete with necessary pressure gauge with gun metal shut off cock on delivery side.

Squirrel cage induction motor TEFC type for operation on 415 V, 3 phase 50 Hz AC supply for the above pump with a synchronous speed of 2900 RPM as required.

Common base plate for (a) and (b) from M.S. channel as required size.For pump defined above & of duty as follows :

a. 2850 LPM @ 70 M. Head 2 Eachb. 900 LPM @ 35 M. Head 4 Eachc. 450 LPM @ 35 M. Head 7 Eachd. 180 LPM @ 70 M. Head 1 Each

13 NS Supply, installation, testing and commissioning of Diesel Engine driven fire pump suitable for automatic operation comprising of the following and conforming to BS 649/IS 10002 all amended upto date.

130 XEN P-II Sonepat

Horizontal centrifugal pump, suitable for operation on 415 volts � 6%, 3 phase, 50 HZ AC supply. The installation shall be complete with flexible coupling and coupling guard as required. Fire pump shall have CI casing, CS diffusers, bronze impeller (hard finished and dynamically balanced) and SS (304) shaft with mechanical seal, capable for delivering 2850 LPM at outlet head of 70 mts to ensure a minimum pressure of 3.5 Kg/Sqcm at the farthest or topmost hydrant / sprinkler. The installation shall be complete with necessary pressure gauge on delivery side Heat exchanger cooled (secondary cooling) diesel engine of speed 1500 RPM suitable for the above pump with automatic starting mechanism and other accessories including fuel tank (fabricated from 3mm MS sheet, painted with two coats of synthetic enamel paint over a coat of primer) of capacity adequate to sustain pump operation for 8 hours continuous working. The tank shall be fitted with Magnetic oil level indicator, MH with cover, drain valve, air vent including structural supports (painted with approved shade), 2 Nos. x 12 volt battery (alternator of engine and panel is suitable for 12 volt current rating) with stand heat exchanger with necessary piping connections & fittings complete as required.Common base plate for (a) and (b) from M.S. channel of required size. 1 Each

14 NS Providing & fixing GM fire brigade suction hose coupling (draw-out connection) with nut for female coupling as per IS standards complete with 100 mm dia GI suction pipe and 100 mm dia foot valve (to be connected to static tank). Provision of GI drop pipe and foot valve shall be made in all the fire water static storage tanks (2 No) (GI pipe to be paid separately through appropriate item while cost of foot valve to be included). 1 Each

15 NS Providing & fixing 125/150mm diameter MS Class ‘C’ suitable as per manufacture of diesel engine exhaust pipe (including all fittings, clamps, steel support) of suitable dia for the diesel engine. The pipe shall be provided with 12 mm thick supercera ceramic fibre rope. 20 Metre

16 NS Providing, fixing, testing andcommissioning of precharged air vessel (size 450 mm dia & 2000 mm height) for pressurization of hydrant / sprinkler system complete with adequate pressure switches (as per design/requirement) with valves to operate as per operating sequences including 25 mm dia drain valve, air release valve with stop cock on the top, 100 mm dia inlet with isolating valve duly painted from inside and outside complete as required. 1 Each

131 XEN P-II Sonepat

17 NS Providing & fixing GM fire brigade connection consisting of 63 mm dia instantaneous type male couplings with built-in check valves, 1 No. 150 mm dia butterfly valve, 1 No. 150 mm dia Dual plate check valve and 150 mm dia flanged outlet complete with bolts, nuts and rubber insertions as required and as per IS standards

a. Four Way 1 Eachb. Two Way 13 Each

18 NS Providing and fixing pre fabricated suitable for ourdoor lockable cabinet of size not less than 0.9 x 0.6 x 0.45 mtr made out of MS sheet of 16 gauge thickness having central opening and 4 mm thick glazed glass doors (Two No.) suitably marked on the outside with the letters "FIRE HOSE" including necessary locking arrangement and shall be painted with one coat of primer and two coats of synthetic enamel paint of approved shade. The cabinet shall be suitable to accommodate 2 nos. 15 mtr long Hose pipe & 2 Nos branch pipe nozzle. It shall be mounted on raised Brick platform complete as required. (Cost shall be inclusive of providing break glass box containing key for the cabinet along with hammer). 14 Each

19 NS Providing and fixing pre fabricated 4 mm thick glass door (with MS frame) of size 2.1 m x 0.9 m with center opening for fire hose cabinet. Suitably marked on the outside with the letters "FIRE HOSE" including locking arrangement. All MS work to be in Red P.O. colour over appropriate primer.

121 Each

20 NS Design, fabrication, assembling, wiring, supply, installation, testing and commissioning of motor control centre shall be fabricated out of 14 gauge CRCA sheet steel in form in 3b formation with reinforcement of suitable size angle iron, channel ‘T’ sections irons and/or flats wherever necessary. Cable gland plates shall be provided on top as well as at the bottom of the panels. Panels shall be treated with all anticorrosive process before painting as per specifications with 2 coats of red oxide primer and final approved shade of powder coated paint. 2 Nos. earthing terminals shall be provided for 3 phase, 4 wire, 50 Hz supply system. Lifting hooks shall also be provided in case of large panels.

a. NS MCC for Terrace Fire Fighting PumpsIncoming100 amps 4 pole MCCB complete with the following

0-500 digital electronic voltmeter with selector switch shall be protected by 2 amps MCB's. - 1 Set

132 XEN P-II Sonepat

0-200 Amps digital electronic ammeter with selector switch and 600/5 amps 15 VA, CL 1 CTs 3 Nos. - 1 SetPhase indicating light and shall be protected by 2 amps MCB's - 3 Sets

Bus Bars100 amps TPN aluminium bus bars with heat shrinkable insulation sleeve.

Outgoing:

1 Nos. 40 amps TPN MCCB, 7.5/10 hp DOL starter with single phase preventer and outgoing feeder to terrace pump motor. The compartment shall contain CT operated ammeter of 0-40 amps and indicating lamps with MCBs for `ON'/OFF`TRIP' status

Necessary cable alleys space for spare switches, internal wiring and earthing of all equipment shall also be included. All switch gears / control gears shall be motor duty rating.

Note: All MCCB's to be suitable for motor duty and shall be of 25 KA breaking capacity.Provision shall be made for providing potential free contacts to all pumps starters for connection to building automation system.

MCC as described above 11 Each

b. NS MCC for Fire Fighting Pumps Near UG TankIncoming630 amps 4 pole MCCB complete with the following

0-500 digital electronic voltmeter with selector switch shall be protected by 2 amps MCB's. - 1 Set0-600 Amps digital electronic ammeter with selector switch and 600/5 amps 15 VA, CL 1 CTs 3 Nos. - 1 SetPhase indicating light and shall be protected by 2 amps MCB's - 3 Sets

Bus Bars800 amps TPN aluminium bus bars with heat shrinkable insulation sleeve.

Outgoing:

1 Nos. 40 amps TPN MCCB, 7.5/10 hp DOL starter with single phase preventer and outgoing feeder to terrace pump motor. The compartment shall contain CT operated ammeter of 0-40 amps and indicating lamps with MCBs for `ON'/OFF`TRIP' status

133 XEN P-II Sonepat

2 Nos. 250 amps TPN MCCB outgoing feeders with 75/100 hp Star Delta stater out going feeders to Hydrant / Sprinkler pump motor. The compartment shall contain CT operated ammeter of 0-250 amps range with selector switch auto / manual selector switch and indication lamps

Providing and fixing 1 No. auto start panel activated with pressure switch for diesel engine complete with all accessories,battery charger of suitable rating, MCB timers, push buttons, microprocessor based alarm annunciator, wiring and cabling including.

Necessary cable alleys space for spare switches, internal wiring and earthing of all equipment shall also be included. All switch gears / control gears shall be motor duty rating.

Note: All MCCB's to be suitable for motor duty and shall be of 25 KA breaking capacity.Provision shall be made for providing potential free contacts to all pumps starters for connection to building automation system.

MCC as described above 1 Each

c. NS MCC for Water Supply Pumps Near UG TankIncoming:-One incoming main TPN MCCB of 200 amp, 25KA required rating.Fully taped aluminum TPN 250 Amp. bus bar of required capacity in a separate bus bar chamber1 No. voltmeter with VSS.3 Nos. LED type Phase indication lamps (R,Y,B) with 2A control MCBone set of LED type ON, OFF indication lamps. (R,G)

Outgoings:-

06 Nos. TPN MCB of 25 A with 10 KA service breaking capacity for ,filter feed & sump pumps.06 Nos. Amp meters with (0- 25 A) with required CT ratio and 2A control MCB, LED type ON/OFF/Tripindication lamps with auto manual selector switch.

01 Nos. TPN MCB of 63A with 25 KA service breaking capacity for Hysropnuematic System.02 Nos. TPN MCB of 63A with 25 KA service breaking capacity As spare.01 Nos. TPN MCB of 32A with 15 KA service breaking capacity as spare.

134 XEN P-II Sonepat

6 Nos. Auto DOL Starter for 5.0 to 7.5 HP motor. Each shall have Auto/ Manual selector switch, over load relay, single phasing preventor, ON/OFF/ Trip indication lamps, ON/OFF push Buttons, contactor and suitable No. of Potential free contacts for remote / local operations, indication & interlocking and Building Management system.Space for two sets liquid level controllers.

All internal wiring colour coded from incoming mains to various switchgear, starter, meter, indicating lamp and bus bar. All the cable entry to the panel shall be from the top. (The shop drawing to be prepared and approved before fabrication) 1 Each

d. NS MCC for Sump PumpIncoming:-One incoming main TPN MCCB of 63 amp, 25KA required rating.Fully taped aluminum TPN 100 Amp. bus bar of required capacity in a separate bus bar chamber1 No. voltmeter with VSS.3 Nos. LED type Phase indication lamps (R,Y,B) with 2A control MCBone set of LED type ON, OFF indication lamps. (R,G)

Outgoings:-

02 Nos. TPN MCB of 25 A with 10 KA service breaking capacity for ,Irrigation pumps & sump pumps.02 Nos. Amp meters with (0- 25 A) with required CT ratio and 2A control MCB, LED type ON/OFF/Trip indication lamps with auto manual selector switch.

2 Nos. Auto DOL Starter for 5.0 HP motor. Each shall have Auto/ Manual selector switch, over load relay, single phasing preventor, ON/OFF/ Trip indication lamps, ON/OFF push Buttons, contactor and suitable No. of Potential free contacts for remote / local operations, indication & interlocking and Building Management system.Space for one sets liquid level controllers.

All internal wiring colour coded from incoming mains to various switchgear, starter, meter, indicating lamp and bus bar. All the cable entry to the panel shall be from the top. (The shop drawing to be prepared and approved before fabrication) 3 Each

e. NS MCC for Water Supply Pumps at STP RoomIncoming:-One incoming main TPN MCCB of 200 amp, 25KA required rating.

135 XEN P-II Sonepat

Fully taped aluminum TPN 250 Amp. bus bar of required capacity in a separate bus bar chamber1 No. voltmeter with VSS.3 Nos. LED type Phase indication lamps (R,Y,B) with 2A control MCBone set of LED type ON, OFF indication lamps. (R,G)

Outgoings:-

04 Nos. TPN MCB of 25 A with 10 KA service breaking capacity for ,Irrigation pumps & sump pumps.04 Nos. Amp meters with (0- 25 A) with required CT ratio and 2A control MCB, LED type ON/OFF/Tripindication lamps with auto manual selector switch.02 Nos. TPN MCB of 63A with 25 KA service breaking capacity as spare.01 Nos. TPN MCB of 63A with 25 KA service breaking capacity for Hysropnuematic System.01 Nos. TPN MCB of 32A with 15 KA service breaking capacity as spare.4 Nos. Auto DOL Starter for 5.0 HP motor. Each shall have Auto/ Manual selector switch, over load relay, single phasing preventor, ON/OFF/ Trip indication lamps, ON/OFF push Buttons, contactor and suitable No. of Potential free contacts for remote / local operations, indication & interlocking and Building Management system.Space for one sets liquid level controllers.

All internal wiring colour coded from incoming mains to various switchgear, starter, meter, indicating lamp and bus bar. All the cable entry to the panel shall be from the top. (The shop drawing to be prepared and approved before fabrication) 1 Each

21 NS Providing & fixing of resilient rubber neoprene lined style arch vibration eliminators suitable for raw water upto pressure 20 kg/cm2.

a. 50 mm dia 6 Eachb. 65 mm dia 8 Eachc. 80 mm dia. 7 Eachd. 100 mm dia. 3 Eache. 150 mm dia. 25 Each

22 NS Supplying & laying of following 1100 volt grade XLPE insulated PVC sheathed aluminium/ copper conductor armoured cables as per specification in existing trenches, cable trays, ducts, clamped to wall with suitable clamps including providing and fixing of all fixing accessories, connecting, testing and commissioning.

136 XEN P-II Sonepat

a. Control cable for liquid level controller 2 core 1.5 mm2200 Metre

b. Power cable 3 core 4 mm2 100 Metre

c. 3 core 6 sq. mm. copper conductor 350 Metred. 3 core 10 sq. mm. copper conductor 380 Metree. 3 core 95 sq. mm Aluminium conductor 60 Metre

23 NS Providing and fixing carbon-di-oxide type fire extinguishers consisting of welded M.S. cylinderical body, squeeze lever discharge valve fitted with pressure indicating guage internal discharge tube 30 cms long high pressure discharge hose, discharge nozzle, suspension bracket conforming to IS:15683 finished externally with red enamel paint and fixed to wall with brackets complete with internal charge.

a. Capacity 4.5 Kg. 124 Each

24 NS Providing and fixing ABC Powder type fire extinguishers consisting of welded M.S. cylinderical body, squeeze lever discharge valve fitted with pressure indicating guage internal discharge tube 30 cms long high pressure discharge hose, discharge nozzle, suspension bracket conforming to IS:15683 finished externally with red enamel paint and fixed to wall with brackets complete with internal charge.

a. Capacity 6.0 Kg. 124 Each

25 NS Providing & fixing brass quartzoid sprinklers (UL approved) of 15 mm dia size, suitable for sustaining the pressure on the seat & water hammer effect. The type & temperature rating shall be as follows :

Standard sprinkler Pendant / Upright Type (68 deg.C) 962 Each

26 NS Providing and fixing pre fabricated suitable for ourdoor lockable cabinet of size not less than 0.9 x 0.6 x 0.45 mtr made out of MS sheet of 16 gauge thickness having central opening and 4 mm thick glazed glass doors (Two No.) suitably marked on the outside with the letters "FIRE HOSE" including necessary locking arrangement and shall be painted with one coat of primer and two coats of synthetic enamel paint of approved shade. The cabinet shall be suitable to accommodate 2 nos. 15 mtr long Hose pipe & 2 Nos branch pipe nozzle. It shall be mounted on raised Brick platform complete as required. (Cost shall be inclusive of providing break glass box containing key for the cabinet along with hammer). 10 Each

137 XEN P-II Sonepat

27 NS Supply, installation, testing & commissioning of vertical inline multistage pumping set (Imported) with Stainless steel-304 body, Stainless steel-304 impeller, Stainless steel-304 casing, shaft of Stainless steel-316 and C.I. base & head with mechanical seal, connected to a TEFC induction motor suitable for 415+/- 10% volts, 3 phase 50 cycles A.C. supply with 150 mm dia pressure gauge with gunmetal isolation cock, vibration eliminating pads under foundations, 80x40 mm I section base plate bolted to cement concrete foundations complete.Vendor to submit performance curves and technical catalogue of the proposed model for review and information.

