GOVERNMENT OF WEST BENGAL

61
Memo. No. 851 Dated: 21/09/2021 Sealed Tender in specified printed form are invited for the following work(s) from reliable, resourceful, experienced and bonafied Contractors who may be found eligible after scrutiny of their credentials to be submitted as per particulars given below, and will be received by the Assistant Engineer, NRS Hospital Sub Division, (P.W.D.) for & on behalf of Govornor of West Bengal, in the tender box kept in his chamber or as stated otherwise, upto specified date and time limit. 1. Name of The Work. :- See ANNEXURE 2. Estimated Amount put to Tender. :- See ANNEXURE 3. Earnest Money. :- See ANNEXURE 4. Cost of documents for Tender agreement (Rs.) :- See ANNEXURE 5. Time of completion of work. :- See ANNEXURE 6. Contractor’s eligibility to submit the Tender. :- See ANNEXURE 7. Last Date and time limit of receipt of Application of seeking permission. :- 05/10/2021upto 16:00 hours. 8. Last Date and time limit for permission. :- 07/10/2021upto 16:00 hours. 9. Last Date and time limit for receipt of Tender. :- 08/10/2021upto 14:00 hours. (in the tender box kept in the chamber of Assistant Engineer, (P.W.D.), NRS Hospital Sub Division Division.) 1. Willing contractors will apply for eligibility in their printed pad containing full mailing address with present telephone no. On satisfaction of his eligibility the prescribed formate will be issued to the agency himself or his authorized representative.The prescribed formate shall be submitted by the intending agency with non - refundable, self attested Xerox copies of supproting documents (Original to be shown for verification by this office).Should be submitted to the Assistant Engineer, NRS Hospital Sub Division, (P.W.D.) 2. Technically qualified agency as allowed by the Tendering Authority shall be allowed to submit the tender documents in the Tender Box kept in the chamber of the tendering authority along with permission certificate of technical eligibility to be received from the office of the tendering authority. However, Tender documents are to be downloaded from the Departmental website (http://www.pwdwb.in/). Page-1 of 6 G GO OV VE ER RN NM ME E N NT T O OF F W WE ES S T T B BE EN NG GA AL L OFFICE OF THE ASSISTANT ENGINEER N.R.S. Hospital Sub – Division, 138, A.J.C.Bose Road, Kolkata – 700014. Tel : 033-22860013 email: [email protected] NOTICE INVITING TENDER Notice Inviting Tender No. 06 of 2021-2022 of A.E, N.R.S. Hospital Sub - Division, PWD

Transcript of GOVERNMENT OF WEST BENGAL

Memo. No. 851 Dated: 21/09/2021

Sealed Tender in specified printed form are invited for the following work(s) from reliable, resourceful,experienced and bonafied Contractors who may be found eligible after scrutiny of their credentials tobe submitted as per particulars given below, and will be received by the Assistant Engineer, NRSHospital Sub Division, (P.W.D.) for & on behalf of Govornor of West Bengal, in the tender box kept inhis chamber or as stated otherwise, upto specified date and time limit.

1. Name of The Work. :- See ANNEXURE

2. Estimated Amount put to Tender. :- See ANNEXURE

3. Earnest Money. :- See ANNEXURE

4. Cost of documents for Tender agreement (Rs.) :- See ANNEXURE

5. Time of completion of work. :- See ANNEXURE

6. Contractor’s eligibility to submit the Tender. :- See ANNEXURE

7. Last Date and time limit of receipt of Application of seekingpermission.

:- 05/10/2021upto 16:00 hours.

8. Last Date and time limit for permission. :- 07/10/2021upto 16:00 hours.

9. Last Date and time limit for receipt of Tender. :- 08/10/2021upto 14:00 hours.

(in the tender box kept in thechamber of Assistant Engineer,(P.W.D.), NRS Hospital Sub DivisionDivision.)

1. Willing contractors will apply for eligibility in their printed pad containing full mailing address with

present telephone no. On satisfaction of his eligibility the prescribed formate will be issued to the

agency himself or his authorized representative.The prescribed formate shall be submitted by the

intending agency with non - refundable, self attested Xerox copies of supproting documents (Original

to be shown for verification by this office).Should be submitted to the Assistant Engineer, NRS Hospital

Sub Division, (P.W.D.)

2. Technically qualified agency as allowed by the Tendering Authority shall be allowed to submit the tender

documents in the Tender Box kept in the chamber of the tendering authority along with permission

certificate of technical eligibility to be received from the office of the tendering authority. However,

Tender documents are to be downloaded from the Departmental website (http://www.pwdwb.in/).

Page-1 of 6

GGOOVVEERRNNMMEENNTT OOFF WWEESSTT BBEENNGGAALLOOFFFFIICCEE OOFF TTHHEE AASSSSIISSTTAANNTT EENNGGIINNEEEERR

NN..RR..SS.. HHoossppiittaall SSuubb –– DDiivviissiioonn,,113388,, AA..JJ..CC..BBoossee RRooaadd,, KKoollkkaattaa –– 770000001144..

Tel : 033-22860013 email: [email protected]

N O T I C E I N V I T I N G T E N D E RNotice Inviting Tender No. 06 of 2021-2022 of A.E, N.R.S. Hospital Sub - Division, PWD

3. Intending bidder may download the tender documents from the website of

http://www.pwdwb.in/directly and necessary Earnest Money may be deposited through Demand

Draft / Pay Order issued from any nationalized bank in favour of the “Executive Engineer, Kolkata

Central Health Division, Public Works Directorate, Government of West Bengal should be

submitted physically to the Office of The Assistant Engineer, NRS Hospital Sub Division, (P.W.D.)”

under sealed cover during dropping of Tender as mentioned in this NIT.

4. In case of inadvertent typographical mistake found in the Specific Price Schedule of Rates, the same will

be treated as to be so corrected as to conform with the prevailing relevant Schedule of Rates and/or

Technically Sanctioned Estimate.

5. Running payment for work may be made to the executing agency as per availability of fund. The

executing agency may not get a running payment unless the gross amount of Running Bill stands at

least 30% (thirty percent) of the tendered amount. Provisions in Clause(s) 7, 8& 9 contained in W.B.

Form No. 2911(ii) so far as they relate to quantum and frequency of payment is to be treated as

superseded.

6. *Cost of Tender Documents: - The successfulBidder / Tenderer mustpaid the Tender Cost at

the time of Formal Tender Agreement.

7. Earnest Money:-The amount of Earnest Money is to be submitted in the shape of Bank Draft/Pay

Order of any Nationalised Bank drawn in favour of the “Executive Engineer, Kolkata Central

Health Division, P.W.D.” against the work. At the time of dropping the tender, if it is observed

that the EM has not been submitted or drawn before the date of NIT then the respective agency will be

debarred from participating in any tender for 1 (one) year from the date of dropping of this tender

within the jurisdiction of Chief Engineer, PWD, South Zone.