a. Filter Feed Pumps

Set of two pumps (1 Working + 1 Standby)Capacity - 5.0 LPSHead - 25.0 Mtr.H.P. - 3.0 HP (Approx.) 1 Each

b. Irrigation Pumps

Set of two pumps (1 Working + 1 Standby)Capacity - 6.0 LPSHead - 40.0 Mtr.H.P. - 5.0 HP (Approx.) 1 Each

c. Raw Water Transfer Pumps to STP Area

Set of two pumps (1 Working + 1 Standby)Capacity - 4.5 LPSHead - 30.0 Mtr.H.P. - 3.0 HP (Approx.) 1 Each

138 XEN P-II Sonepat

28 NS Supply, installing, testing and commissining of fixed speed hydropneumatic system mounted on a common base plate comprising of vertical inline multistage pumping set with Stainless steel-304 body, Stainless steel-304 impeller, Stainless steel-304 casing, shaft of Stainless steel-316 and C.I. base & head with mechanical seal, shaft directly coupled to a TEFC induction motor suitable for 400/440 volts, 3 phase, 50 cycles AC supply with 150 mm dia pressure gauge with gunmetal isolation cock, vibration eliminating pads under foundation, sequence running cotroller, dry running Protection,motor control centre, necessary power and control cabling from MCC to pumps including required rating of MCB, one No. required capacity M.S diaphragam tank with interchangeable butyl rubber membrane, complete in all respects including suction and delivery headers of Stainless steel-316 grade pipe of required dia, isolation valves, NRV of PN-25 grade & vibration eliminators on both suction & delivery side of pumps, power box, equipped with fuses/ isolators/circuit breakers as required.

a For Domestic Water Supply Set of two Pumps (1 Working + 1 Standby)Capacity - 6.0 LPS (Each)Head - 60.0 M.H.P. - 7.5 HP (Approx.) 1 Each

b For Flushing Water SupplySet of Two Pumps (1 Working + 1 Standby)Capacity - 4.5 LPS (Each)Head - 60.0 M.H.P. - 6.0 HP (Approx.) 1 Each

29 NS Supply, installing, testing and commissining of submersible single stage single entry pumps with C.I.body and C.I. two vane enclosed type impeller connected to TEFC submersible motor for 415 + 10% volts, 3 phase, 50 cycles A.C. power supply with mechanical seal, pump connector unit with rubber diaphram and bend, vertical discharge pipe, guide pipe and chain in built level controller, sequence running controller, dry running Protection complete in all respects. (Pumps shall be installed in a set of two pumps One working and One standby)

a Pump Room & Basement Drainage Pumps(Pumps to be suitable to handle solids upto 12 mm size) Capacity - 4.0 LPS (Each)Head - 10 MH.P. - 1.5 HP Approx. 4 Each

b STP Room Drainage Pumps(Pumps to be suitable to handle solids upto 40 mm size)

139 XEN P-II Sonepat

Capacity - 4.0 LPS (Each)Head - 10 MH.P. - 1.5 HP Approx. 1 Each

30 NS Providing and laying G.I. "C class" pipes and fittings conforming to IS: 1239 (Heavy class) Jointing with flanged joints including nuts & bolts, 3.0 mm thick compressed asbestos gasket etc, including with fittings, union and clamps including cutting holes in wall, makes chases in wall and making good the same in cement mortar 1:2 (1cement : 2 coarse sand) as directed by Project Manager complete in all respects for internal works including pipe supports with galvanised M.S. slotted angle iron, clamps, spacers as required and making good wherever required.

50 mm dia 20 Metre65 mm dia 30 Metre80 mm dia 30 Metre100 mm dia 25 Metre150 mm dia 25 Metre

31 NS Painting of G.I. pipes with two or more coats of synthetic enamel paint of approved quality over a coat of red oxide zinc chromate primer as directed by the Engineer-in-Charge (shade as per pipe colour code).

50 mm dia 20 Metre65 mm dia 30 Metre80 mm dia 30 Metre100 mm dia 25 Metre150 mm dia 25 Metre

32 NS Providing and fixing of CI Y type suction strainer with gunmetal or brass internal parts installed outside water tanks.

100 mm dia 1 Each150 mm dia 1 Each

33 NS Controllers with low voltage relays, stainless steel probes and PVC shroud, wiring from tank top to probes of required length. (No of probes as required for function of each controller).

a For Filter Feed Pump

140 XEN P-II Sonepat

To cut off duty pump on low water level in the raw water tank and high water level in the treated water tank, To start pump at low water level in the treated water tank. 1 Each

b For Sump PumpTo start pump when sump is full and to stop when sump is at low level and both pumps are start when sump is overflow 5 Each

34 NS Supply Installation,Testing & Commissioning of vertical self supporting Dual Media Filter fabricated from MS sheet as per IS: 2825, (minimum thickness of shell 6mm and dished end 8mm) pressure gauges, sample cock, GI class 'C' face piping, CI butterfly valves and all accessories , with initial charge of filter media including anthracite, painting inside with epoxy paint and outside with two coat of red oxide primer and two or more coat of synthetic enamel paint, testing and commissioning complete.

a For Domestic Water SupplyCapacity- 18000 lph Filtration rate- 14000 lph/sqmFilter dia approx. - 1250 mmWorking pressure: 3.0 Kg/sq cm. Test pressure : 4. 5 Kg/sq cm 1 Each

35 NS Supply Installation,Testing & Commissioning of "Cation" ion exchange water softener fabricated from MS plate as per IS:2825 (minimum thickness of shell 6 mm and dished end 8 mm) complete with initial charge of resins, GI class 'C' face piping, CI butterfly valves, pressure gauge, hydraulic brine injector, accessories, painting inside with epoxy paint and outside with two coat of red oxide primer and two or more coat of synthetic enamel paint, including 500 litres capacity PVC/HDPE brine tank suitable for 2 regeneration capacity, testing and commissioning complete with resins of approved quality and make.

a For Domestic Water SupplyHardness-Inlet- 350-400 PPMOutlet- 70-80 PPMCapacity- 18000 LPHRegeneration period 12 hrs.Quantity of soft water between two regenerations = 216000 LitresOperating pressure 3.0 kg/sqcmTest pressure 4.5 kg/sqcm 1 Each

141 XEN P-II Sonepat

36 NS Supply Installation,Testing & Commissioning of metering pump type chemical doser with 100 lits. HDPE solution tank,injection fitting assembly,suction and delivery hose upto the point of injection, capacity 0-6 lph, complete in all respects.

a Chlorination of Domestic Water 1 Each

Sewage Treatment Plant

Design, supply installation, testing, commissioning and approval from pollution control board of Sewage treatment Plant of 155 KLD including preparation of report / drawing as per pollution control board requirement, arrangement of raw sewage for testing and commissioning (Excluding excavation, back filling & disposal of surplus earth and any type of Civil construction work) for the following duty:Nature of effluent - Domestic Sewage from toilets/kitchen use.

Flow Rate - 155 KLD Sewage Incoming CharacteristicspH - 6.5 - 8.5BOD5 - upto 250 - 400 Mg/LS. Solid - 200 to 500 Mg/LCOD 5 - Upto 600 Mg/LOil & Grease - 50 Mg/L

Effluent discharge standard after treatmentpH - 6.5 - 7.5BOD5 - Less than 10 Mg/LS. Solids - Less than 10 Mg/LCOD - Less than 100 Mg/LOil & Grease - Less than 5 Mg/L

Sewage Treatment Plant shall include the following items:

Feed pump, with motor.Electro Cell Reactor.Activated Carbon FilterMulti Grade FilterBrine dissolver.Electro Electrolyser.Electro Ionizer.Electrical panel for electrification.Sludge PumpFilter PressInterconnecting Piping & Valves.

142 XEN P-II Sonepat

37 NS Supply, installation, testing and commissioning of single stage horizontal centrifugal self priming pump with with C.I body, bronze impeller, shaft of stainless steel, shaft sleeve of chrome steel and delivery casing in C.I with mechanical seal, connected to a TEFC induction motor suitable for 415+/- 10% volts, 3 phase 50 cycles A.C. supply with 150 mm dia pressure gauge with gunmetal isolation cock, vibration eliminating pads under foundation, sequence running cotroller, dry running Protection, 80x40 mm I section base plate bolted to cement concrete foundations complete including suction and delivery headers with G.I "C" class pipe of required dia, isolation valves, NRV & vibration eliminators on both suction & delivery side of pumps .Vendor to submit performance curves and technical catalogue of the proposed model for review and information.

a. Sludge Feed / Transfer Pumps(Pumps to be suitable to handle Solid handling capacity upto 40 mm size) Set of two pumps (1 Working + 1 Standby)Capacity - 3 LPSHead - 15.0 Mtr.H.P. - 1.5 HP Approx. 1 Each

b. Feed Pumps(Pumps to be suitable to handle Solid handling capacity upto 8-10 mm size) Set of two pumps (1 Working + 1 Standby)Capacity - 4 LPSHead - 20.0 Mtr.H.P. - 2 HP Approx. 1 Each

38 NS Supply, installation, testing and commissining of Customised titanium or Aluminium Electrocell electrode reactor with FRP vessel suitable for 155 KLD plant as per manufacture's specification and detail, complete in all respects.

1 Each39 NS Supply, installation, testing & commissioning of vertical

self supporting filtration unit with FRP Vessel, pressure gauges, sample cock, uPVC heavy duty face piping, CI butterfly valves and all accessories, with initial charge of filter media including anthracite, testing and commissioning complete.

a. Multi Grade FilterCapacity - 15000 lph Filtration rate - 14000 lph/sqmFilter dia approx. - 1500 mmWorking pressure: 3.0 Kg/sq cm. Test pressure : 4. 5 Kg/sq cm 1 Each

b. Activated Carbon FilterCapacity - 15000 lph

143 XEN P-II Sonepat

Filtration rate - 14000 lph/sqmFilter dia approx. - 1500 mmWorking pressure: 3.0 Kg/sq cm. Test pressure : 4. 5 Kg/sq cm 1 Each

40 NS Supply, installation, testing & commissioning of Filter Press of Plate size 24" x 24" x 24 Nos. plate with Screw feed pumps of 5.0 M3/Hr @ 40 M head capacity (1 working + 1 standby) complete in all respects. 1 Each

41 NS Design, fabrication, assembling, wiring, supply, installation, testing and commissioning of motor control centre fabricated out of 14 gauge CRCA sheet steel for the operation of the Sewage Treatment plant. 1 Each

42 NS Supply, installation, testing & commissioning of 2 nos stainless steel perforated corrugated Bar Screen with vertical grating made by 3 mm thick stainless steel plate, spacing of plates 20 mm c/c both sides with suitable lifting arragement (size 1000 mm wide x 750 mm high approx)

1 Each43 NS Supply, installation, testing & commissioning of Brine

dissolver with 1000 litres capacity FRP tank and metering pumps etc. complete in all respect. 1 Each

44 NS Supply, installation, testing & commissioning of Electro Ionizer. 1 Each

45 NS Supply, installation, testing & commissioning of Electro Electrolyser. 1 Each

46 NS Supply, installation, testing & commissioning of interconnecting piping and control valves as required for proper functioning of plant. 1 Each

47 NS Approval from pollution control board at initial & various other stages of works including preparation of report / drawings as per pollution control board requirement, arrangement of raw sewage for testing & commissioning. Contractor shall include the cost of all chemicals (consumed during testing & commissioning and the cost of such items of works which are not explicitly mentioned above, but are mandatory to have pollution board approval.

1 Each

HDM Executive Engineer, CHD Superintending Engineer,Provincial Division No.II Sonepat Circle PWD B&R Br.,PWD B&R Br., Sonepat Sonepat

144 XEN P-II Sonepat

DNIT FOR THE WORK Construction of various buildings i/c residences of national law university in Rajiv Gandhi Education city at Rai in Sonepat District

INTERNAL ELECTRICAL WORK Approx. Amount Rs - 330.00 Lacs

Sr. No

Item of HSR Description of Item Qty. Unit

Rate quoted by the agency

SUB HEAD - I (INTERNAL ELECTRICAL ITEM

(A) HSR ITEM1 HSR

31.36Wiring in 1.5 sq. mm PVC insulated copper conductor cable in 1.6 mm thick PVC conduit pipe.

(I) Fan Point(a) Short point 28 Each(b) Medium point 1311 Each(c) Long point 239 Each(II) Light Point (a) Light point –short 1136 Each(b) Light point -Medium 2745 Each(c) Light point -long 2125 Each(III) Twin contral light point with 2 way 5 amp single

pole switch.

(c) Long point 88 Each(V) Bed Light Control Point

(a) Short point 256 Each(b) Medium point 12 Each(c) Long point 12 Each(VI) Call ell point including MS box of size

180mmx100mmx60mm deep for call bell.(c) Long point 49 Each(VII) 3 pin 5 amp plug point including earthing the

3rd pin etc.(a) Short point 3498 Each(b) Medium point 329 Each(c) Long point 211 Each(VIII) 3 pin 15 amp plug point with 4 sqmm PVC

insulated copper conductor cable including earthing the 3rd pin etc.

(a) Short point 77 Each(b) Medium point 73 Each(c) Long point 1214 Each

2 31.12 ( c )

Supply and erection of moulded case circuit breakers on wall or on existing pedestal including bonding to earth and necessary connections.

31.12 (c) (i) 15 amp. To 60 amp. 415 V, 10 KA 3-phase 7 Each

31.12 (c) (ii) 100 amp. To 220 amp. 415 V, 10 KA 3-phase 2 Each

31.12 250 amp. 415 V, 35 KA 3-phase 2 Each

145 XEN P-II Sonepat

(c) (iii)

3 31.16 Blanking sheet

(i) Supply and erection of blanking sheet in existing distribution board. 378 Each

4 L MINIATURE CIRCUIT BREAKER AND ISOLATOR: -

31.17

Supply and erection of miniature circuit breaker/isolator 240/415 V in the existing distribution board including making necessary connections.

(a) Miniature Circuit Breaker of 9 K.A. breaking capacity.

a(ii) SP MCB of 9 KA breaking capacity 6 amp to 32 amp. 3914 Each

a(iii) SP with neutral MCB of 9 KA breaking capacity 6 amp to 32 amp. 20 Each

a(ii) TP MCB of 9 KA breaking capacity 6 amp to 32 amp. 4 Each

a(ii) TPN MCB of 9 KA breaking capacity 6 amp to 32 amp. 67 Each

a(iii) SP MCB of 9 KA breaking capacity 40 amp to 63 amp. 4 Each

a(iii) SP with neutral MCB of 9 KA breaking capacity 40 amp to 63 amp. 35 Each

a(iii) TP MCB of 9 KA breaking capacity 40 amp to 63 amp. 4 Each

a(iii) TPN MCB of 9 KA breaking capacity 40 amp to 63 amp. 98 Each

5 31.18 (M)

SUPPLY AND ERECTION OF FITTINGS AND ACCESSORIES:-

31.18 (xxiv)

Erection only of 1 x 40 watts or 2x40 watts, 1220mm long, /1x20 watts or 2x 20W, 610 mm long fluoresent tube fitting directly on wall including necessary connecting with 0.75 sq mm (24/0 .20 mm) PVC copper flexible cable for connecting the tube with the adjacent light point.