Additional Performance Security @10% of the tendered amount shall be obtained from the

successful bidder if the accepted bid value is 80% or less of the Estimate put to tender.

The Additional Performance Security shall be submitted in the form of Bank Gurantee

from any Scheduled Bank before issuance of the Work Order. If the bidder fails to submit the

Additional Performance Security within seven working days from the date of issuance of

Letter of Acceptance, his Earnest Money will be forfeited and other necessary action as per

NIT like blacklisting of the contractor etc may be taken. The Bank Gurantee shall have to be

valid up to end of the Contract Period and shall be renewed accordingly, if required.

The Bank Gurantee shall be returned immediately on successful completion of the

Contract. If the bidder fails to complete the work successfully, the Additional Performance

Security shall be forfeited at any time during the pendency of the contract period after

serving proper notice to the contractor. Necessary provisions regarding deduction of security

deposit from the progressive bills of the contractor as per relevant clauses of the contract

shall in no way be altered/affected by provision of this Additional Performance Security.

8. The Assistant Engineer, NRS Hospital Sub Division, Public Works Directorate, Government of

West Bengal reserves the right to reject or accept any or all the offer(s) without assigning any reason

whatsoever and is not liable for any cost that might have been incurred by any Tenderer at the stage of

Bidding.

9. Refund of EM: The Earnest Money of all the unsuccessful Tenderers deposited in will be refunded by

the Executive Engineer, Kolkata Central Health Division, PWD on receipt of application from unsucessfull

Tenderers on the basis of P.W.D. accounts Branch notification no. 451-A/ PW/O/10C-35/10 dated

26/07/2011 of the Secretary to the Govt. of West Bengal.

10. The intending tenderers are required to quote the rate andtodrop the tender papers with Price

Schedule, NIT etc. in a sealed envelop kept in the chamber of the Assistant Engineer in this

office.

Page- 2 of 6

11.Contractor shall have to comply with the provisions of (a) the contract labour (Regulation Abolition) Act.

1970 (b) Apprentice Act. 1961 and (c) minimum wages Act. 1948 and any other notification thereof or

any other laws relating there to and the rules made and order issued there under from time to time.

12. During the scrutiny, if it comes to the notice of the tender inviting authority that the credential(s)

and/or any other paper(s) of any bidder is / are incorrect/ manufactured/ fabricated, that bidder(s) will not

be allowed to participate in the tender and that application will be rejected outright.

13. The Assistant Engineer Engineer, NRS Hospital Sub Division Division , Public Works

Directorate, Government of West Bengal reserves the right to cancel the N.I.T. or issue corrigendum

notices to the NIT due to unavoidable circumstances and no claim in this respect will be entertained.

14.Canvassing in connection with tenders is strictly prohibited and the tenders submitted by the

contractors who resort to canvassing will be liable to rejection.

15.All tenderers are requested to be present personally during opening of tenders positively. If connsiderednecessary, instant bid may be conducted immediately after opening of tenders to lower down rates andin no cases his/their absence will stand against holding the

16. If any discrepancy arises between two similar clauses on different notification(s), the clause as stated in

later notification will supersede the former one in the following sequence:

(a) Form No. 2911(ii)(b) NIT

17. Printed Schedule of Ratesapplicable for execution ofthe work.

: Current the S.E., KHC, P.W.D.’s &Schedule of Rates forBuildings Works, S & P Works, Current P. W. (Roads)w.e.f01/07/2014 and PWD(Roads) schedule of ratesw.e.f01/07/2014, &uptodate corrigendum.

18.Materials Supplied by : Agency Supply.

19. If the contractor or his workme n or se rvants or authorized representatives shall break, deface, injure,or destroy any part of building, in which they may be working, or any building, road, road-curbs, fence,enclosure, water pipes, cables, drains, electric or telephone posts or wires, trees, grass or grassland orcultivated ground contiguous to the premises, on which the work or any part of it is being executed, orif any damage shall happen to the work from any cause whatsoever or any imperfection becomeapparent in it at any time whether during its execution or within a period of three months or one yearor three years or five years, as the case may be (depending upon the nature of the work as describedin the explanation appended hereto) hereinafter referred to as the Defect Liability Period, from theactual date of completion of work as per completion certificate issued by the Engineer-in-Charge, thecontractor shall make the same good at his own expense, or in default, the Engineer-in-Charge maycause the same to be made good by other workmen and deduct the expense (of which the certificate ofthe Engineer-in-Charge shall be final and binding on all concerned) from any sums, whether under thiscontract or otherwise, that may be then, or at any time thereafter become due to the contractor fromthe Government or from his security deposit, either full, or of a sufficient portion thereof and if thecost, in the opinion of the Engineer-in-Charge (which opinion shall be final and conclusive against thecontractor), of making such damage or imperfection good shall exceed the amount of such securitydeposit and/or such sums, it shall be lawful for the Government to recover the excess cost from thecontractor in accordance with the procedure prescribed by any law for the time being in force.Provided further that the Engineer-in-Charge shall pass the "Final Bill" and certify thereon, within aperiod of thirty days with effect from the date of submission of the final bill in acceptable form by thecontractor, the amount payable to the contractor under this contract and shall also issue a separatecompletion certificate mentioning the actual date of completion of the work to the contractor within thesaid period of thirty days. The certificate of the Engineer-in-Charge whether in respect of the amountpayable to the contractor against the "Final Bill" or in respect of completion of work shall be final andconclusive against the contractor. However, the security deposit of the work held with the Governmentunder the provision of c lause 1 hereof shall be refundable to the contractor in the manner providedhere under:- (a) For work with three months Defect Liability Period:

(i) Fu l l security deposit shall be refunded to the contractor on expiry of three months from the actualdate of completion of the work.(b) For work with one year Defect Liability Period:( i ) Fu l l security deposit shall be refunded to the contractor on expiry of one year from the actual dateof completion of the work.(c) For work with three years Defect Liability Period:i) 30% of the security deposit shall be refunded to the contractor on expiry of two years from theactual date of completion of the work;i i) The balance 70% of the security deposit shall be refunded to the contractor on expiry of three yearsfrom the actual date of completion of the work;(d) For work with five years Defect Liability Period:

Page- 3 of 6

i) No security deposit shall be refunded to the contractor for 1st 3 years from the actual date ofcompletion of the work;ii) 30% of the security deposit shall be refunded to the contractor on expiry of four years from theactual date of completion of the work;iii) The balance 70% of the security deposit shall be refunded to the contractor on expiry of five yearsfrom the actual date of completion of the work;Explanation :The word 'work' means and includes road work, bridge work, building work, sanitary and plumbingwork, electrical work and/or any other work contemplated within the scope and ambit of this contract.For(i) The work of patch repair or patch maintenance in nature or a combination thereof, the Defect

Liability Period of the work shall be three months from the actual date of completion of the work.(ii) Thorough Bituminous Surfacing work with bituminous thickness less than 40 mm, Repair &

Rehabilitation of any road / bridge / culvert / building / Sanitary & Plumbing work, the DefectLiability Period of the work shall be one year from the actual date of completion of the work;

(iii) Extension of building / bridge / culvert, Construction of new flexible pavement up to bituminouslevel which has been designed for a period of 3 years or more, Widening and strengthening offlexible pavement designed for a period of 3 years or more, Improvement of riding quality /Strengthening of flexible pavement designed for a period of 3 years or more; Providing only masticasphalt layer over existing bituminous surface without providing bituminous profile correctivecourse / bituminous base course, the Defect Liability Period of the work shall be three years fromthe actual date of completion of the work;

(iv) Construction of new building / new bridge / new culvert, Reconstruction of building / bridge /culvert including construction of approach roads for bridge / culvert, Construction of rigidpavement, Reconstruction of rigid pavement, Construction of new flexible pavement covered bymastic work which has been designed for a period of 5 years or more, Widening and strengtheningof flexible pavement covered by mastic work which has been designed for a period of 5 years ormore, Improvement of riding quality / Strengthening of flexible pavement covered by mastic workwhich has been designed for a period of 5 years or more, the Defect Liability Period of the workshall be five years from the actual date of completion of the work;

(2 ) The following paragraph shall be added to the Interpretat ion C lause of CONDITIONS of'CONTRACT:- “The word 'Government' means the Government of the State of West Bengal in PublicWorks Department." This bears concurrence of Group-T of Finance (Audit) Department vide theirU.O. No.417 Dated 22.08.2017: This notification will take immediate effect.

20.Any intending bidders who have failed to execute more than one works contract under any directorate

of this department and was terminated by any sub rule under clause 3 of Tender form no. 2911 or

terminated under any clause of standard bidding document by the Engineer-in-Charge/Employer during

last 3(three) years will not be eligible to participate in any bid under any Directorate unde this

department for another 2(two) years from the date of imposition of last termination notice by the

Engineer-in-Charge/Employer. (as per Govt. order vide memo no.- 6607/CE/PWD dt. 18/02/14 of

Assistant Chief Engineer II, PWD).

21.The intending tenderer is required to quote the rate in figures as well as in words as

percentage above / below than or at par with the relevant price schedule of rates.

Conditional / incomplete tender will not be entertained.

22. Issuance of work order as well as payment will depend on availability of fund and no claim whatsoever

will be entertained for delay of Issuance of work order as well as payment, if any. Intending tenderers

may consider this criterion while quoting their rates.

23. If any tenderer withdraws his offer before acceptance or refuse within a reasonable time without giving

any satisfactory explanation for such withdrawals, he shall be disqualified from submitting tender to this

Sub Division for a minimum period of 1(one) year.

24.Deduction in the form of GST, I.Tax & Cess will be done from the contractor's bill as per prevailing

existing rules of the Govt.

Page- 4 of 6

25.Successful Tenderers will be required to obtain valid Registration Certificate &Labour License from

respective Regional Labour Offices where construction work by them are proposed to be carried out as

per Clauses u/s 7 of West Bengal Building & other Construction Works’ Act, 1996 and u/s 12 of Contract

Labour Act.

26. Power of Attorney holders are not allowed to sign Tender Documents unless otherwise approved

byGovernment.

27.Clause-25 of the conditions of contract of the West Bengal Form No. 2911/2911(ii) may be treated to be

omitted and there is no provision for arbitration for resolution of disputes that may arise out of the

contracts to be entered into by the Department with the contractors for the purpose of carrying out

execution of public works as per G.O No. 558/SPW dated 13-12-2011 of P.W.D.

Successful tenderers will be required to observe the following conditions strictly:(a)Employees’ Provident Fund and Miscellaneous Provisions Act, 1952 and Employees State

InsuranceAct,1948 should be strictly adhered to wherever such Acts become applicable.(b)Minimum wages to the workers shall be paid according to the rates notified and/or revised by the

State Government from time to time under the Minimum Wages Act, 1948 in respect of scheduledemployments, within the specified time as per law. Payment of bonus, wherever applicable, has tobe made.

(c) Adequate safety and welfare measures must be provided as per the provisions of the Building andother Construction Workers’ (Regulation of Employment & Conditions of Service) Act, 1996 readwith West Bengal Building and Other Construction Workers (Regulation of Employment andConditions of Service) Rules, 2004.

(d)All liabilities arising out of engagement of workers are duly met before submission of bills forpayment.

If there is any violation of any or all the relevant above criterion during execution of the job, itwillrender the concerned agencies ineligible for the work then and there or at any subsequent stage asmay be found convenient.

INSTRUCTION TO BIDDERSSECTION – A

1. General guidance for Tendering

Instructions/ Guidelines for tenders for offlineof the tenders have been annexed for assisting thecontractors to participate in Tendering.1. Participation in more than one work

A prospective bidder shall be allowed to participate in the job either in the capacity ofindividual or as a partner of a firm. If found to have applied severally in a single job all hisapplications will be rejected for that job.

2. Submission of TendersGeneral process of submission:- Tenders are to be submitted their tenders physically to thetender box in Cl. 2 in two sealed envelop at a time for each work, one in Technical Proposal &the other is Financial Proposal on the prescribed date & time within a single sealed cover.

A. Technical proposali.) Demand Draft/ bankers Cheque towards earnest money (EMD) as prescribed in the NIT.ii.) Tender form No. 2911(i)/(ii) , NIT& BOQ all should be downloaded from website. The rate willbe quoted in 2911(ii) under Financial Bid.

Page- 5 of 6

FOLLOWING DOCUMENTS SHOULD BE SHOULD BE SUBMITTED FOR TECHNICAL QUALUFICATION.

Name DetailsCERTIFICATES 1. Submit GST No. / In absence of any such GST No. the

contractors and required to produce proof of application forGST. vide no. 462-W(C)/1M-357/17 dt. - 07.07.2017

2. PAN Card3. Either P. Tax Challan or P.T.P.C(2021 -22)4. Trade License (2021-22).

Company Details 1. Proprietorship FirmTrade License (2021-22)

2. Partnership Firm [Registered Partnership Deed as perNotification No.90-W(c)/1M-286/15 Dt.- 23-09-2015]3. Society (Society Registration copy,Trade License)4. Power of attorney5. Registration Certificate from ARCS

Credential(in applicablecases)

1. Similar nature of work done & completion certificate which is ina single job having minimum value 40% of the estimatedamount put ot Tender executed during last 5 years.