4443 Each

31.18 (xxvi)

Supply and erection of hexegonal M.S. box 1.60 mm thick having each side 8 cms, 7.5 cms deep, top covered with M.S. lid by means of screws including 10mm dia 30cm long mild steel rod made into suitable suspension hook and erected in R.C.C. slab for erection of fan, the bottom covered with 3mm thick bakelite sheet with suitable holes, painting etc. complete with all labour and material required to complete the job.

1404 Each

6 31.2 (O) ERECTION AND CARRIAGE OF FANS:-

31.20 (i)

Erection of ceiling fan complete with necessary earthing of fan and regulator including carriage from local railway station/ Goods transport/PWD Store to the site of work.

1400 Each

31.20 (iii)

Erection of exhaust fan complete with necessary earthing of fan and regulator including carriage from local railway station/ Goods transport/PWD Store to the site of work.

886 Each

31.18 (xxiv)

Erection only of 1x 40 watts or 2x40 watts 1220 mm long / 1x20 watts or 2x20 watts, 610 mm long fluorescent tube fitting directly on wall including necessary connections with 0.75 sqmm (24/0.20mm) PVC copper flexible cable for connecting the tube with the adjecent point.

3608 Each

146 XEN P-II Sonepat

31.20 (v)

Making suitable hole in the wall upto 450 mm sweep exhaust fan including finishing the same and fixing of wire mesh duly fixed with Deodar wood frame of section 40 mm x 25 mm thick.

234 Each

31.20 (vi)

Providing and fixing of required size of deodar wood frame of section 50 mm x 32 mm for fixing exhaust fan upto 450 mm sweep.

290 Each

31.20 (vi)

Providing and fixing of required size of deodar wood frame of section 50 mm x 32 mm for fixing exhaust fan upto 450 mm sweep.

155 Each

7 31.21 (P) PIPE LAYING : -Supply and erection of pipe for wiring purposes including bends inspection boxes etc. where necessary and painting as required :-

31.21(xxi)

Heavy gauge welded conduit pipe - 20 mm dia 1.60 mm thickness flushed. Including pipe for fire alarm.

24396 Per Mtr.

31.21(xxii)

Heavy gauge welded conduit pipe - 25 mm dia 1.60 mm thickness flushed. Including pipe for fire alarm & PA System.

67930 Per Mtr.

31.21 (xxiii)

Heavy gauge welded conduit pipe 32mm dia 1.60 mm thickness flushed. 9880 Per

Mtr.31.21 (xxiv)

Heavy gauge welded conduit pipe 40mm dia 2.00 mm thickness flushed. 655 Per

Mtr.

31.21 (xxx)

Supply and erection of PVC pipe of 6 kg pressure, laid 1 metre below ground level complete, including digging refilling of the trench with jointing etc.

60 Per Mtr.

31.21 (xxx) (b) PVC Pipe 80mm dia

8 (Q) Earthing

31.22(iii)

Earthing with GI earth plate 600mm x 600mm x 6 mm thick indluing accessories and providing masonry enclosures with cover plate having locking arrangement and watering pipe etc. (but without charcoal or coke and salt) complete as required.

42 Each

31.22(iv)

Earthing with tinned copper earth plate 600 mm x 600 mm x 3 mm thick including with cover plate having locking arrangement and watering pipe etc. (but without charcoal or coke and salt) complete as required.

22 Each

31.22(v)

Extra for charcoal or coke and salt for GI plate or copper plate earth electrode. 64 Each

31.22(viii)

Supplying and laying 25 mm x 5 mm G.I strip at 0.5 mm below ground level as strip earth electrode including soldering etc. as required.

480 Metre

31.22(x)

Providing and fixing 25 mm x 5 mm copper strip in 40 mm dia G.I. pipe from earth electrode as required.

210 Metre

31.22(xvi)

Pdg and fixing 4.00mm dia G.I wire on surface or in recess for loop earthing as required. 760 Metre

31.22 (xiv)

Pdg. and fixing 25 mm x 5 mm copper strip on surface or in recess for connection etc. as required with all labour and material.

520 Metre

31.22 (xv)

Pdg. and fixing 25 mm x 5 mm G.I strip on surface or in recess for connection etc. as required with all labour and material.

3150 Metre

31.23 (b) (vi)

Supply and erection of 20 mm x 3 mm thick lighting conductor G.I. tape fixed with suitable G.I stapples of same size.

2510 Metre

147 XEN P-II Sonepat

31.23 (b) (vii)

Supply and erection of G.I tape 32 mm x 6mm thick from earth electrode directly in ground and surface, fixed with G.I stapples of same size.

380 Metre

31.23 (b) (viii)

Supply and erection of 25 mm dia metre 1.5 metre long lighting G.I. tube rod tapped into a point at the top with 16 cm x 16 cm x 3 mm thick G.I Base plate and necessary nuts and bolts with washer.

9 Metre

9 31.35 (X) MISCELLANEOUS :31.35(iii) S/E of caution notice plate in three language. 29 Each

10 31.40

Supply & erection of PVC unsheathed copper conductor cable single core 1100 volts grade in pipe of suitable size excluding cost and erection of pipe.

(31.40) (i) Size 1.5 sqmm ( 3 /0.81 mm) 62465 Per

Mtr.(31.40) (ii) Size 2.5 sqmm ( 3 /1.05 mm) 97915 Per

Mtr.(31.40) (iii) Size 4.0 sqmm ( 7 /0.85 mm) 62955 Per

Mtr.(31.40) (iv) Size 6.0 sqmm ( 7/1.05 mm) 15440 Per

Mtr.(31.40) (v) Size 10.0 sqmm (7 / 1.35 mm) 14945 Per

Mtr.(31.40) (vi) Size 16.0 sqmm (7 / 1.70 mm) 1845 Per

Mtr.(31.40) (vii) Size 25.0 sqmm (7 / 2.14 mm) 600 Per

Mtr.

11 31.41

Supply & erection of double door sheet steel encloure distribution board suitable for MCBs and ELCBs etc recessed in wall including bonding to earth with all labour and material required to complete the job in all respect upto the entire satisfaction of the Engineer-in-charge of the work.

31.41 (ii) 8 way, SP&N (Horizontal) 10 Each

31.41 (iii) 12 way, SP&N (Horizontal) 50 Each

31.41 (vi) 8 way, TP&N (Horizontal) (8+24) 180 Each

31.41 (vii) 12 way, TP&N (Horizontal) (8+36) 29 Each

12 31.55

Supply and erection of socket size rotary step type electronic regulator for AC ceiling fan Anchor make Delux model no 50440 ISI/SSK make PC 561 operated on 120/280 V A.C supply complete including cutting of existing bakelite sheet and making necessary connection etc up to the entire satisfaction of Engineer-in-charge of work.

1334 Each

13 31.57

Providing & Fixing GI concealed sheet metal boxes with inner and outer faceplate including concealing the box in wall and fixing in position with inner plate and face plate with all labour and material required for the job complete in all respect.1 & 2 module 643 Each

14 31.44

Supply and erection of PVC conduit pipe ISI marked medkium recessed in wall / ceiling etc including cost of PVC bends inspection boxes and all other petty material required to complete the job in all respect upto entire satisfaction of Engineer-in-charge. (For CCTV, Data Networking)

148 XEN P-II Sonepat

a 20 mm dia 6220 Per Mtr.

b 25 mm dia 29058 Per Mtr.

15 31.58

Supply and erection of PVC conduit pipe ISI marked medkium recessed in wall / ceiling etc including cost of PVC bends inspection boxes and all other petty material required to complete the job in all respect upto entire satisfaction of Engineer-in-charge. For CCTV, Data Networking)

a 32 mm dia 1245 Per Mtr.

b 40 mm dia 160 Per Mtr.

16 31.15

Supply and erection of sheet steel enclosures 2 pole/3 pole with earth plug and socket Suitable for incorporating single pole/triple pole MCB on wall/on existing pedestal complete with necessary connections etc.

(i) S.P.N enclosure for single pole MCB 10 amp. 20 Each(ii) S.P.N enclosure for single pole MCB 20 amp. 26 Each(iii) T.P.N enclosure for triple pole MCB 20 amp. 14 Each(iv) T.P.N enclosure for triple pole MCB 30 amp. 15 Each

17 31.18 (xi) Bakalite angle / straight button holder large size 685 Each

18 31.26Supply & Erection of under ground cable, loose in existing pipe or trenches complete with necessary connections.

(xxxiv) 3.5 x 300 sq.mm 40 Per Mtr.

(xxxii) 3.5 x 185 sq.mm 330 Per Mtr.

(xxix) 3.5 x 95 sq.mm 150 P. Meter

(xxviii) 3.5 x 70 sq.mm 270 P. Meter

(xxvii) 3.5 x 50 sq.mm 300 P. Meter

(xxvi) 3.5 x 35 sq.mm 265 Per Mtr.

(xli) 4.0 x 25 sq.mm 945 Per Mtr.

(xi) 4.0 x 16 sq.mm 155 Per Mtr.

(xxxix) 4.0 x 10 sq.mm 380 Per Mtr.

(xxxviii) 4.0 x 6 sq.mm 855 Per Mtr.

19 31.56Providing and fixing modular type accessories of approved make in existing box including fixing and making necessary connection, complete in all respect.

31.56 (i) 10 amp. 1 way switch 4559 Each

31.56 (ii) 10 amp. 2 way switch 74 Each

31.56 (iii) 20 amp. switch 775 Each

31.56 (iv) 10 amp. Socket 1900 Each

31.56 (v) 16 amp. Socket 775 Each

149 XEN P-II Sonepat

31.56 (vii) Fan Regulator 611 Each

31.56 (ix) Blanking plate. 647 Each

20 31.57

Providing and fixing GI concealed sheet metal boxes with inner and outer faceplate including concealing the box in wall and fixing in position with inner plate and face plate with all labour and material required for the job complete in all respect.

31.57 (i) 1 & 2 Modules 1390 Each

31.57 (ii) 3 Modules 3033 Each

31.57 (iii) 4 Modules 1518 Each

31.57 (iv) 6 Modules 645 Each

31.57 (v) 8 Modules 474 Each

31.57 (vi) 12 Modules 205 Each

21 31.42

Supplying and fixing following rating, double pole / four pole residual current circuit breaker (RCCB/ELCB) suitable for operation on 240/415V, 50 Hz. AC supply installed in existing sheet steel enclosures including making necessary connections and bonding to earth with all labour and material required to complete the job in all respect up to the entire satisfaction of the engineer in charge of the work,

(iii) 25 amps 218 Each(vii) 40 amps 377 Each(ix) 63 amps 122 Each

22Supply & Erection of under ground cable, loose in existing pipe or trenches complete with necessary connections:-

31.26 (xxxix) 4.0 x 10 sq.mm 80 P.

Meter31.26 (xxxviii) 4.0 x 6 sq.mm 150 P.

Meter23 HSR INSPECTION CHAMBER:

29.84

Construcing Brick Masonary Inspection Chamber sizes as given below upto 0.60 metre average depth in cement mortar 1:5 Lime Concrete with 40 percent Lime mortar 2:3 in foundation cement concrete 1:2:4 benching 12mm thick cement plaster 1:2 with a floating coat of 1mm thick of neat cement R.C.C. 1:2:4 Slab 100mm thick/ C.C Topping, 50 mm thick with 455mmx455mmx610mm inside light duty C.I Inspection chamber cover and frame weight as per I.S.I Specification painted with 3 coats of black bitumastic superior paint complete as per standard design.

23.1 (b)

Size 450mm x 600mm inside (with 455mmx610mm cover and frame single seal pattern 1 weighing 38kg with C.C topping) (LV Chamber)

29 Each

23.2 (c) Size 600mm x 900mm inside (with 455mmx455mm cover and frame light duty single weighing 20kg with R.C.C slab) (MV Chamber)

13 Each

150 XEN P-II Sonepat

24 29.44 HUME PIPESLowering plain & reinforced Concrete pipes and specials into trenches for all depths and laying out the same to correct alignment gradients levels, etc. including all dressing & trimming and cutting of concrete beds and joints holes, supporting the pipes and specials in correct position in a suitable rigid manner whilw the same are being jointed and until the surrounding benchings haunches and envelope are completed. the pipes shall rest on the beds at all points throughout their lengths and to ensure this they shall be grouted in where necessary including carriage from the stores of the Engineer-in-charge and safe delivery thereof at site of works. This includes loading, unloading, stacking at convenient points adjacent to the works ready for lowering as may be found most convenient in the interest of work.

a 300 MM class NP1 to NP2 42 Per Mtr.

b 150 MM class NP1 to NP2 164 Per Mtr.

RECOVERY ITEM

25 31.18 Supply and erection of Fittings and Accessories.

31.18 (xii) Switch 5 amp. On existing sheet. 3769 Each

31.18 (xiii) Wall socket 5 amp. On existing sheet. 1618 Each

31.18 (xiv) 15 amp. Switch on existing sheet . 651 Each

31.18 (xv) 3 pin 15 amp. Multi socket on existing sheet. 660 Each

31.18 (xviii)

Bakelite sheet including fixing with brass screws and washers.

31.18 (xviii) (a) 5 mm thick . 478962 Sqcm.

26 31.49

Supply and erection of MS box made of 16G MS Sheet recessed in wall, with arrangement of fixing brass screws including cost of 2 Nos. checknuts of required size and one no. PVC bush for each pipe including all labour and material required to complete the job in all respect up to the entire satisfaction of Engineer-in-charge of work.

31.49 (i) With 2 coats of primer 1051018 sqcm

(B) NON HSR ITEM1 Cable Tray

1.1

Supplying and installing following size of perforated pre-painted M.S cable trays with perforation not more than 17.5%, inconvenient sections, joined with connectors, suspended from the ceiling with M.S. suspenders including bolts&nuts, painting suspenders etc as required. (Rate as per DSR 2012)

a 100 mm width X 50 mm depth X 1.6 mm thickness 150 Per

Mtr.

b 150 mm width X 50 mm depth X 1.6mm thickness 625 Per

Mtr.

151 XEN P-II Sonepat

c 300 mm width X 50 mm depth X 1.6mm thickness 550 Per

Mtr.

d 450 mm width X 50 mm depth X 2.0 mm thickness 147 Per

Mtr.

e 600 mm width X 50 mm depth X 2.0 mm thickness 41 Per

Mtr.

1.2

Supplying and installing following size of perforated pre-painted M.S cable trays bends with perforation not more than 17.5%, inconvenient sections, joined with connectors, suspended from the ceiling with M.S. suspenders including bolts&nuts, painting suspenders etc as required. (Rate as per DSR-2012)

a 100 mm width X 50 mm depth X 1.6 mm thickness 152 Each

b 150 mm width X 50 mm depth X 1.6mm thickness 58 Each

c 300 mm width X 50 mm depth X 1.6mm thickness 57 Each

d 450 mm width X 50 mm depth X 2.0 mm thickness 13 Each

e 600 mm width X 50 mm depth X 2.0 mm thickness 7 Each

1.3

Supplying and installing following size of perforated pre-painted M.S. cable trays reducers with perforation not more than 17.5%, joined with connectors, suspended from the ceiling with M.S. suspenders including bolts & nuts, painting suspenders etc as required.

a 100 mm width X 50 mm depth X 1.6 mm thickness 11 Each

b 150 mm width X 50 mm depth X 1.6 mm thickness 41 Each

c 300 mm width X 50 mm depth X 1.6 mm thickness 27 Each

d 450 mm width X 50 mm depth X 2.0 mm thickness 9 Each

e 600 mm width X 50 mm depth X 2.0 mm thickness 4 Each

1.4

Supplying and installing following size of perforated pre-painted M.S. cable trays Tee's with perforation not more than 17.5%, joined with connectors, suspended from the ceiling with M.S. suspenders including bolts & nuts, painting suspenders etc as required.

a 100 mm width X 50 mm depth X 1.6 mm thickness 6 Each

b 150 mm width X 50 mm depth X 1.6 mm thickness 29 Each

c 300 mm width X 50 mm depth X 1.6 mm thickness 21 Each

d 450 mm width X 50 mm depth X 2.0 mm thickness 7 Each

e 600 mm width X 50 mm depth X 2.0 mm thickness 3 Each

2.0 NON HSR DISTRIBUTION PANEL-

Design, Manufacturing, Supply, Receiving, Unloading, Shifting, Installation, Testing & Commissioning of cubicle type totally enclosed free standing type moisture, dust and vermin proof Sub Distribution Board made out of 2.0

152 XEN P-II Sonepat

mm thick CRCA sheet complete with following equipments, including ammeter, ammeter selector switch, voltmeter, voltmeter selector switch, indicating lamps, CT's, internal wiring with suitable size wires/ cable, interconnection, painting etc as required. All MCCB up to 200 Amp shall have thermalmagnetic release with adjustable over current and short circuit protection and above 200 Amp shall have Microprocessor release with adjustable overcurrent and shor circuit protection. The fault level of panel shall be 35 KA and Minimum Service breaking capacity of all MCCB shall be 35 KA Ics). The panel shall be totally type tested assembly as per IEC 60439-1.

2.1 NON HSR MAIN DISTRIBUTION PANEL (BASEMENT)-

INCOMING1 No. 800 Amp FP Moulded Case Circuit Breaker.BUSBAR1000 Amp TPN bus bar of aluminium alloy.OUTGOING1 Nos. 630 Amp TP+N MCCB 1 Nos. 400 Amp TP+N MCCB 3 Nos. 250 Amp TP+N MCCB 4 Nos. 100 Amp TP+N MCCB 1 Nos. 63 Amp TP+N MCCB 2 Nos. 40 Amp TP+N MCCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 800 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

2.2 NON HSR BASEMENT VENTILATION PANEL-

INCOMING1 No. 630 Amp FP Moulded Case Circuit Breaker.BUSBAR800 Amp TPN bus bar of aluminium alloy.OUTGOING11 Nos. 100 Amp TP+N MCCB 03 Nos. 40 Amp TP+N MCCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 600 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.

153 XEN P-II Sonepat

Panel describe as above 1 Each

2.3 NON HSR L+P PANEL-1 (ACADEMIC BLOCK LEFT SIDE)

INCOMING1 No. 250 Amp FP Moulded Case Circuit Breaker.BUSBAR300 Amp TPN bus bar of aluminium alloy.OUTGOING01 Nos. 125 Amp TP+N MCCB 04 Nos. 63 Amp TP+N MCCB 08 Nos. 40 Amp TP+N MCCB 07 Nos. 25 Amp TP+N MCCB 01 Nos. 40 Amp DP MCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 250 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

2.4 NON HSR L+P PANEL-2 (ACADEMIC BLOCK RIGHT SIDE)

INCOMING1 No. 250 Amp FP Moulded Case Circuit Breaker.BUSBAR300 Amp TPN bus bar of aluminium alloy.OUTGOING01 No. 125 Amp TP+N MCCB 04 Nos. 63 Amp TP+N MCCB 05 Nos. 40 Amp TP+N MCCB 08 Nos. 25 Amp TP+N MCCB01 Nos. 40 Amp DP MCBINSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 400 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

2.5 L+P PANEL-3 (ADMIN BLOCK)INCOMING1 No. 400 Amp FP Moulded Case Circuit Breaker.BUSBAR500 Amp TPN bus bar of aluminium alloy.OUTGOING

154 XEN P-II Sonepat

05 Nos. 100 Amp TP+N MCCB 03 Nos. 63 Amp TP+N MCCB 13 Nos. 25 Amp TP+N MCCB 02 Nos. 40 Amp DP MCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 400 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

2.6 UPS OUTGOING PANEL- 1&2 (ACADEMIC BLOCK)INCOMING1 No. 63 Amp TP+2N Moulded Case Circuit Breaker.BUSBAR100 Amp TP+2N bus bar of copper alloy.OUTGOING04 Nos. 25 Amp TP+N MCCB 02 Nos. 40 Amp DP MCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 60 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 2 Each

2.7 UPS OUTGOING PANEL- 3 (ADMIN BLOCK)INCOMING1 No. 100 Amp TP+2N Moulded Case Circuit Breaker.BUSBAR150 Amp TP+2N bus bar of copper alloy.OUTGOING01 Nos. 40 Amp TP+N MCCB 03 Nos. 25 Amp TP+N MCCB 05 Nos. 40 Amp DP MCB 01 Nos. 32 Amp DP MCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 100 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

2.8 UPS OUTGOING PANEL (3X30 KVA UPS) BASEMENT -

155 XEN P-II Sonepat

INCOMING3 No. 100 Amp TP+2N Moulded Case Circuit Breaker.BUSBAR400 Amp TP+2N bus bar of copper.OUTGOING04 Nos. 100 Amp TP+N MCCB INSTRUMENT3 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.3 No.0 to 100 Amp Ammeter with selector switch and CT's.3 Set of phase indicating lamps with SP MCB.3 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

2.9 NON HSR

METER BOARD PANEL (ASSOCIATE PROFESSOR RESIDENCE BLOCK) -INCOMING1 No. 200 Amp FP Moulded Case Circuit Breaker.BUSBAR250 Amp TPN bus bar of aluminium alloy.OUTGOING14 Nos. 40 Amp TPN MCB with Dual Source Electronic KWH Meter.INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 200 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 2 Each

2.10 NON HSR

LIFT PANEL ASSOCIATE PROFESSOR RESIDENCE BLOCK)-INCOMING1 No. 100 Amp FP Moulded Case Circuit Breaker.BUSBAR150 Amp TPN bus bar of aluminium alloy.OUTGOING3 Nos. 63 Amp FP RCBO.3 Nos. 32 Amp TP+N MCCB.2 Nos. 63 Amp TP+N MCCB.2 Nos. 32 Amp DP MCB.INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 100 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.

156 XEN P-II Sonepat

Panel describe as above 2 Each

2.11 NON HSR

MAIN DISTRIBUTION PANEL (CANTEEN BLOCK) -INCOMING1 No. 160 Amp FP Moulded Case Circuit Breaker.BUSBAR400 Amp TPN bus bar of aluminium alloy.OUTGOING2 Nos. 100 Amp TP+N MCCB 4 Nos. 63 Amp TP+N MCCB 6 Nos. 63 Amp DP MCB 6 Nos. 40 Amp DP MCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 150 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

2.12 NON HSR MAIN DISTRIBUTION PANEL (DISPENSARY)-

INCOMING1 No. 250 Amp FP Moulded Case Circuit Breaker.BUSBAR300 Amp TPN bus bar of aluminium alloy.OUTGOING1 Nos. 125 Amp TP+N MCCB with dual source energy meter.4 Nos. 63 Amp TP+N MCCB with dual source energy meter.4 Nos. 40 Amp TP+N MCCB with dual source energy meter.INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 250 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

2.13 DISPENSARY PANEL-INCOMING1 No. 125 Amp FP Moulded Case Circuit Breaker.BUSBAR150 Amp TPN Aluminium bus bar.OUTGOING04 Nos. 40 Amp TP+N MCCB 02 Nos. 63 Amp TP+N MCCB

157 XEN P-II Sonepat

01 Nos. 63 Amp DP MCB 01 Nos. 40 Amp DP MCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 125 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

2.14 NON HSR MAIN DISTRIBUTION PANEL (GUEST HOUSE)-

INCOMING1 No. 100 Amp FP Moulded Case Circuit Breaker with Dual source energy meter.BUSBAR100 Amp TPN bus bar of aluminium alloy.OUTGOING6 Nos. 63 Amp TP+N MCCB 4 Nos. 40 Amp TP+N MCCB 2 Nos. 63 Amp DP MCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 100 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

2.15 MAIN DISTRIBUTION PANEL- (GIRLS HOSTEL BLOCK & BOYS HOSTEL BLOCK)-INCOMING1 No. 630 Amp TP+N Moulded Case Circuit Breaker.BUSBAR800 Amp TPN bus bar of aluminium alloy.OUTGOING2 Nos. 160 Amp TP+N MCCB 2 Nos. 125 Amp TP+N MCCB 5 Nos. 100 Amp TP+N MCCB 2 Nos. 63 Amp TP+N MCCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 800 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 2 Each

2.16 L+P PANEL-1 (GIRLS HOSTEL BLOCK & BOYS HOSTEL BLOCK)-

158 XEN P-II Sonepat

INCOMING1 No. 125 Amp TP+N Moulded Case Circuit Breaker.BUSBAR150 Amp TPN bus bar of aluminium alloy.OUTGOING5 Nos. 25 Amp TP+N MCCB 8 Nos. 40 Amp TP+N MCCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 125 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 2 Each

2.17 L+P PANEL-2, 3 & 4 (GIRLS HOSTEL BLOCK & BOYS HOSTEL BLOCK)-INCOMING1 No. 100 Amp TP+N Moulded Case Circuit Breaker.BUSBAR150 Amp TPN bus bar of aluminium alloy.OUTGOING5 Nos. 25 Amp TP+N MCCB 5 Nos. 40 Amp TP+N MCCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 100 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 6 Each

2.18 KITCHEN PANEL- (GIRLS HOSTEL BLOCK & BOYS HOSTEL BLOCK)-INCOMING1 No. 160 Amp TP+N Moulded Case Circuit Breaker.BUSBAR200 Amp TPN bus bar of aluminium alloy.OUTGOING1 No. 100 Amp TP+N MCCB 3 Nos. 63 Amp TP+N MCCB 8 Nos. 40 Amp TP+N MCCB 4 Nos. 63 Amp DP MCB 4 Nos. 40 Amp DP MCBINSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 150 Amp Ammeter with selector switch

159 XEN P-II Sonepat

and CT's.

1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

2.19 LIFT PANEL- (GIRLS HOSTEL BLOCK & BOYS HOSTEL BLOCK)-INCOMING1 No. 100 Amp TP+N Moulded Case Circuit Breaker.BUSBAR150 Amp TPN bus bar of aluminium alloy.OUTGOING3 Nos. 63 Amp TPN RCBO 2 Nos. 63 Amp TP+N MCCB 3 Nos. 40 Amp TP+N MCCB 1 Nos. 40 Amp DP MCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 100 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 2 Each

2.20 UPS OUTGOING PANEL- (GIRLS HOSTEL BLOCK & BOYS HOSTEL BLOCK)-INCOMING1 No. 63 Amp TP+2N Moulded Case Circuit Breaker.BUSBAR100 Amp TP+2N bus bar of copper alloy.OUTGOING11 Nos. 25 Amp DP MCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 60 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 2 Each

2.21 NON HSR MAIN DISTRIBUTION PANEL (LIBRARY)-

INCOMING1 No. 300 Amp FP Moulded Case Circuit Breaker.BUSBAR400 Amp TPN bus bar of aluminium alloy.OUTGOING2 Nos. 125 Amp TP+N MCCB 4 Nos. 63 Amp TP+N MCCB

160 XEN P-II Sonepat

3 Nos. 40 Amp TP+N MCCB 4 Nos. 25 Amp TP+N MCCB 1 Nos. 40 Amp DP MCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 300 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

2.22 UPS OUTGOING PANEL- 1INCOMING1 No. 63 Amp TP+2N Moulded Case Circuit Breaker.BUSBAR100 Amp TP+2N bus bar of copper alloy.OUTGOING02 Nos. 25 Amp TP+N MCCB 03 Nos. 40 Amp DP MCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 60 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

2.23 NON HSR

METER BOARD PANEL( Professor Residence Block)-INCOMING1 No. 100 Amp FP Moulded Case Circuit Breaker.BUSBAR150 Amp TPN bus bar of aluminium alloy.OUTGOING08 Nos. 63 Amp TPN MCB with Dual Source Electronic KWH Meter.01 Nos. 25 Amp DP MCB with Dual Source Electronic KWH Meter.INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 100 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

2.24 NON HSR

MAIN DISTRIBUTION PANEL (Registrar Residence Block) INCOMING1 No. 63 Amp FP Moulded Case Circuit Breaker

161 XEN P-II Sonepat

with dual source energy meter.

BUSBAR100 Amp TPN bus bar of aluminium alloy.OUTGOING2 Nos. 63 Amp TPN MCB 2 Nos. 40 Amp TPN MCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 60 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

2.25 NON HSR

METER BOARD PANEL (TYPE-II & III QUARTERS)-INCOMING1 No. 200 Amp FP Moulded Case Circuit Breaker.BUSBAR250 Amp TPN bus bar of aluminium alloy.OUTGOING9 Nos. 40 Amp TPN MCB with Dual Source Electronic KWH Meter.11 Nos. 40 Amp DP MCB with Dual Source Electronic KWH Meter.INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 200 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

2.26 NON HSR LIFT PANEL-

INCOMING1 No. 100 Amp FP Moulded Case Circuit Breaker.BUSBAR150 Amp TPN bus bar of aluminium alloy.OUTGOING3 Nos. 63 Amp FP RCBO.3 Nos. 32 Amp TP+N MCCB.2 Nos. 63 Amp TP+N MCCB.2 Nos. 32 Amp DP MCB.INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 100 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.

162 XEN P-II Sonepat

1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

2.27 NON HSR

MAIN DISTRIBUTION PANEL (V.C Residence Block)-INCOMING1 No. 63 Amp FP Moulded Case Circuit Breaker with Dual source energy meter.BUSBAR100 Amp TPN bus bar of aluminium alloy.OUTGOING2 Nos. 63 Amp TPN MCB 2 Nos. 40 Amp TPN MCB INSTRUMENT1 No.0 to 500 Volt voltmeter with selector switch & protection SP MCB.1 No.0 to 60 Amp Ammeter with selector switch and CT's.1 Set of phase indicating lamps with SP MCB.1 Set of ON/OFF Indication lamps with SP MCB.Panel describe as above 1 Each

3.0 RACE WAYS AND JUNCTION BOXES AND COVERS

3.1

Supply & fixing of following size (GP RACEWAY-Fabricated from GP Sheet) race ways for electrical & LV wiring including neoprene gasket in joints, cutting the floor & jaming the race way / hanging in ceiling, supporting arrangement as approved by consultant / architect with all necssary hard ware (including civil work) as per site requirement. the thickness of raceway & cover shall be as per technical specification.

a. 100 mm wide x 40 mm deep. (with 2 Partition) 10 P. Meter

b. 150 mm wide x 40 mm deep. (with 2 Partition) 438 P. Meter

c. 200 mm wide x 40 mm deep. (with 2 Partition) 10 P. Meter

d. 250 mm wide x 40 mm deep. (with 2 Partition) 90 P. Meter

163 XEN P-II Sonepat

3.2

Supply & fixing of following size of Raceway Junction Box made out of 1.6mm / 2.0 mm / 2.5mm thick GP Sheet & top cover of 3mm thick GP Sheet for electrical & LV wiring including, cutting the floor & jaming the junction box / hanging in ceiling, supporting arrangement as approved by consultant / architect with all necssary hard ware (including civil work).(Junction box to be provided as per drawing/ as per site requirement & as per specification.)

a. 150 mm wide x 50 mm deep. 2 Eachb. 200 mm wide x 50 mm deep. 84 Eachc. 250 mm wide x 50 mm deep. 4 Eachd. 300 mm wide x 50 mm deep. 24 Each

Executive Engineer‘ Electrical Division,

PWD B&R Br. Karnal

164 XEN P-II Sonepat

Notes for Public Health items

1. Any items of work not provided in the contract schedule of rates if required to be executed will be paid as per Haryana PWD schedule of rates 1988 plus ceiling premium as applicable in DNIT subject to the premium tendered by the contractor. In case of non schedule item, these will be paid by the Engineer-in-Charge based on market rates of that time after getting approval from the competent authority and will be binding upon the contractor.