Memo No. 851/1(6) Dated: 21/09/2021

Copy forwarded for information and wide circulation through NoticeBoard to the:

1 Superintending Engineer, (P.W.D.), Kolkata Health Circle.

2 Executive Engineer, (P.W.D.), Kolkata Central Health Division.

3 Assistant Engineer (P.W.D.), SSKM Sub.-Divn./SNP/CKHSD - II Sub-Divn .

4 Notice Board of this office. & departmental website.

5 Assistant Directorate of Information [Tender] Deptt. Of Information and Cultural Affairs [Email].

Assistant Engineer,NRS Hospital Sub Division,

Public Works Directorate, Government of West Bengal.

Assistant Engineer,NRS Hospital Sub Division,

Public Works Directorate, Government of West Bengal.

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)1 Stripping off worn out plaster and raking out joints of walls,celings etc. up to any height and in any floor including removingrubbish with in a lead of 75 m as directed. . 10.80 Sqm 21.49 232.002 Dismantling R.C.floor, roof,beams etc. including cutting rodsand removing rubbish as directed with in a lead of 75 m.including stacking of steel bars.(a) In ground floor including roof. (Add. above ground floor -6th floor) 6.45 Cum 2,212.63 14,271.003 (a) Applying 2 coats of bonding agent with synthetic multifunctional rubberemulsion having adhesive and water proofingproperties by mixing with waterin proportion (1 bonding agent: 4 water : 6 cement) as per Manufacturer'sspecification[Cement to be supplied by the Department] 10.80 Sqm 99.55 1,075.004 Cement concrete (1:1.5:3) with graded stone chips 5.6 mm sizewith hexagonal square mesh wire netting, I.R.C. fabric mesh orX.P. M. fitted and fixed after tying the existing reinforcement onconcrete without distributing the same and with properscarping and cleaning the reinforcement and disturbedconcrete with wire brush etc. after applying a coat of cementincluding the cost of wire netting I.R.C or X. P. M. & cost of allhandling and scaffolding complete as per direction of Engineer-in -charge.

Price Schedule

4 Cement concrete (1:1.5:3) with graded stone chips 5.6 mm sizewith hexagonal square mesh wire netting, I.R.C. fabric mesh orX.P. M. fitted and fixed after tying the existing reinforcement onconcrete without distributing the same and with properscarping and cleaning the reinforcement and disturbedconcrete with wire brush etc. after applying a coat of cementincluding the cost of wire netting I.R.C or X. P. M. & cost of allhandling and scaffolding complete as per direction of Engineer-in -charge.a) 20 mm thick 10.80 Sqm 550.14 5,942.005 Plaster ( to wall, floor, ceiling etc.) with sand and cementmortar including rounding off or chamfering conrners asdirected and raking out joints including throating, nosing anddrip course, scaffolding/staging where necessary (groundfloor). [Excluding cost of chipping over concrete surface].(ii) With 1:4 cement mortar .(c)10 mm. thick plaster. (Add. above ground floor - 2nd floor)(Add. above ground floor - 1st. floor) 23.70 Sqm 147.68 3,500.006 Supplying,Fitting & fixing 1st quality Ceramic tiles in walls andfloors to match with the existing work & 4 nos. of key stones(10mm) fixed with araldite at the back of each tile & finishingthe joints with white cement mixed with colouring oxide ifrequired to match the colour of tiles including roughening ofconcrete surface, if necessary or by synthetic adhesive & groutmaterials etc.(B) Wall With Sand Cement Mortar(1:3)15mm thick & 2 mmthick cement slurry at back side of tiles using cement @ 2.91Kg/Sq.m. & joint filling using white cement [email protected]/Sq.m.(a) Area of each tile upto 0.09Sq.m.(ii) Other than Coloured decorative including white. (Add.above ground floor - 1st. floor) 13.95 Sqm 801.39 11,179.00

Name of work :NRS Medical College & hospital - OPD & UNB building - Emergent repair & painting of ENTMinor OT at 1st. Floor of OPD Building & dimalting RCC structure from roof of UNB Building and other alliedwork.(Sl. No. 01)

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)Name of work :NRS Medical College & hospital - OPD & UNB building - Emergent repair & painting of ENTMinor OT at 1st. Floor of OPD Building & dimalting RCC structure from roof of UNB Building and other alliedwork.(Sl. No. 01)

Price Schedule

7 Supplying, fitting, fixing marble slab/tiles of 15mm. to 18mm.thic kness in floor, lobby, stair, landing & treads etc. over 20mm (av.) thick base of cement mortar (1:2) laid with whitecement slurry @4.4 kg/sq.m before placing marble & jointedwith white cement slurry @ 2.0 kg/sq.m with necessarypigments including grinding and Granite polishing as perdirection of Engineer-in-charge in Ground Floor. {Whitecement and Pigment to be supplied by the Agency}.(a) With Makrana plain pink / Adranga pink / GarbhGulabi/Udaypur pink / Udaypur Green / Black Bhaslana.(iii) Area of each Slab/tile exceeding 0.60 sq.m. but notexceeding 1.00 sq.m. 5.61 Sqm 2165.41 12,148.008 Supplying, fitting and fixing Stainless Steel railing consist of38mmdia and 900mm height vertical balustrade at every twoalternativesteps, 50mm dia top rail, 3 (three) nos 19mm diahorizontalStrainless steel pipe and base/cover plate withStrainless SteelGRADE 304 containing 7.5% nickle (InteriorGrade) Brushed/Matfinish, complete as per direction of theEngineer-in-charge.Weight of Strainless Steel railing per metre6.5 Kg (approx)

1.80 Mtr 10,267.90 18,482.008 Supplying, fitting and fixing Stainless Steel railing consist of38mmdia and 900mm height vertical balustrade at every twoalternativesteps, 50mm dia top rail, 3 (three) nos 19mm diahorizontalStrainless steel pipe and base/cover plate withStrainless SteelGRADE 304 containing 7.5% nickle (InteriorGrade) Brushed/Matfinish, complete as per direction of theEngineer-in-charge.Weight of Strainless Steel railing per metre6.5 Kg (approx)

1.80 Mtr 10,267.90 18,482.009 Supplying, fitting and fixing glass reinforced polyestertranslucent fiber glass sheet to match with GCI Corrugation asper IS: 12866- 1989 in roof fitted and fixed with 10 mm dia 'J' or'L' hook, bolts and nuts , limpet and bitumen washers and puttywith 150 mm end lap and one corrugation minimum side lapcomplete.