2. The work will be carried out strictly in accordance with the PWD book of specification 1990 edition and that will form part and parcel of this contract agreement.

3. The Engineer-in-charge shall be entitled to order work against any item or work shown in this contract schedule of rates hereinafter called the “Schedule” to any extent and without any limitation whatsoever as may be required in his opinion for the purpose of work irrespective of the fact the quantities are omitted altogether in the “Schedule” or shown more or less than the work ordered to be carried out.

4. In this contract schedule of rates only essential portion of items has been written, but it will deem to cover the entire items as fully described in Haryana PWD schedule rates 1988 till the date of opening of tender and will be applicable on this contract schedule of rates.

5. All the items in this contract schedule of rates 1988 subject to the foot notes given in the Haryana PWD schedule of rates 1988 till the date of opening of tender and will be applicable on this contract schedule of rates.

6. Approximate quantities are given in this contract schedule of rates and may very at the time of execution of works done at site by the contractor.

7. The condition regarding this agreement of bricks & tiles by the departments be accepted & tagged with this condition is liable or rejection will be issued from the department. The bricks will be arrangement by the contractor himself.

8. All amendments issued to the Haryana PWD schedule of rates will be applicable on the contract schedule of rates.

9. As and when contractor gives condition that arrangement of water shall be made by the department, it shall be deemed that all the charges incurred thereon shall be borne by the department and recovery on the total work done shall be made from him.

10. No claim will be entertained from the contractor in case of any mistake in description, rate or unit occurred on account of typing or comparison or over sight. If there is any mistake, the same shall be rectifiable by the Engineer-In-Charge at any stage as per Haryana PWD schedule of rates 1988 and all the amendments received from time to time.

11. The premium should be quoted above or below the contract schedule or rates and no condition should be given. In case any conditions is tendered, this will be considered as null and void and only the premium or discount quoted by the tenderer small be accepted. In case any tendered refused to accept the above afterwards, his earnest money will be forfeited.

12. Tender premium will not be allowed on N.S. item.

13. Rate to be quoted by the contractor for each N.S. item for complete job including all taxes, carriage etc. Nothing extra on any account shall be paid.

14. The payment will be made according to the actual work done by the contractor.

15. Towel rails and bottle traps will be fitted after written approval of Engineer-in-Charge.

165 XEN P-II Sonepat

SECTION-8

SECURITIES AND OTHER FORMS

166 XEN P-II Sonepat

BID SECURITY (BANK GUARANTEE)

WHEREAS, _______________________________ [name of Bidder] (hereinafter called “the Bidder”) has submitted his Bid dated _________________ [date] for the construction of __________________ [name of Contract hereinafter called “the Bid”].

KNOW ALL PEOPLE by these presents that We __________________________________________ [name of Bank] of _____________________________ [name of country] having our registered office at __________________________________________ (hereinafter called “the Bank”) are bound unto _____________________________ [name of Employer] (hereinafter called “the Employer”) in the sum of ___________________________* for which payment well and truly to be made to the said Employer the Bank itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this _____________ day of ___________, 20____.

THE CONDITIONS of this obligation are :

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in the Form of Bid;

OR(2) If the Bidder having been notified to the acceptance of his bid by the Employer during the period of

Bid validity :(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to

Bidders, if required; or(b) fails or refuses to furnish the Performance Security, in accordance with the Instructions to

Bidders; (c) does not accept the correction of the Bid Price pursuant to Clause 27.

We undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount claimed by him is due to him owning to the occurrence of one or any of the three conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date _______________________** days after the deadline for submission of Bids as such deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee should reach the Bank not later than the above date.

DATE ______________________ SIGNATURE ______________________

WITNESS __________________ SEAL _____________________________

__________________________________________________________________________________[Signature, name and address]

* The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees. This figure should be the same as shown in Clause 16.1 of the Instructions to Bidders.

** 45 days after the end of the validity period of the Bid. Date should be inserted by the Employer before the Bidding documents are issued.

167 XEN P-II Sonepat

PERFORMANCE BANK GUARANTEE

To

-------------------------------- Name of Employer]-------------------------------- . [address of Employer]------------------------------.

WHEREAS ________________________________ [name and address of Contractor] (hereafter called “the Contractor”) has undertaken, in pursuance of Contract No. __________ dated __________ to execute ____________________________ [name of Contract and brief description of Works] (hereinafter called “ the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligation in accordance with the Contract;

AND W HEREAS we have agreed to give the Contractor such a Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on behalf of the Contractor, up to a total of ___________________________ [amount of guarantee]* _______________________ (in words), such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of _____________________________ [amount of guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the contractor before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between your and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until 28 days from the date of expiry of the Defect Liability Period.

Signature and Seal of the guarantor _____________________Name of Bank ______________________________________Address ___________________________________________

Date ____________

* An amount shall be inserted by the Guarantor, representing the percentage the Contract Price specified in the Contract including additional security for unbalanced Bids, if any and denominated in Indian Rupees.

168 XEN P-II Sonepat

BANK GUARANTEE FOR ADVANCE PAYMENT

To

______________________________ [name of Employer]______________________________ [address of Employer]______________________________ [name of Contractor]

Gentlemen :

In accordance with the provisions of the Conditions of Contract, sub-clause 51.1 (“Advance Payment”) of the above-mentioned Contract, ______________________________ [name and address of Contractor] (hereinafter called “the Contractor”) shall deposit with __________________________ [name of Employer] a bank guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an amount of _______________________ [amount of Guarantee]* _______________________ [in words].

We, the ______________________ [bank of financial institution], as instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to __________________________________ [name of Employer] on his first demand without whatsoever right of obligation on our part and without his first claim to the Contractor, in the amount not exceeding _________________________ [amount of guarantee]* _________________________________ [in words].

We further agree that no change or addition to or other modification of terms of the Contractor or Works to be performed thereunder or of any of the Contract documents which may be made between _______________________ [name of Employer] and the Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until _______________________________ [name of Employer] receives full repayment of the same amount from the Contractor.

Yours truly,

Signature and Seal of the guarantor _____________________Name of Bank ______________________________________Address ___________________________________________Date ____________

* An amount shall be inserted by the Bank or Financial Institution representing the amount of the Advance Payment, and denominated in Indian Rupees.

169 XEN P-II Sonepat

INDENTURE FOR SECURED ADVANCESFORM 31

(for use in cases in which the contract is for finished work and the contractor has entered into an agreement for the execution of a certain specified quantity of work in a given time).

This indenture made the ___________________ day of __________________, 20___ BETWEEN ______________________(hereinafter called the contractor which expression shall where the context so admits or implies be deemed to include his executors, administrators and assigns) or the one part and the Employer of the other part.

Whereas by an agreement dated _______________________ (hereinafter called the said agreement) the contractor has agreed.

AND WHEREAS the contractor has applied to the Employer that he may be allowed advanced on the security of materials absolutely belonging to him and brought by him to the site of the works the subject of the said agreement for use in the constructions of such of the works as he has undertaken to executive at rates fixed for the finished work (inclusive of the cost of materials and labour and other charges).

AND WHEREAS the Employer has agreed to advance to the Contractor the sum of Rupees __________________________________________________ on the security of materials the quantities and other particulars of which are detailed in Accounts of Secured Advances attached to the Running Account bill for the said works signed by the Contractor on_________ and the Employer has reserved to himself the option of making any further advance or advances on the security of other materials brought by the Contractor to the site of the said works.

Now THIS INDENTURE WITNESSETH that in pursuance of the said agreement and in consideration of the sum of Rupees ___________________ on or before the execution of these presents paid to the Contractor by the Employer (the receipt where of the Contractor doth hereby acknowledge) and of such further advances (if any) as may be made to him as a for said the Contractor doth hereby covenant and agree with the President and declare as follows:

(1) That the said sum of Rupees _______________________ so advanced by the Employer to the Contractor as aforesaid and all or any further sum of sums advanced as aforesaid shall be employed by the Contractor in or towards expending the execution of the said works and for no other purpose whatsoever.

(2) That the materials details in the said Account of Secured Advances which have been offered to an accepted by the Employer as security are absolutely the Contractor’s own propriety and free from encumbrances of any kind and the contractor will not make any application for or receive a further advance on the security of materials which are not absolutely his own property and free from encumbrances of any kind and the Contractor indemnified the Employer against all claims to any materials in respect of which an advance has be made to him as aforesaid.

(3) That the materials detailed in the said account of Secured Advances and all other materials on the security of which any further advance or advances may hereafter be made as aforesaid (hereafter called the said materials) shall be used by the Contractor solely in the execution of the said works in accordance with the directions of the Engineer-in-Charge.

(4) That the Contractor shall make at his own cost all necessary and adequate arrangements for the proper watch, safe custody and protection against all risks of the said materials and that until used in construction as aforesaid the said materials shall remain at the site of the said works in the Contractor’s custody and on his own responsibility and shall at all times be open to inspection by the Engineer-in-Charge or any officer authorized by him. In the event of the said materials or any

170 XEN P-II Sonepat

part thereof being stolen, destroyed or damaged or becoming deteriorated in a greater degree than is due to reasonable use and wear thereof the Contractor will forthwith replace the same with other materials of like quality or repair and make good the same required by the Engineer-in-Charge.

(5) That the said materials shall not be any account be removed from the site of the said works except with the written permission of the Engineer-in-Charge or an officer authorized by him on that behalf.

(6) That the advances shall be repayable in full when or before the Contractor receives payment from the Employer of the price payable to him for the said works under the terms and provisions of the said agreement. Provided that if any intermediate payments are made to the Contractor on account of work done than on the occasion of each such payment the Employer will be at liberty to make a recovery from the Contractor’s bill for such payment by deducting there from the value of the said materials than actually used in the construction and in respect of which recovery has not been made previously, the value for this purpose being determined in respect of each description of materials at the rates at which the amounts of the advances made under these presents were calculated.

(7) That if the Contractor shall at any time make any default in the performance or observance in any respect of any of the terms and provisions of the said agreement or of these presents the total amount of the advance or advances that may still be owing of the Employer shall immediately on the happening of such default be re-payable by the Contractor to be the Employer together with interest thereon at twelve per cent per annum from the date or respective dates of such advance or advances to the date of repayment and with all costs, charges, damages and expenses incurred by the Employer in or for the recovery thereof or the enforcement of this security or otherwise by reason of the default of the Contractor and the Contractor hereby covenants and agrees with the Employer to reply and pay the same respectively to him accordingly.

(8) That the Contractor hereby charges all the said materials with the repayment to the Employer of the said sum of Rupees ____________________________________ and any further sum of sums advanced as aforesaid and all costs, charges, damages and expenses payable under these presents PROVIDED ALWAYS and it is hereby agreed and declared that notwithstanding anything in the said agreement and with- out prejudice to the power contained therein if and whenever the covenant for payment and repayment here-in-before contained shall become enforceable and the money owing shall not be paid in accordance there with the Employer may at any time thereafter adopt all or any of the following courses as he may deem best :(a) Seize and utilize the said materials or any part thereof in the completion of the said works

on behalf of the contractor in accordance with the provisions in that behalf contained in the said agreement debiting the contractor with the actual cost of effecting such completion and the amount due to the contractor with the value of work done as if he had carried it out in accordance with the said agreement and at the rates thereby provided. If the balance is against the contractor, he is to pay same to the Employer on demand.

(b) Remove and sell by public auction the seized materials or any part there of and out of the moneys arising from the sale retain all the sums aforesaid repayable or payable to the Employer under these presents and pay over the surplus (if any) to the Contractor.

(c) Deduct all or any part of the moneys owing out of the security deposit or any sum due to the Contractor under the said agreement.

(9) That except in the event of such default on the part of the contractor as aforesaid interest on the said advance shall not be payable.

(10) That in the event of any conflict between the provisions of these presents and the said agreement the provisions of these presents shall prevails and in the event of any dispute or difference arising over the construction or effect of these presents the settlement of which has not been here-in-before expressly provided for the same shall be referred to the Employer whose decision shall be final and the provision of the Indian Arbitration Act for the time being in force shall apply to any such reference.

171 XEN P-II Sonepat

Letter of Acceptance(Letterhead paper of the Employer)

_________________________(Date)

To______________________________ (Name and address of the Contractor)____________________________________________________________

Dear Sirs,

This is to notify you that your Bid dated _________________ for execution of the ____________________________________ (name of the contract and identification number, as given in the Instructions to Bidders) for the Contract Price of Rupees _________________ ____________________ (______________________) (amount in words and figures), as corrected and modified in accordance with the Instructions to Bidders� is hereby accepted by our agency.

We accept/ do not accept that __________________ be appointed as the Adjudicator² . You are hereby requested to furnish Performance Security, in the form detailed in Para 34.1 of ITB for an amount equivalent to Rs._____________ within 21 days of the receipt of this letter of acceptance valid up to 28 days from the date of expiry of defects Liability Period i.e. up to ______________ and sign the contract, failing which action as stated in Para 34.3 of ITB will be taken.

Your faithfully,

Authorized SignatureName and title of SignatoryName of Agency

� Delete “corrected and” or “and modified” if only one of these actions applies. Delete as corrected and modified in accordance with the Instructions to Bidders, if corrections or modifications have not been affected.

� To be used only if the Contractor disagrees in his Bid with the Adjudicator proposed by the Employer in the “Instructions to Bidders”.

172 XEN P-II Sonepat

Issue of Notice to proceed with the work(Letterhead of the Employer)

_________________________(Date)

To______________________________ (Name and address of the Contractor)____________________________________________________________

Dear Sirs,

Pursuant to your furnishing the requisite security as stipulated in ITB Clause 34.1 and signing of the Contract for the construction of __________________________________ ___________________________________________________________________________ _________________________________________________________________________ at a Bid Price of Rs._________________________________________________________.

You are hereby instructed to proceed with the execution of the said works in accordance with the contract documents.

Your faithfully,

(Signature, name and title of signatory authorizedto sign on behalf of Employer)

173 XEN P-II Sonepat

Agreement Form

Agreement

This agreement, made the _____________ day of __________________ between _________________________(name and address of Employer) [hereinafter called “the Employer] and _______________________________________________________________ (name and address of contractor) hereinafter called “the Contractor” of the other part.

Whereas the Employer is desirous that the Contractor execute___________________________________________________________________________(name and identification number of Contract) (hereinafter called “the Works”) and the Employer has accepted

the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein, at a cost of Rs. _______________________ ___________________________________________________________________________

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expression shall have the same meanings as are respectively assigned to them in the conditions of contract hereinafter referred to and they shall be deemed to form and be read and construed as part of this Agreement.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all aspects with the provisions of the contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying the defects wherein Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

4. The following documents shall be deemed to form and be ready and construed as part of this Agreement viz.i) Letter of Acceptanceii) Notice to proceed with the works;iii) Contractor’s Bidiv) Condition of Contract: General and Specialv) Contract Datavi) Additional conditionvii) Drawingsviii) Bill of Quantities andix) Any other documents listed in the Contract Data as forming part of the Contract.

In witnessed whereto the parties there to have caused this Agreement to be executed the day and year first before written.

The Common Seal of ___________________________________________________Was hereunto affixed in the presence of:

Signed, Sealed and Delivered by the said _______________________________________________________________________________________________________________

in the presence of:

Binding Signature of Employer ________________________________________________

Binding Signature of Contractor _________________________________________________

174 XEN P-II Sonepat

UNDERTAKING

I, the undersigned do hereby undertake that our firm M/s _______________________________________ agree to abide by this bid for a period _____ days for the date fixed for receiving the same and it shall be binding on us and may be accepted at any time before the expiration of that period.

_____________________________________(Signed by an Authorised Officer of the Firm)

____________Title of Officer

___________Name of Firm

______DATE

175 XEN P-II Sonepat

SECTION-9

DRAWINGS

Drawings can be seen in the office of in the office of Superintending Engineer, Sonepat

Circle, PWD B&R Br. Sonepat or Executive Engineer, Provincial Division No-II, PWD

B&R Br. Sonepat.

176 XEN P-II Sonepat

ADDITIONAL CONDITIONS1. Item for which no rate or price have been entered in, will not be paid for by the employer when

executed and shall be deemed covered by the other rates and prices in the bill quantities (Refer: ITB

Clause 13.2 and conditions of contract Clause 43.3).

2. Units rate and prices shall be quoted by the bidder in Indian Rupee (ITB Clause 14.1).

3. Where there is a discrepancy between unit rate and the line item total resulting from multiplying the

unit rate by quantity, the unit rate quoted shall govern (ITB clause 27.1(b)).

4. The agency to whom the work is allotted will have to produce original voucher for all quantities in lieu

of purchase of bitumen, steel and cement from the original manufacture or the authorized dealer/

distributors to the satisfaction of the Engineer-in-Charge for ascertaining the genuineness of material.

Attested copy of such voucher will have to be submitted along with the bills.

5. The documentary proof of procurement of cement & steel from the reputed source and test result from

CRRI or Sri Ram Test House, New Delhi will be produced by the agency.

QUALITY CONTROL LAB:7. The contractor shall have to provide a field laboratory fully equipped at work site before starting the

execution of works for conducting all the relevant tests mentioned in the Haryana PWD specification

subject to the approval of the Engineer-in-Charge-in-charge or his representative. The record of such

tests is to be maintained in proper register duly signed by the Contractor or his representatives, which

will become the property of the department. The Contractor will bear all the running expenses for

conducting such tests. All the tests will be carried in the presence of S.D.E.-in-charge of the work. All

the entries are to be signed by the contractor, S.D.E. and J.E.-in-charge.

8. The quality control tests which are carried out by the department and the material for such tests will be

supplied by the contractor free of cost. In case the material is not found up to the requirement, the same

will be rejected.

9. Contractor shall provide suitable measuring arrangement and leveling instruments latest quality duly

approved by Engineer-in-Charge-in-charge at the site of work.

10. No extra payment on account of quality control measures shall be paid to the contractor.

11. The Engineer-in-Charge-in-charge at his discretion can get any type/Nos. of tests carried out any other

approved laboratory for his satisfaction for which all the expenses incurred would be borne by the

agency. The results so obtained from the laboratory would be acceptable and binding to the agency.

12. The Contractor shall be required to provide all such materials/equipment’s at site to conduct field tests

and to ensure that the quality of aggregate shall be according to the prescribed specification and no

payment for material required for sample for such tests shall be made to him. In case, the material is not

found up to mark, the same will be reject.

13. For cement, steel and similar other material, the essential tests are to be carried out at the

manufacturer’s plants or at laboratories other than the site laboratory, the cost of samples, testing and

furnishing of test certificates shall be born by the contractor. He shall also furnish the test certificates to

the Engineer-in-Charge.

177 XEN P-II Sonepat

PROFORMA FOR CEMENT/STEEL REGISTERRECEIPT

Date of Receipt Qty. Received. Progressive Total Date of issue

1. 2. 3. 4.

Qty. of issued Total issued. Balance in hand. Contractor’s initial

5. 6. 7. 8.

Daily comparison of issue with requirementsItem of work for App. Qty. of work Theoretical requirementWhich issued done on each day. for work done

On each day.

9. 10. 11. 12.

SDE/JERemarksEx. Engineer-in-Charge.

13. 14.

14. Tenderers are advised to visit the site sufficiently in advance of the date fixed for submission

of the tender. A tenderer shall be deemed to have full knowledge of all the relevant

document/samplesand site etc. whether he inspects them or not.

15. The acceptance of the tender will rest with the Employer who does not bind himself to accept the lowest tender and reserves to himself the authority to reject any or all the tenders received without assigning any reasons.

16 . The Engineer-in-Charge shall have power to make any alteration/omission addition to or

substitutions for the original specifications, drawing, designs and instructions that may

appear to him to be necessary or advisable during the progress of the work and the Contractor

shall be bound to carry out the work in accordance with any instructions which may be given

to him in writing signed by the Engineer-in-Chargeand such alterations, omissions, additions

or substitutions shall not invalidate the contract, and any altered, additional or substituted

work which the Contractor may be directed to do in the manner above specified as part of the

work shall be carried out by the Contractor on the same terms & conditions in all respects on

which he agreed to do the main work, and at the same rates as are specified in the tender for

the main work.

17. And if the altered additional or substituted work includes any class of work, for which no rate

is specified in the contract, than such class of work shall be carried out at the rates entered in

the Haryana Schedule of rates plus ceiling premium subject to the same percentage above or

below as per financial statement of the contract and if such class of work is not entered in the

schedule of rates then the Contractor shall within seven days of the date of the receipt of the

order to carry out the work inform the Engineer-in-Charge of the rate which it is his intention

to charge for such class of work. If the Engineer-in-Charge-in-charge does not agree this rate

he shall by notice in writing be at liberty to cancel his order to carry out such class of work

178 XEN P-II Sonepat

And arrange to carry it out in such manner as he may consider advisable provided always that

if the contractor’s shall commence work or incur any expenditure in regard there to before

the rates shall have been determined lastly herein before mentioned, than and in such case he

shall be entitled to be paid in respect of the work carried out or expenditure incurred by him

prior to the date of determination of the rates as aforesaid according to such rate or rates as

shall be fixed by the Engineer-in-Charge-in-charge. In the event of a dispute the decision of

Employer.

18. The liquidated damages can be deferred/reduced/waived (whole or part) by the SE concerned for

contract(s) upto Rs.1.00 cr., CE(Buildings) from Rs.1.00 cr. to Rs.10.0. cr. and E-In-C of

Haryana PW(B&R) Deptt. for contract(s) above Rs.10.00 cr. This will be done on the written

request of the contractorand written recommendationsof EE/SE as the case may be.

19. Upon completion and before offering the work for acceptance, the contractor shall remove all

false work, excavated and useless materials, rubbish, temporary building constructed by him and

shall leave the site and adjacent area in a neat and clean condition to the entire satisfaction of the

Engineer-in-Charge. The Engineer-in-Charge, reserves the option to take away any item of work

or any part there of at any time during the currency of the contract and reallocate it to any other

agency with due notice to the contractor without liability of any kind or payment of any

compensation. Extra amount if incurred will be recovered from the agency.

20. The contractor has to make his own arrangements for water, bricks, wood and every item required

directly or indirectly for completion of work.

21. No claim shall be entertained on account of increase in price of labour and material due to any

cause whatsoever.

22. In case of emergency the Contractor shall be required to pay his labour every day and if this is not

done, the Engineer-In-Charge will make the requisite payment and recover the same from the

contractor.

23. Actual quantities of completed and accepted work shall only be paid.

24. No pits shall be dug by the contractor near the site of work or within Govt. land for taking out

earth for use on the works. In case of default the pits so dug will be filled in by the department at

the cost of the contractor plus fourteen percent departmental charges.

25. The rates to be quoted by the contractor shall be inclusive of octroi terminal tax, royalty, cess and

all other taxes and charges. These are for complete work in all respects

26. The Contractor shall not be entitled for any payment on account of work done untill he signs the

agreement.

27. Nothing extra shall be paid for any lead and if unless otherwise specified for any material

required directly or indirectly and the rates to be given in the tender shall include all leads in the

contract schedule.

179 XEN P-II Sonepat

28. The Contractor shall be responsible for any /all losses of material, damage done to unfinished

work as a result of floods and other acts of God. The Govt. will not be responsible for any

compensation as a result of such damage or loss to the Contractor and the Contractor shall be

liable to set right such damage at his own cost to the satisfaction of the Engineer-in-Charge.

29. The royalty, sales tax, cess and any other taxes, if any shall be paid by the contractor direct to the

respective department in accordance with their rules and regulations in force from time to time

without intervention of the Public Works Department.

30. Amount of work may be increased or decreased and any item committed and substituted in

accordance with the requirement of the department and no claim on this amount shall be

entertained. The contractor will have to complete the whole building as per architectural

plans submitted by the Chief Architect Haryana.

31. Contractor shall be responsible to provide to the entire satisfaction of the Engineer-in-Charge at

his own expenses the following amenities for the labour employed by him.

(i) Suitable temporary huts accommodation.

(ii) Trench latrines, bathing enclosures platforms separately for men and women and their regular

cleanliness.

(iii) Clean drinking water.

In the event of his failure to provide any or all of the amenities the same shall be provided by the

Govt. and cost thereof shall be recovered from the contractor. Any dispute regarding above

points shall be settled by the Engineer-in-Charge and his decision shall be final.

32. The contractor shall be responsible for housing, sanitation and medical treatment of laborers

employed by him and shall abide by all the rules and regulations made by Govt. in this behalf

from time to time.

33. For Contractor’s labour regulations, fair wage clause, and rules for protection of health and

sanitation arrangements for workers employed by the public works department or its contractor’s

reference be made to chapter 7,8 and 9 respectively.

34. The jurisdiction of the Court will be at Sonepat.

35. Apprentice Act- The Contractor shall comply with the provisions of the Apprentice Act, 1961 and

the rules and orders issued there-under from time to time. If the Contractor fails to do so his

failure will be breach of the contract the Employer may at his discretion cancel the contract. The

Contractor shall also be liable for any peculiary liability arising on account of any violation by

him of the provision of the Act.

36. If during the execution of the work, the contractor will engage imported labour, he shall

immediately inform the local health authorities entrusted.

37. Imported labour means Labour belonging to a state other than Haryana State.

180 XEN P-II Sonepat

38. All material left at site by the contractor for a period of more than one month after the completion

of work shall become the property of the public works department and Contractor shall have no

claim whatsoever for such material.

39. The Contractor shall maintain at site of work full details of specification of the work fixed by the

Engineer-in-Charge and approved drawing of the work.

40. Nothing extra shall be paid to the Contractor for diversion of water in the channels stream if it

becomes necessary for the execution and completion of the work.

41. The Contractor will not have any claim in case of delay by the Department for removal of tree or

shifting, raising, removing of telegraph, telephone or electric lines (Over head or under ground)

and other structure, if any, which comes in the way of the work.

42. The items rate should be quoted by the Contractor and no condition should be given. In case any

condition is tendered this will be considered as null and void and only item rates quoted by the

tenderer shall be accepted. In case any tenderer refuses to accept this his earnest money will be

forfeited.

43. Relation with Public Authorities:

The Contractor shall comply with all legal orders and directions given from time to time by any

local or public authorities and shall pay out of his own money the fees or charges to which he may

be liable.

45(i) The contractor will be held strictly responsible to the true intent of the specification in regard to

quality of materials, workmanship and the diligent execution of the contract.

(ii) All materials and each part of detail of the work shall be subject at all times to inspection by the

Engineer-in. Departmental Representative or other authorized subordinate who shall be furnished

with reasonable facilities and assistance by the contractor for ascertaining whether or not the work

as performed or the materials used are in accordance with the requirements and intent of the plans

and specifications.

(iii) The contractor shall furnish written information to the Engineer-in-Charge stating the original

source of supply and dates of manufactures of all materials manufactured away from the actual

site of work. The information shall be furnished at least two weeks (or such other period as may

be directed by Engineer-in-Charge in advance of the incorporation of any such materials in the

works.

(iv) Any work done or materials used without supervision or inspection by the Engineer-in-

Charge/Departmental Representative is liable to be ordered to be removed and replaced at the

contractor’s expenses.

(v) If so directed the Contractor shall at any time before the acceptance of the work, remove or

uncover such portion of the finished work as may be directed. After examination, the contractor

shall restore the said portion of the work to the standards required as per specifications. The work

181 XEN P-II Sonepat

shall not be considered to have been completed in accordance with the terms of the contract until

the Engineer-in-Charge-in-charge shall have certified in writing that it has been completed to his

satisfaction. No approval of materials or workmanship or approval of part of the work during the

progress of execution shall bind the Engineer in any way or effect his power to reject the work

when alleged to be completed or to suspend the issue of his certificate of completion until such

alterations or modifications or reconstructions have been affected as shall enable him to certify

that the work has been completed to his satisfaction.

(vi) The inspection of the work or materials shall not relieve the Contractor any of his obligation to

fulfill the terms of the contract as herein prescribed by the plans and specifications.

(vii) Failure to reject any defective work or material will not in any way prevent later rejection when

such defect is discovered or obligate the department to make final acceptance.

46. Canvassing in connection with a tender in any form renders the tender liable to rejection.

47. If there are varying or conflicting provisions made in any documents forming part to the contract the accepting authority shall be the decision authority with regarded to the intension of the documents.

48. If, however, the contractor seeks to some assistance from the department in connection with arranging water/electric connection from the public utility service authorities for the purpose of Govt. work such assistance only to the extent of writing a letter from the Engineer-in-Charge to the authority concerned for giving such connection may be provided. All charges etc. shall be borne by the contractor.

49. The contractor may, on application of the contractor, issue essentiality certificate for Diesel/Petrol (if it becomes a controlled commodity) required for materials to be used on the work but the department will not undertake any responsibility for the arrangement of such Petrol/Diesel, Non availability of any such materials will not absolve the contractor of his contractual obligation.

MAINTAINENCE-CUM-DEFECT LIABILITY PERIOD

50 The defect liability-cum-maintenance period shall be three years from the date of completion in case of original works. For maintenance and S/R works, defect liability period will be one year and re-painting /white wash/snowcem/distempering will not be required. The date of completion shall be considered as the date certified by the Engineer-In-Charge.

50.1 The Engineer shall give notice to the contractor of any defects before the end of the effects Liability-cum-Maintenance Period. The Defects Liability-cum-Maintenance period shall be extended for as long as defects remain to be corrected.

50.2 The Contractor shall correct the notified Defect / Defects within the length of time as specified by the Engineer’s, notice.