(b) 2.0 mm+/- 0.2mm thick sheet.(3.25 kg/sq.m).(iii) Coloured other than natural white or tinted blue. 2.16 Sqm 1,084.82 2,343.0010 Supplying, fitting and fixing of false ceiling framework withpowder coatedexposed G.I. grid suspension system (T-Grid T2430/1510 or having loadcarrying capacity with mid spandeflection not exceeding 1/360 span with hangerspacing of1200mm c/c ) consisting of Main Runner 3600 mm long, CrossTee1200 mm / 600 mm long and Wall Angle. The Wall Angleshall be fixed on PVCDash Fasteners on the perimeter of thewall by steel screws with distance 300mmc/c. The MainRunners to be placed @ 1200 mm. The Cross Tee 1200mm willbeinserted in the pre-cut slots of Main Runner at regularinterval of 600 mm to forma modular grid of 1200mm X600mm. Additional Cross Tees of 600 mm shall beplacedperpendicular to the Cross Tee 1200 mm long to finally form agrid of 600mm X 600 mm. Grid of module size 600 mm X 600mm shall be supported by 6mm dia G.I. wire from purlins /soffit. all complete as per drawing & directions ofEngineer-in-charge.

28.54 Sqm 385.74 11,009.00

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)Name of work :NRS Medical College & hospital - OPD & UNB building - Emergent repair & painting of ENTMinor OT at 1st. Floor of OPD Building & dimalting RCC structure from roof of UNB Building and other alliedwork.(Sl. No. 01)

Price Schedule

11 (c) Supplying, fitting & fixing High Pressure steam Cured NonAsbestos fibrecement designer ceiling board (Density > 1300Kgper Cu.m. ) of size595mmX595mm conforming IS 14862 andtype B, catagory III of ISO 8336, tested as perAS-1530 Part 3and BS-476 Part 4,5,6,7 & 8, should be placed in the Gridmoduleto form a false ceiling all complete as per drawing & directionofEngineer - in- Charge.False ceiling with(ii) 6mm thick Fibre Cement Designer ceiling board. 28.54 Sqm 445.69 12,720.00

12 (b) Rendring the surface of walls and ceiling with white cementbased wall putty of approved make and brand (15mm thick). 43.68 Sqm 124.43 5,435.0013 Acrylic Distemper to interior wall, ceiling with a coat of solventbasedinterior grade acrylic primer (as per manufacturer'sspecification)including cleaning and smoothning of surface.TwoCoats 145.60 Sqm 79.18 11,529.0014 Supplying, fitting & fixing of partly glazed partly panelled orfully glazed single leaf Aluminium swing door of all aluminiumsections viz door frame ( top and side frame), shutter ( top rail,bottom rail, lock rail,door vertical) , glazing clip made ofAluminium Alloy Extrusions conforming to IS:733-1983 and IS:1285-1975, annodized conforming to IS:1868-1983, fitted withall other accessories viz. EPDM gusket,cleat,angle screws etc.including labour charges for fitting and fixing of aluminiumdoor with door spring,/aluminium hinges, glass / Panel boardall complete as per architectural drawings and direction ofEngineer-incharge.( Excluding cost of glass/ panel board, doorspring/ All hinges, door closer, door stoper,handle, tower boltand locking arrangmentetc)10-12 Micron thickness AnnodizingfilmNatural white

56.70 kg 435.51 24,693.00

14 Supplying, fitting & fixing of partly glazed partly panelled orfully glazed single leaf Aluminium swing door of all aluminiumsections viz door frame ( top and side frame), shutter ( top rail,bottom rail, lock rail,door vertical) , glazing clip made ofAluminium Alloy Extrusions conforming to IS:733-1983 and IS:1285-1975, annodized conforming to IS:1868-1983, fitted withall other accessories viz. EPDM gusket,cleat,angle screws etc.including labour charges for fitting and fixing of aluminiumdoor with door spring,/aluminium hinges, glass / Panel boardall complete as per architectural drawings and direction ofEngineer-incharge.( Excluding cost of glass/ panel board, doorspring/ All hinges, door closer, door stoper,handle, tower boltand locking arrangmentetc)10-12 Micron thickness AnnodizingfilmNatural white56.70 kg 435.51 24,693.00

15 Removal of rubbish, earth etc. from the working site anddisposal of the same beyond the compound, in conformity withthe Municipal/Corporation Rules for such disposal, loading intotruck and cleaning the site in all respect as per direction ofEngineer in charge. 23.74 Cum 187.78 4,458.0016 (i) Hydraulic door closer of approved quality as per I.S.I.standard fitted and fixed complete :.(b) Medium (I.S.I. size 2). 3.00 Each 1,545.22 4,636.0017 Labour charge for fabrication and installation of compositedoor, window, partitions made from annodized extruded alloyaluminium section for the following units:-.

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)Name of work :NRS Medical College & hospital - OPD & UNB building - Emergent repair & painting of ENTMinor OT at 1st. Floor of OPD Building & dimalting RCC structure from roof of UNB Building and other alliedwork.(Sl. No. 01)

Price Schedule

(B) Partly glazed partly panelled of fully glazed single leafaluminium swing door made of extruded and anodised alloyaluminium sections, fabrication, including cutting to propershape and size, drilling and aligning, fitted with heavy dutyhydraulic action floor sping placed in the floor with mendingdamages, with top pin assembly of approved make and brand,fitted with in built locking arrangement, flush bolt, glazing clipsand all other necessary fittings, fixtures, adhesives and joineries, cutting glass of approved make to requisite shape and sizefitting with dry set neoprene or EPDM gasketing, cutting torequisite shape and size panel board (prelaminated / particleblock ) fixing them with glazing clips as per drawing ,specification and direction of Engineer-in-Charge.12.60 Sqm 1,449.07 18,258.00

18 (a) M.S. or W.I. ornamental grill of approved design jointscontinuously welded with M.S., W.I. flats and bars for windows,railing etc. fitted and fixed with necessary screws and lugs inground floor. (Add extra @1% for each addl. floor up to 4thfloor and @1.25% for each addl. floor above 4th floor).(i) Grill weighing above 10 kg./sq.m.and up to 16kg/sq.m. 1.15 Qntl 11,185.31 12,863.00(i) Grill weighing above 10 kg./sq.m.and up to 16kg/sq.m. 1.15 Qntl 11,185.31 12,863.00174,773.00TOTAL :-Amount in words (Rupees one lacs seventy four thousand seven hundred seventy three) only