50.3 The contractor will be fully responsible for the quality and workmanship of the works executed by him. The liability on account of shortcomings in executed items found by any investigating agency during the defect liability period or afterwards shall be born by the agency.

50.4 The Contractor shall do the routine maintenance of building to the required standards in the manners as per Haryana PWD specifications latest edition, DNIT, agreement conditions and keep the whole building in defect free condition during defect liability period as defined above.

50.5 The routine maintenance standards shall meet the following minimum requirements to the entire satisfaction of Engineer-in-charge.:-

182 XEN P-II Sonepat

i) Plaster work and flooring work to be repaired soon after these appear or brought to his notice either during contractor’s monthly inspection or by the Engineer or otherwise. Repair shall be carried out in a manner which does not affect the aesthetics.

ii) Defective joinery such as door, window, cup-board shutters, chowkhats, wire gauge, glass panes, fitting, fixtures etc. to be rectified / replaced immediately after the defects appear.

iii) Any structural damage / fault / defect to be rectified to the satisfaction of Engineer-In-Charge as soon as the same appears.

iv) Defective or incomplete/improper white washing / colour washing, distempering, painting etc. to be rectified immediately on notice by the Engineer-in-charge.

v) All rain water pipes, sun-shades and the like components to be inspected every fortnightly and cleaned as and when required.

vi) Leakage of water of any kind in the building to be set right immediately on priority.

vii) All electrical / Public Health installations including wiring, pipelines etc. made in the building to be repaired / rectified / replaced as soon as any defect has appeared / notice.

viii) The agency shall make good all the items / works damaged during the repair being done by him and bring the same in original form.

ix) Any other maintenance operation required to keep the building use worthy at all the time during the maintenance period.

x) He shall maintain a register in the building for daily recording the defects, damages, shortcomings noticed by user and address the problem within three days or else he will approach the Engineer-in-charge for extension of this time.

xi) Before the end of defect-cum-maintenance period is completed, painting, snowcem, white washing, distempering, Providing and fixing broken window panes, door /window fittings, Public Health fixtures, taps etc. of the whole building as per original work will be carried out by the contractor to the entire satisfaction of the Engineer-In-Charge and nothing extra will be paid.

50.6 To fulfill the objectives laid down in above sub clauses, the Contractor shall undertake detailed inspection of the building at least once in a month. The Engineer-in-charge can reduce this frequency in case of emergency. The Contractor shall forward to the Engineer-in-charge the record of inspection and rectification every month. The contractor shall pay particular attention on the maintenance of building during rains and rainy season.

50.7 The Engineer may issue notice to the Contractor to carry out maintenance or remove defects, if any, notice in his inspection, or brought to his notice. The contractor shall remove the defects within the period specified in the notice and submit to the Engineer-in-charge a compliance report. By not giving notice, will not absolve the contractor from his responsibility.

50.8 In case the Contractor fails to make good the defects, the Executive Engineer may employ any other person to make good such defects and all expenses consequent and incidental there to shall be borne by the Contractor.

50.9 The contract shall not be considered as completed until a defect liability-cum-maintenance certificate has been signed by the Executive Engineer and delivered to the contractor stating that the works have been completed and maintained to his satisfaction. The defect liability-cum-maintenance certificate shall be given by the SE or the recommendations of XEN. SE will send copy of such certificate to CE(Bldgs) alongwith CD.

51. Department shall not be responsible for any depreciation in the value of securities, not for any

loss of interest thereon.

52. There will be double lock system for the cement store. One Key of the lock will be with the representative of the department and other key of the lock will be with the agency.

53. If the agency does not fill/quote the rates of any items then it will be considered as NIL and same will be executed by the agency free of cost and it will be contingent to work. The agency will have to give an

183 XEN P-II Sonepat

undertaking on account of above, other wise earnest money will be forfeited; in addition, Engineer-in-Charge my also blacklist the agency.

54. A FOR EXCESS CONSUMPTION OF MATERIALS FROM THE THEORETICAL CONSUMPTION

(i) No Claim for Excess Consumption of material other than those specified shall be entertained by the department.

B. FOR SHORT CONSUMPTION OF CEMENT

(i) Upto 5%, the recovery of cost of material thus saved shall be made from the contractor at the base price as applicable on the date of tender.

(ii) Less consumption by more than 5% (i.e. above 5 %) the rates of items of work involved shall be reduced. If it is not possible to determine the exact items on which less material has been used, the cost of the material so saved shall be recovered from the contractor at double the issue rate. The Executive Engineer reserves the right to take any other deterrent action which he deems fit against the contractor. It shall be at the discretion of the department to determine whether the stability of the structure is affected adversely due to less consumption of materials and in case it is felt that it is likely to be so, the Executive Engineer-in-charge shall reject the work and the decision of Superintending Engineer in such matter shall be final.

55 No claim of any kind what-so-ever shall be entertained for any and all the losses or damages to the contractor due to the completion of the work getting delayed due to the failure or delay on the part of the public works department under the terms and conditions of the contract.

56. The contractor shall supply at his own cost and expenses all labour materials etc. for labour and checking of any portion of the work during construction. Whosesoever required by the Engineer-in-Charge or his representative and nothing extra shall be paid for same.

57. Occupation of Additional Lands:In case, when it becomes necessary for due fulfillment of the contract for the contractor to occupy land outside the P.W.D. limits the contractor shall make his own arrangement with the land owners and pay such amount, as may be mutually agreed upon by them.

58 No claim by the contractor for additional payment will be allowed on the ground of any misunderstanding or misapprehension in respect of any such matter or otherwise on the ground of any allegation or fact that incorrect information was given to him by any person whether in the employ of the Govt. or not or of the failure on his part to obtain correct information nor shall the contractor be relieved from any risk or obligations imposed on or undertaken by him under the contract on any such ground or on the ground that he did not or could not fore-see any matter which may in fact, effect or have affected the execution of the work.

59. During the absence on work of the Engineer-in-Charge he shall be represented by one of his subordinate whose duties are to watch and supervise the works, to test and examine any materials to be used or workmanship employed to ensure that the works are performed in conformity with the plans, estimates and specifications in all respects and to keep Engineer-in-charge informed of the progress of the works and the manner in which they are done. The Engineer-in-charge may from time to time delegate any of the powers and authorities vested in him to the departmental representative in writing.

60. The Departmental representative shall have no authority to alter or waive the provisions of plans and estimates and specifications or to relieve the contractor or any of his duties or obligations under the contract. He shall however, have the authority to inform the contractor in writing to replace any materials considered defective and to suspend, to do, or rectify the work improperly performed or not according to plans and estimates or specifications in his judgment and the contractor shall comply.

61. Failure of the Departmental Representative to disapprove any work of materials shall not prejudice the power of the Engineer-in-Charge thereafter to disapprove such work or materials and to order the pulling down, removal or breaking up thereof. If the contractor shall be dissatisfied by reason of any decision of the Departmental representative, he shall be entitled to refer the matter to the Engineer-in-Charge. Who shall thereupon confirm or reverse such a decision.

62. The contractor shall also inform the Engineer-in-Charge in writing when any portion is ready for inspection giving him sufficient notice to enable him to inspect the same without retarding the further progress of the work.

184 XEN P-II Sonepat

63. Unless otherwise provided in the contract document materials such as rubble, gravel sand, murrum, kankar earth, soil, etc. obtained from excavation and materials obtained by dismantling any existing structures shall remain the property of the Government.

64. Any tress branches, bushes, crops etc. which may be required to be cut during the execution of the work shall be handed over to the Public Works Department or disposed of as directed.

65. The contractor will submit the design of temporary structure scaffolding to department in advance without any cost. The contractor will remain responsible for design and safety of scaffolding irrespective of approval by the Engineer-in Charge

66. The contractor shall use canal water for construction of building or water from any other sources as approved by the Engineer-in-Charge. Water should be got tested at regular intervals i.e. maximum of 2(two) months from the laboratory approved by the Engineer-in-Charge and no extra cost will be paid for the same. Water to be used shall meet latest IS standard as per IS 456/other relevant codes.

185 XEN P-II Sonepat

CHAPTER-7Contractor’s Labour Regulation

1. Short Title

These regulations may be called Haryana Public Works Department Contractor’s Labour Regulations.

2. Definition

In these regulations, unless otherwise expressed or indicated the following words and expressions shall have the meaning hereby assigned to them respectively that is to say :

(1) Labour means workers employed by a Public Works Department contractors directly or indirectly through a sub-contractor or other persons of by an agent on his behalf.

(2) Fair wages means, whether for item or place work, notified at the time of inviting tenders for the work and where such wages have not been so notified the wages prescribed by the Public Works, Department for the district in which the work is done.

(3) “Wages” shall have the same meaning as defined in the payment of Wages Act 1936 and includes time and place rate wages.

3. Display of notice regarded wages etc.

The contractor shall before he commences his work on contract display and correctly maintain & continue to display and correctly in a clean and legible condition in conspicuous places on the work notice in English and in the Local Language spoken by the majority of the Workers giving the fair wages notified or prescribed by the Haryana Public Works Department and the hours of work for which such wages are earned.

4. Payment of Wages

(i) Wages due to every worker be paid to him directly.

(ii) All wages shall be paid in current coin or currency or in both.

5. Fixation of Wages Periods

(i) The contractor shall fix the wage periods in respect of which the wages shall be payable.

(ii) No wage period shall exceed one month.

(iii) Wages of every workman employed on the contract shall be paid before the expiry of ten days after the last day of the wage period in respect of which the wages are payable.

(iv) When the employment of any worker is terminated by or on behalf of the Contractor, the wages, earned by him shall be paid before the expiry of succeeding the one on which his employment is terminated.

(v) All payment of wages shall be made on a working day.

186 XEN P-II Sonepat

6. Wages Book and Wages Slip etc.

(i) The contractor shall maintain a wage book of each worker in such form as may be convenient but the same shall include the following particulars

(a) Rate of daily or monthly wages.

(b) Name of work on which employed.

(c) Total numbers of days worked during each wage period.

(d) Total amount payable for the work during each wage period.

(e) All deductions made from the wages with an indication in each case of the ground for which the deduction is made.

(f) Wages actually paid for each wage period.

(ii) The contractor shall also maintain a wage slip for each worker employed on the work.

(iii) The authority competent to accept the contract may grant an exemption from the maintenance of Wages book and Wage Slips to a contractor who in his opinion may not directly or indirectly employ more than 100 persons in the work.

7. Fines and deductions which may be made from wages

(1) The wages of a worker shall be paid to him without any deduction of any kind except the following :

(a) Fines.

(b) Deductions for absence from duty i.e. from the place or places where by the terms of his employment he is required to work. The amount of deduction shall be in proportionate to the person for which he was absent.

(c) Deductions for damage to or loss of goods expressly entrusted to the employed person for custody or for loss of money for which he is required to account where such damage or loss is directly attributable to his neglect or default.

(d) Any other deductions which the PWD may from time to time allow.

2.) No fine shall be imposed on a worker and no deduction for damage or loss be made from his wages until the worker has been given an opportunity of showing cause against such fines or deductions.

3.). The total amount of fine which may be imposed in any one wage period on a worker shall not exceed an amount equal to 50 paisa in a rupee of the wage payable to him in respect of that wage period.

4.) No fine imposed on any worker shall be recoverable from him by installments or after the expiry of 60 days from the date on which it was imposed.

8. Register of Fine etc.

1. The contactor shall maintain a register of fine and of all deductions for damage or loss such Register shall maintain the reason for which fine was imposed or deduction for damage or loss was made.

187 XEN P-II Sonepat

2. The contractor shall maintain, a list in English and local Indian Language clearly defining acts and commissions for which penalty of fine can be imposed. He shall display such list and maintain it in a clean and legible condition in conspicuous places on the work.

9. Preservation of Books

The wage book, the wage slips and the Register of lines, deductions required be maintained under these regulations shall be preserved for 12 months after the date of last entry made in them.

10. Power of Labour Welfare Officer to make Investigation of Enquiry

The Labour Welfare Officer or any person authorized by the Government on their behalf shall have power to make enquiries with a view to ascertaining and enforcing due and proper observance of the wage clause and provisions of their regulations. He shall investigate into any complaint regarding the default made by the Contractor or sub-Contractor in regard to such provisions.

11. Report of Labour Welfare Officer

The Labour Welfare Officer or any other person authorized aforesaid shall submit a report of the result of his investigations enquiry to the Executive Engineer concerned indicating the extent, if any, to which the default has been committed and the amount of fine recoverable in respect of the acts or commission and omission of the labourer with a note that necessary deduction from contractor’s will be made and the wages and other dues be paid to the labourers concerned.

12. Appeal against the decision of Labour Welfare Officers

Any person aggrieved by the decision and recommendation of the Labour Welfare Officer or other person so authorized may appeal against decision to the Labour Commissioner but subject to such appeal the decision of the officer shall be final and binding upon the Contractor.

12A- No party shall be allowed to be represented by a lawyer during any investigation, enquiry appeal or any other proceedings under these regulations.

13. Inspection of Register

The contractor shall allow inspection of the Wage Book. Wage Slips to any of his workers or to his agent at a convenient time and place after due notice is received, or to the Labour Welfare Officer or any other person authorized by the Haryana Government in his behalf.

14. Submission of Returns

The contractor shall submit periodical as may be specified from time to time.

15. Amendment

The Haryana Government may, from time to time and to amend these regulations, the decision of the Labour Commissioner, Haryana Government or any other person authorized by the Haryana Government in that behalf shall be final.

Executive Engineer,Provincial Division, No-IIHr.PWD (B&R), Br. Sonepat Phone : 0130-2200575

Email: [email protected]

188 XEN P-II Sonepat

CHAPTER-8III-FAIR WAGES CLAUSES

FAIR WAGE CLAUSES

(a) The Contractor shall pay not less than the fair wage to labourers engaged by him on the work.EXAM INATION :- Fair W a ge’ means wage whet her for t i me of p i ec e work noti f i e d

from t i me t o t i me for the area a nd where such wa ges ha ve not been s o not i fi ed t he wa ges speci fi ed b y t he P ubl i c W orks (B &R) Dept t . Ha ryana for the dis t r ic t in whi ch t he work is done.

(b) The Contractor shall not withstanding the provisions of any agreement to the contrary, caused to be paid fair wages to labour, indirectly engaged on the work including any labour engaged by his sub-contractors in connection with the said work, as if the labourers had been directly employed by him.

(c) In respect of labour directly or indirectly employed on the works for the performances of the contractor’s part on this agreement the contractor shall comply with or cause to be complied with the Haryana PWD Contractor’s Labour’s Regulations made by the Government from time to time in regard to payment of wages wage period deductions from wages recovery of wages not paid and deductions unauthorized made maintenance of wage register wage book, wage slip, publication of wages and other terms of employment inspection and submission of periodical returns and all other matters of a lime nature.

(d) The Executive Engineer or Sub Divisional Engineer concerned shall have the rights to deduct, from the moneys due to the Contractor, any sum required or estimated to be required for making good the loss suffered by a worker or workers by reason of non-fulfillment of the conditions of the contract for benefit of the workers, non payment of wages or deductions made from his or their wages, which are not justified by terms of the contract for non observance of the regulations referred to in clause (c) above.

(e) Vis-�-vis the Haryana Government, the Contractor shall be primarily liable for all payments to be made under and the observance of the regulations aforesaid without prejudice to his right to claim indemnity from his sub Contractors.

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

Executive Engineer,Provincial Division, No-IIHr.PWD (B&R), Br. Sonepat Phone : 0130-2200575

Email: [email protected]

189 XEN P-II Sonepat

CHAPTER-9

RULES FOR PROTECTI ON OF HEALTH & S ANITARY ARRANGEM ENTS

Rules for the Protection of Health and Sanitary Arrangements for Workers Employed by the Haryana Public Works Department or its Contractors

The Contractor shall at his own expense provide or arrange for the provision of foot wear for any labour doing cement mixing work (the Contractor has undertaken to execute under this contract) to the satisfaction of the Engineer – in – charge and on his failure to do so Government shall be entitled to provide the same and recover the cost thereof from Contractor.

The Contractor shall submit by the 4th and 19th of every month to the Executive Engineer a true statement showing in respect of the second half of the proceeding month and the first half of the current month respectively (i) the number of labourers employed by him on the work (ii) their working hours (iii) the wages paid to them (iv) the accident that occurred during the said forthright showing the circumstances under which they happened and the extent of damage and injury caused by them and (v) the number of female workers who have been allowed Maternity benefit according to clause 19-F and the amount paid to them failing which the Contractor shall be liable to pay to Government a sum not exceeding Rs. 50/- for each default or materially incorrect statement. The decision of the Executive Engineer shall be final in deducting from any bill due to the contractor the amount levied as fine.

Maternity benefit for female workers employed by the Contractor, leave and pay during leave shall be regulated as follow: -

1. LEAVE (i) in case of delivery/maternity leave not exceeding 8 weeks (4 weeks up to and including the day of delivery and 4 weeks following that day) (ii) in case of miscarriage : up to 3 weeks from the date of miscarriage.

2. PAY (i) In case of delivery, leave pay during maternity leave will be at the rate of the woman’s average daily earning calculated on the total wages earned on the day when full time work was done during a period of 3 months immediately preceding the date of which she gives notice that she excepts to be confined or at the rate of Rs. 12/- per day which ever is greater.

(ii) In case of miscarriage, Leave pay at the rate of average daily earning calculated on the total wages earned on the days when full time work was done during a period of 3 months immediately proceeding the date of such miscarriage.

(iii) Conditions for the grant of Maternity leave :- No Maternity leave benefit shall be admissible to a woman unless she produces a certificate of confinement and excepted delivery within 4 weeks proceeding the date on she proceeds on leave.

3. FIRST AID (a) At every work place, there shall be maintained in readily accessible place first aid appliances including an adequate supply of sterilized dressing and cotton wools. The appliances shall be kept in good order and in large workplaces it shall be placed under the charge of a responsible person who shall be readily available during the working hours.

(b) All large work places where hospital facilities are not available within easy distance of the work, first aid post shall be established and be run by a trained compo under.

(c) Where large work places are remote from regular hospital an indoor ward shall be provided with one bed for every 250 employees.

(d) Where large work places are situated in cities, towns in their suburbs and no beds are considered necessary owing to the proximity of city or town hospitals a suitable transport shall be provided to facilitate removal of urgent cases to these hospitals.

At other work place, the conveyance facilities such as car shall be kept readily available to take injured or persons suddenly taken seriously ill, to the nearest hospital.

190 XEN P-II Sonepat

SCALES OF ACCOMMODATION IN LATRINES URINALS

These shall be provided within the precinct of every work places, Latrines and Urinals in an accessible place and the accommodation separately for each of them shall not be less than the following scales : -

No. of Shades

(a) Where the number of persons does not exceed 50 2

(b) Where the number of persons exceeding 50 but 3does not exceeds 100

(c) For every additional 100 3 per 100

In particulars cases the Executive Engineer shall have the powers to very the scale where necessary.

Latrin es and Urina ls for women If women are employed, separate latrines and urinals screamed from these for men and marked in vernacular in conspicuous letters ‘FOR WOMEN ONLY’ shall be provided on the scale laid in rules, Similarly those for men shall be marked ‘FOR MEN ONLY’ A poster showing the figures of a man and women shall also be exhibited at the entrance of latrine for each sex. There shall be adequate supply of water close to latrines.

LATRINES AND URINALExcept in work places provided with flush latrines concerned with a water borne sewerages systems all latrines shall be provided with receptacies order earth system which shall be in working order and kept in strictly sanitary conditions. The receptacles shall be tarried inside and outside at least once a year.

The inside walls shall be constructed of masonry or some suitable heat resisting non absorbent material and shall be cement washed inside and outside at least once a year. The dates of cement shall be noted in register maintained for this purpose and kept available for inspection.

DISPOSAL OF EXCRETA

Unless otherwise aggranged for by the local sanitary authority arrangements for proper disposal and a sanitary of excreta by incineration at the work place shall be made by means of a suitable incineration approved by the Asstt. Director of Public Health or Municipal Medical Officer of Health, as the case may be, in whose jurisdiction the work place is situated. Alternately excreta may be disposed of by putting a layer of night soil at the bottom of pucca tank prepared for the purpose and covering it with 9 inches layers of earth for a fortnight when it will turn into a manure.

CRECHE:

At every work place these shall be provided free of cost two suitable sheds one main and the other for the use of labour. The height of the shelter shall not be less than eleven feet from the floor level to the lowest part of the roof.

PROVISION OR SHELTER DURING REST:

At every work place at which 50 or more women workers are ordinary employed, these two huts for use of children under the age of six years belonging to such women. One hut shall be used for infants “Games and to play” and the other as their bed room. The hut shall not be constructed on a lower standard then the following :-

(i) Thatched roofs.

(ii) Mud floors and walls.

191 XEN P-II Sonepat

(iii) Plants spread over mud floor and covered with mating.

The huts shall be provided with suitable and sufficient opening for light and ventilations. There shall be adequate provision of sweepers to keep the place clean. There shall be two day attendant. Sanitary, utensils shall be provided to the satisfaction of Health Office of the area concerned. The use of the hut shall be restricted to children, their attendant and mothers of the children.

CANTEEN:A cooked food canteen on a moderate scale shall be provided for the benefit of workers where over it is

considered expedient.

GENERAL RULES AS TO SCAFFOLDS :

(i) Suitable scaffolds shall be provided for all workmen for all works that cannot be safely done from a ladder or by other means.

(ii) A scaffolds shall not be constructed taken down or substantially altered except.

(a) Under the supervision of a competent and responsible person, and

(b) As far as possible by competent workers possessing adequate experience

in this kind of work.

(c) All scaffolds and appliances connected there with and ladder shall :-

1. be of sound material.

2. be of adequate strength having regard to the load and strains to which they will be subjected and.

3. be maintained in proper condition.

4. scaffolds shall not be overloaded and so far as practicable, the load shall be evenly distributed.

5. scaffolds shall be so constructed that no part there of can be displaced in on normal use.

6. Before installing, lifting gear on scaffolds special precautions shall be taken to ensure the strength and stability of the scaffolds.

7. scaffolds shall be periodically inspected by the competent person.

8. before allowing a scaffold to be used by the workman, every care shall be taken to see whether the scaffolds have been erected by his workmen and steps taken to ensure that it complies fully with the requirement of the articles.

9. Working platforms gangways and stairways shall.(a) be so constructed that no part of the road is covered.

(b) Be so constructed and maintained, having regard to the prevailing condition as to reduce as for as practicable.

(c) Be kept free from any unnecessary obstruction.

192 XEN P-II Sonepat

(d) In case of working platforms gangways place and stairways at a height exceeding that to be prescribed by a national laws and regulations :-

(i) Every working platform and every gangway shall be closely boarded unless other adequate measures are taken to ensure safety.

(ii) Every working platform and every gangway shall have adequate width, and.Every opening in the floor of a building or in working platforms shall except for the time and to

the extent required to allow the access of persons or the transport or shifting of material be provided with suitable means to prevent the fall of persons or materials.

When persons are employed on a roof where there is a danger of failing from a height exceeding that to be prescribed by national laws of regulations suitable precautions shall be a taken to prevent the fall of persons or materials.

Suitable precautions shall be taken to prevent persons being struck by articles which might fall from scaffolds or other working places.

1. Soft means of access shall be provided to all working platforms an other working places.2. Every place where work is carried on the means approach there to shall be adequately lighted.3. Every ladder shall be securely fixed of such length as to provide secure hand held and foot at every

position at which it is used.

4. Adequate precautions shall be taken to prevent danger from electrical equipment.

5. No material on the site shall be so stacked or placed as to cause danger to any person.

GENERAL RULES AS TO SAFETY EQ UIPM ENT AND FIRST AID

(1) All necessary personal safety equipment shall be kept and available for use of the persons employed on the site be maintained in condition suitable for immediate use.

(2) The worker shall be required to use the equipment thus provided and the employed shall take adequate steps to ensure proper use of the equipment by these concerned.

Adequate provision shall be made for prompt first aid treatment of all injuries likely to be sustained during the course of the work.

193 XEN P-II Sonepat

EXPLANATORY NOTES

1. The above rates are for complete work including cost of all materials, labour, tools and plants and water etc. unless or otherwise specified.

2. All other items covered by the Haryana PWD schedule of rates 1988, 2nd edition corrected upto date and got carried out, if any will be paid for as per Haryana PWD schedule of rates 1988, 2nd edition corrected upto date subject to the accepted tendered Premium / abatement given by the contractor for similar item of relevant chapter.

3. All clauses and notes given in the Haryana PWD schedule of rates 1988 2nd edition with upto date correction slips issued upto the date of tender shall be applicable to all above items wherever necessary.

4. The description, rates, units, etc. of above schedule shall be corrected as per Haryana PWD schedule of rate 1988, 2nd edition in case of any error or omission.

5. Chapter numbers with items referred to above are of Haryana PWD schedule of rates 1988 2nd

edition, corrected upto date.

6. The whole work shall be carried out strictly in accordance with the Haryana PWD specifications book 1990 latest edition as applicable to Haryana State with upto date correction slips.

7. No premium shall be payable on the items which are not provided in the Haryana PWD schedule of rates 1988, 2nd edition, corrected-up-to-date.

8. Samples of all building materials, doors and windows, fittings and other articles required for use on the work shall be got approved from the Engineer-in-Charge, Articles manufactured by firms of repute, approved by the Engineer-in-Charge shall only be used. Only articles classified, as First Quality by the manufactures shall be used. Articles which are not First quality shall be rejected by the Engineer-in-Charge. Preference shall be given to those articles, which bear I.S.I. certification mark. In case articles bearing ISI certification mark are not available, the quality of samples brought by the contractor shall be judged by the standards laid down in the relevant ISI specifications. All materials and articles brought by the contractor to the site of work for use shall confirm to the samples approved, which shall be preserved till the completion of work. Final decision to reject any material shall rest with the Engineer-in-Charge.

9. The contractor shall provide suitable measuring arrangements at site for checking of various articles brought by him to ensure mixing in specified proportions.

10. The contractor shall provide such recesses, hole, openings etc. as directed by Engineer-in-Charge as required for the Electrical / sanitary work and nothing shall be payable on this account.

11. Thickness of RCC shall be measured and paid for structural sizes designed.

12. Steel used in supports, spacers and for hooks and overlaps, which are not, approved i.e. which are not provided according to the drawing or the instructions of Engineer-in-Charge shall not be measured for payment.

13. Where there is a provision for flush door shutters, only doors as bear the ISI certification marks and arranged from manufacturer of good repute like Green, Duro, KITPLY, shall be accepted. In case flush door shutters bearing ISI certification marks are not available in the market, flush door shutters confirming to ISI specifications and arranged from manufacturer of good repute shall only be accepted. They should be water proof, termite proof and have a guarantee for 10 years for any defect liability.

14. Steel butt hinges shall strictly confirm to Indian standard specification, IS-1341-1970 (Latest edition) and dimensions given in table 2 for medium weight cold rolled mild steel butt hinges of the above specifications Hinges shall be of good workmanship and manufactured by the firm of good repute.

15. Analysis of rates for non-schedule / non agreement items i.e. items which are not provided in the Notice Inviting Tender / Haryana PWD Schedule of Rates, 1988 2nd editions corrected upto date

194 XEN P-II Sonepat

shall be payable as per actual lowest market rates from the recognized public market suitable to the executing division and wages of labour as applicable at the time of execution of work, plus admissible contractors profit and over head charge. For such items of materials the contractor shall be required to produce original vouchers which shall be subjected to verification by the Engineer-in-Charge. The rates for non-schedule items shall be approved by the competent authority as recognized in the departmental financial rules in existence at the time of approval.

16. First Quality glazed/ceramic/vitrified tiles of reputed manufactures such as Kajaria, RAK, NITCO, Naveen to be supplied by the Deptt. or arranged by the contractor.

17. The Tender with the condition regarding steel work to be done at labour rates shall be considered invalid and rejected straightway.

18. The quantities of all items given in the Schedule are tentative. These can be increased or decreased as per working Architectural drawings/structurals drawings & nothing extra shall be paid.

19. For quality control, the contractor shall be required to use cement concrete mix giving a minimum cube strength as may be prescribed in the relevant structural drawings of work. For cement concrete and cement mortar work and other items the test should be regularly carried out as per procedure laid down in relevant I.S.I. & other codes at the expense of the contractor. The rates provided in the H.S.R. 1988 2nd edition included the cost of such testing.

20. Irrespective of what is stated in para 6 of General Rules of Haryana P.W.D. schedule of rates, 1988 2nd edition no carriage of cement, steel, bricks and water or any other type or material shall be admissible irrespective of any lead involved.

21. All the flooring like terrazzo, Kotah stone or marble flooring should be granite finished. No extra rate shall be paid on this account to the contractor

22. Where-ever brick work or earth filling/embankment work is to be executed, the same has to be executed in accordance with the provision in the Fly Ash Notification dated 14.9.99 & 27.8.2003 i.e. by using Fly Ash brick and filling/embankment constn. by Pond Ash/Fly Ash as specified in the aforesaid notification after getting the design approved from Engineer-in-Charge. Only I.S.I. marked factory manufactured flush door shutter ply and block board should be used, where ever required.

23. In case factory manufactured items, the contractor will get the name of manufacturers approved form deptt. and a warranty of 5 years certificate in favour of Engineer-in-Charge in charge. In case of door shutters the type of wood used shall also be given by the manufacturer. The agency shall produced a certificate that door & window shutters fixed at site are actually factory manufactured –in case agency fails to do so the rate for the same shall be paid for site manufactured shutters as per HSR 17.30 & 17.31 of HSR 1988 2nd edition.

24. The agency will provide 2 Nos. boards of size 4’ X 2�’ at the site of work intimating the details of the project otherwise deduction will be made from the first running bill of the Agency @ Rs 15000/- per board.

25. Contractor will use coarse aggregate (all type of stone grit) and course sand i.e. stone dust (Zone IInd as per IS code). The material should confirming to the latest IS specification.

26. Regular and monthly quality control test as per frequency as per IS code specification / PWD specification is to be done by the Contractor at his own cost and submit the result to the Engineer-in-Charge regularly and in case if he fails to do the same, Engineer-in-Charge will got conduct all quality control test as per frequency for any reputed lab & amount of the same will be recovered for the agency. Beside this Engineer-in-Charge will carry out their own quality control test and also will engage IIIrd party quality control agency for proper quality control work and charges of this will be borne by the Govt.

27. All aluminum fittings for doors and windows shall be of ‘Classic’ or equivalents make confirming to I.S. Specifications as approved by the Engineer-in-Charge.