Assistant Engineer, P.W.D NRS Hospital Sub-Division

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)1 Stripping off worn out plaster and raking out joints of walls,celings etc. up to any height and in any floor includingremoving rubbish with in a lead of 75 m as directed. . 242.08 Sqm 21.49 5,202.002 Cleaning the concrete surface by removing dirt and debris,marking defectivelocations and removing loose concrete bycareful stripping untill hard surfaceis exposed, cutting theconcrete to regular shape, wire brushing the exposedsurfaceand removing debris from site complete as per direction oftheEngineer - in - Charge. 242.08 Sqm 101.81 24,646.003 Cleaning the exposed reinforcement preferably upto fulldiameter by wirebrush, applying two coats of polymerbased rust removing compound left for24 hours, removingthe coating and then applying two (2) coats ofpolymermodified anti corrosive protective coatingformulated to inhibit the corrosionof reinforcement as permanufacturer's specification] [Mode ofmeasurement:Theaffected surface area of reinforcement shall beconsideredfor payment]

12.10 Sqm 884.60 10,704.004 (a) Applying 2 coats of bonding agent with synthetic multifunctional rubberemulsion having adhesive and waterproofing properties by mixing with waterin proportion (1bonding agent : 4 water : 6 cement) as perManufacturer'sspecification [Cement to be supplied by theDepartment]

242.08 Sqm 99.55 24,099.00

Name of work : NRSMC & H - Centenary Building - Hematology Department (4th floor) - Emergent repair ofdistressed area of ceiling, beams, Column etc at male and female wards.(Sl. No. 2)Price Schedule

4 (a) Applying 2 coats of bonding agent with synthetic multifunctional rubberemulsion having adhesive and waterproofing properties by mixing with waterin proportion (1bonding agent : 4 water : 6 cement) as perManufacturer'sspecification [Cement to be supplied by theDepartment]242.08 Sqm 99.55 24,099.00

5 Cement concrete (1:1.5:3) with graded stone chips 5.6 mmsize with hexagonal square mesh wire netting, I.R.C. fabricmesh or X.P. M. fitted and fixed after tying the existingreinforcement on concrete without distributing the sameand with proper scarping and cleaning the reinforcementand disturbed concrete with wire brush etc. after applying acoat of cement including the cost of wire netting I.R.C or X. P.M. & cost of all handling and scaffolding complete as perdirection of Engineer-in -charge.b) 25 mm thick 242.08 Sqm 583.88 141,346.006 Plaster ( to wall, floor, ceiling etc.) with sand and cementmortar including rounding off or chamfering conrners asdirected and raking out joints including throating, nosingand drip course, scaffolding/staging where necessary(ground floor). [Excluding cost of chipping over concretesurface].(i) with 1:6 cement mortar.(b) 20 mm. thick plaster. (Add. above ground floor - 4thfloor) 91.10 Sqm 212.36 19,346.00(ii) With 1:4 cement mortar .(c)10 mm. thick plaster. (Add. above ground floor - 4thfloor) 150.98 Sqm 165.78 25,029.007 (b) Rendring the surface of walls and ceiling with whitecement based wall putty of approved make and brand(15mm thick). 242.08 Sqm 124.43 30,122.00

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)Name of work : NRSMC & H - Centenary Building - Hematology Department (4th floor) - Emergent repair ofdistressed area of ceiling, beams, Column etc at male and female wards.(Sl. No. 2)

Price Schedule

8 Applying interior grade acrylic primer of approved qualityand brand on plastered or concrete surface old or newsurface to received distemper /Acrylic emulsion paintincluding scraping and preparing the surface thoroughly ,complete as per manufactured specification and as perdirections of the EIC.In ground floor.(a) one coat.(i) water based interior grade Acrylic primer. 1261.22 %Sqm 3,484.10 43,942.009 Applying acrylic emulsion paint of approved make andbrand on walls and ceiling including sand papering inintermediated coats including putty ( to be done underspecific instructions of superintending engineer): (twocoats).(i) standard quality. 1261.22 Sqm 70.13 88,449.00

10 (A) Painting with best quality synthetic enamel paint ofapproved make and brand including smoothening surfaceby sand parpering etc. in cluding using of approved puttyetc. on the surface , if necessary.(a) On timber or plastered surface:(1) With super gloss (hi-gloss).(iv) Two coats (with any shade except white). 90.09 Sqm 91.63 8,255.00(b) On steel or other metal surface: .(1) With super gloss (hi-gloss).(1) With super gloss (hi-gloss).(iv) Two coats (with any shade except white). 37.80 Sqm 89.36 3,378.0011 Supplying,Fitting & fixing 1st quality Ceramic tiles in wallsand floors to match with the existing work & 4 nos. of keystones (10mm) fixed with araldite at the back of each tile &finishing the joints with white cement mixed with colouringoxide if required to match the colour of tiles includingroughening of concrete surface, if necessary or by syntheticadhesive & grout materials etc.(A) Floor With Sand Cement Mortar (1:4) 20 mm thick & 2mm thick cement slurry at back side of tiles using cement @2.91 Kg/Sq.m & joint filling using white cement slurry @0.20 Kg/Sq.m.(b) Area of each tile the above 0.09Sq.m.(i) Coloured decorative. (Add. above ground floor - 4thfloor) 19.44 Sqm 1,055.90 20,527.00(B) Wall With Sand Cement Mortar(1:3)15mm thick & 2 mmthick cement slurry at back side of tiles using cement @ 2.91Kg/Sq.m. & joint filling using white cement [email protected]/Sq.m.(b) Area of each tile the above 0.09Sq.m.(i) Coloured decorative. (Add. above ground floor - 4thfloor) 8.64 Sqm 1,269.70 10,970.00

456,015.00TOTAL :-Amount in words (Rupees four lacs fifty six thousand fifteen) only

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)Name of work : NRSMC & H - Centenary Building - Hematology Department (4th floor) - Emergent repair ofdistressed area of ceiling, beams, Column etc at male and female wards.(Sl. No. 2)

Price Schedule

Assistant Engineer, P.W.D NRS Hospital Sub-Division

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)1 Supplying, fitting & fixing of Aluminium fixed partion wall of allaluminium sections viz top,bottom and side member,intermediate member , glazing clip made of Aluminium AlloyExtrusions conforming to IS: 733-1983and IS: 1285-1975,annodized conforming toIS:1868-1983, fitted with all otheraccessories viz. EPDM gusket,cleat, angle screws etc. includinglabour charges for fitting and fixing of aluminium fixed partitionwall with glass / panel board all complete asper architecturaldrawings and direction of Engineer-in-charge.( Excluding costof glass/ panel board,10-12 Micron thickness Annodizingfilm.Natural white.a) for unsupported length of vertical member upto 1.50m.height of both ends of vertical member restrained but panelwith in 0.90sqm 56.20 Kg 442.30 24,857.002 Supplying fitting & fixing in position 9 mm thick Heavy DutyCement board - Type-A (High Pressure steam cured, testedasper AS-1530 part 3 & BS-476 Part 4,5,6,7 & 8, density>1450kg/m3, Bond strength 15 N/sqmm fire resistant, termiteproof, moisture resistant) reinforced with cellulose fibremanufactured through autoclaving process as per IS : 14862&ISO 8336, with fibre cement screws in partition excluding costof supporting structure as per drawings and direction ofEngineer-in-Charge complete. (Note: The Item -26 underSection - U(Page - 247) can be used as supporting structure forinternal partition ).

9.86 Sqm 717.18 7,071.00

Name of work : NRS Medical College & Hospital- Nurses Hostel -Partition in between Class Room &Living Room and making steps in front of Dining(Sl. No. 03)Price Schedule

2 Supplying fitting & fixing in position 9 mm thick Heavy DutyCement board - Type-A (High Pressure steam cured, testedasper AS-1530 part 3 & BS-476 Part 4,5,6,7 & 8, density>1450kg/m3, Bond strength 15 N/sqmm fire resistant, termiteproof, moisture resistant) reinforced with cellulose fibremanufactured through autoclaving process as per IS : 14862&ISO 8336, with fibre cement screws in partition excluding costof supporting structure as per drawings and direction ofEngineer-in-Charge complete. (Note: The Item -26 underSection - U(Page - 247) can be used as supporting structure forinternal partition ).9.86 Sqm 717.18 7,071.00

3 Supplying, fitting & fixing of partly glazed partly panelled orfully glazed single leaf Aluminium swing door of all aluminiumsections viz door frame ( top and side frame), shutter ( top rail,bottom rail, lock rail,door vertical) , glazing clip made ofAluminium Alloy Extrusions conforming to IS:733-1983 and IS:1285-1975, annodized conforming to IS:1868-1983, fitted withall other accessories viz. EPDM gusket,cleat,angle screws etc.including labour charges for fitting and fixing of aluminiumdoor with door spring,/aluminium hinges, glass / Panel boardall complete as per architectural drawings and direction ofEngineer-incharge.( Excluding cost of glass/ panel board, doorspring/ All hinges, door closer, door stoper,handle, tower boltand locking arrangmentetc)10-12 Micron thickness AnnodizingfilmNatural white

23.22 Kg 435.51 10,113.00

4 (i) Hydraulic door closer of approved quality as per I.S.I.standard fitted and fixed complete :.(b) Medium (I.S.I. size 2). 3.00 Each 1,545.22 4,636.00

5 Anodised aliminium D-type handle of approved qualitymanufactured from extruded section conforming to I.S.specification (I.S.230/72) fitted and fixed complete:.(a) With continuous plate base (hexagonal/round rod).(v) 125 mm grip x 12 mm dia rod. 4.00 Each 116.51 466.006 Anodise aluminium Aldrop/Sliding bolts of approved qualitymanufactured form extruded section conforming to I.S.specifictation (I.S.2681/66) fitted and fixed complete.(ii) 250 mm x 19 mm dia. bolt. 4.00 Each 324.65 1,299.00

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)Name of work : NRS Medical College & Hospital- Nurses Hostel -Partition in between Class Room &Living Room and making steps in front of Dining(Sl. No. 03)

Price Schedule

7 Dismantling all type of masonry excepting cement concreteplain of reinforced stacking serviceable materials at site andremoving rubbish as directed within a lead of 75 m..(a) In ground floor including roof. 0.50 Cum 505.65 253.008 Brick work with 1st class bricks in cement mortar (1:6)In Super structure, ground floor. 0.76 Cum 6,324.60 4,807.009 Supplying & laying as per IRC-SP:063-2004 paver unit ofanyshade of approved quality as per relevant IS code, laidinpattern as directed in pavement, footpath, driveway(paverblock only), etc including necessary underlay complete inallrespect with all labour and material.[Border concrete ifnecessary to be paid separately].Note: Sub-grade CBR shouldnot be less than 5.a) 25 mm thick Tiles as per IS: 1237-2012forfootpath,ramp,staircase of public building(over 25 mmthick(Avg) Cement mortar (1:3) & Cement Slurry @ 4.4 kg/Sq.matback side of Block. Cement for Mortar & Slurry to besuppliedby Department 6.72 Sqm 783.92 5,268.00

58,770.00TOTAL :-Amount in words (Rupees fifty eight thousand seven hundred seventy) only Assistant Engineer, P.W.D NRS Hospital Sub-Division

Amount in words (Rupees fifty eight thousand seven hundred seventy) only Assistant Engineer, P.W.D NRS Hospital Sub-Division

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)1 1. All items of :i) P.W.D (WB) Schedule of Rates (Building works) w.e.f01/11/2017 ii)Sanitary and Plumbing Works w.e.f 01/11/2017iii)Road and bridge works w.e.f 30/08/2018 and allAddenda & Corrigenda Published

485,000.00485,000.00

Name of work :NRS Medical College & Hospital-Maintainence & Repair to different buildings under Sec-III of NRS Hospital Sub-Division under jurisdiction control of Kolkata Central Health Division ,PWD(R&B) Works. (Sl. No.4)Price Schedule

Amount in words (Rupees four lacks eighty five thousand) only Assistant Engineer, P.W.D NRS Hospital Sub-Division

TOTAL :-

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)1 1. All items of :i) P.W.D (WB) Schedule of Rates (Building works) w.e.f01/11/2017 ii)Sanitary and Plumbing Works w.e.f 01/11/2017iii)Road and bridge works w.e.f 30/08/2018 and allAddenda & Corrigenda Published

485,000.00485,000.00

Name of work :NRS Medical College & Hospital-Maintainence & Repair to different buildings under Sec-Iof NRS Hospital Sub-Division under jurisdiction control of Kolkata Central Health Division ,PWD (R&B)Works. (Sl. No.5)Price Schedule

Amount in words (Rupees four lacks eighty five thousand) only Assistant Engineer, P.W.D NRS Hospital Sub-Division

TOTAL :-

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)1 Stripping off worn out plaster and raking out joints of walls,celings etc. up to any height and in any floor includingremoving rubbish with in a lead of 75 m as directed. . 148.32 Sqm 21.49 3,187.002 Cleaning the concrete surface by removing dirt and debris,marking defectivelocations and removing loose concrete bycareful stripping untill hard surfaceis exposed, cutting theconcrete to regular shape, wire brushing the exposedsurfaceand removing debris from site complete as per direction oftheEngineer - in - Charge.

148.32 Sqm 101.81 15,100.003 Cleaning the exposed reinforcement preferably upto fulldiameter by wirebrush, applying two coats of polymerbased rust removing compound left for24 hours, removingthe coating and then applying two (2) coats ofpolymermodified anti corrosive protective coatingformulated to inhibit the corrosionof reinforcement as permanufacturer's specification] [Mode ofmeasurement:Theaffected surface area of reinforcement shall beconsideredfor payment]

14.83 Sqm 884.60 13,119.004 Removing corroded worn out portion of reinforcement(when the area of baris damaged by more than 25%) bycutting and replacing the same by a newplain round bar ofrequisite diameter by binding with required lap /weldingwith old bar, including cost of reinforcement,complete in all respectincluding removing unserviceablematerials from site as per direction of theEngineer - in -charge. Note : Payment on weight (Kg.) ofnewreinforcement.

90.77 kg 98.41 8,933.00

Name of work :NRS Medical College & Hospital - Centenary Building - Repair of distressed area in LiftMachine Room. (Sl. No. 6)Price Schedule

4 Removing corroded worn out portion of reinforcement(when the area of baris damaged by more than 25%) bycutting and replacing the same by a newplain round bar ofrequisite diameter by binding with required lap /weldingwith old bar, including cost of reinforcement,complete in all respectincluding removing unserviceablematerials from site as per direction of theEngineer - in -charge. Note : Payment on weight (Kg.) ofnewreinforcement.90.77 kg 98.41 8,933.00

5 Welding in M.S. structural work with gas or electric:(a) Tack weld point 220.00 Each 10.18 2,240.00(b) Continuous weld. 360.00 Mtr 10.18 3,665.006 (a) Applying 2 coats of bonding agent with synthetic multifunctional rubberemulsion having adhesive and waterproofing properties by mixing with waterin proportion (1bonding agent : 4 water : 6 cement) as perManufacturer'sspecification [Cement to be supplied by theDepartment]

148.32 Sqm 99.55 14,765.007 Cement concrete (1:1.5:3) with graded stone chips 5.6 mmsize with hexagonal square mesh wire netting, I.R.C. fabricmesh or X.P. M. fitted and fixed after tying the existingreinforcement on concrete without distributing the sameand with proper scarping and cleaning the reinforcementand disturbed concrete with wire brush etc. after applying acoat of cement including the cost of wire netting I.R.C or X. P.M. & cost of all handling and scaffolding complete as perdirection of Engineer-in -charge.b) 25 mm thick 84.60 Sqm 583.88 49,396.008 Plaster ( to wall, floor, ceiling etc.) with sand and cementmortar including rounding off or chamfering conrners asdirected and raking out joints including throating, nosingand drip course, scaffolding/staging where necessary(ground floor). [Excluding cost of chipping over concretesurface].

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)Name of work :NRS Medical College & Hospital - Centenary Building - Repair of distressed area in LiftMachine Room. (Sl. No. 6)

Price Schedule

(ii) With 1:4 cement mortar .(c)10 mm. thick plaster. (Add. above ground floor - 8thfloor) 84.60 Sqm 188.40 15,939.00(i) with 1:6 cement mortar.(b) 20 mm. thick plaster. (Add. above ground floor - 8thfloor) 63.72 Sqm 234.98 14,973.009 Artificial stone in floor, dado, staircase etc. with cementconctrete (1:2:4) with stone chips laid in panels as directedwith topping made with ordinary or white cement (asnecessary) and marble dust in proportion (1:2) includingsmooth finishing and rounding off corners including rakingout joints or roughening of concrete surface and applicationof cement slurry before flooring works, using cement @ 1.75kg./sq.m. all complete including all materials and labourIn ground floor. 3 mm. thick topping (High polishinggrinding on this item is not permitted) with ordinarycement. Using grey cement.(ii) 25 mm. thick. (Add. above ground floor - 8th floor) 64.32 Sqm 336.44 21,640.00

10 Synthetic Distemper to interior wall, ceiling with a coat ofsolventbased interior grade acrylic primer (as permanufacturer'sspecification) including cleaning andsmoothning of surface.Two Coats 203.06 Sqm 76.92 15,619.0011 Removal of rubbish, earth etc. from the working site anddisposal of the same beyond the compound, in conformitywith the Municipal/Corporation Rules for such disposal,loading into truck and cleaning the site in all respect as perdirection of Engineer in charge. 9.50 Cum 187.78 1,784.00

TOTAL :-

11 Removal of rubbish, earth etc. from the working site anddisposal of the same beyond the compound, in conformitywith the Municipal/Corporation Rules for such disposal,loading into truck and cleaning the site in all respect as perdirection of Engineer in charge. 9.50 Cum 187.78 1,784.00180,360.00Amount in words (Rupees one lacs eighty thousand three hundred and sixty) only

Assistant Engineer, P.W.D NRS Hospital Sub-Division

TOTAL :-

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)1 Stripping off worn out plaster and raking out joints of walls,celings etc. up to any height and in any floor includingremoving rubbish with in a lead of 75 m as directed. . 15.41 Sqm 21.49 331.002 Dismantling all type of plain cement concrete works,stacking serviceable materrials at site and removing rubbishas directed with in a lead of 75 m In ground floor includingroof. 0.38 Cum 1,231.88 468.003 Renewing IRC fabric mesh of 75mm x50mmx4.5mmx2.7mm on 50mm x 50mm x6mm old angleiron frames all round and one 37.5mm x 6mm M.S. flat baroverthe netting all round welded to angle iron frame andproviding lockingarrangements if necessary and with twocoats of synthetic enamel paint(Otherthan Hi-gloss) fittedand fixed with clamps or haskal doomney etc.completeincluding flat stiffeners on every 1.0 m apart bothways. Cost of Concrete forfixing will be paid separately)

2.16 Sqm 1,695.67 3,663.004 Applying epoxy based reactive joining agent for joining theold concrete withfresh concrete to be applied withinmanufacturer's specified time as permanufacturersspecification. (0.4 Kg / m² of concrete surface). Note:Applicable only when the full diameter of reinforcementsteel isexposed.

9.58 Sqm 349.54 3,349.00

Name of work : Central Medical store Quarter No 4 -141/1 AJC Bose Road-Patch repair and painting forchange of occupation of Dr. Nimai Chandra Mandal.(Sl. No. 07)Price Schedule

4 Applying epoxy based reactive joining agent for joining theold concrete withfresh concrete to be applied withinmanufacturer's specified time as permanufacturersspecification. (0.4 Kg / m² of concrete surface). Note:Applicable only when the full diameter of reinforcementsteel isexposed.9.58 Sqm 349.54 3,349.00

5 Cement concrete (1:1.5:3) with graded stone chips 5.6 mmsize with hexagonal square mesh wire netting, I.R.C. fabricmesh or X.P. M. fitted and fixed after tying the existingreinforcement on concrete without distributing the sameand with proper scarping and cleaning the reinforcementand disturbed concrete with wire brush etc. after applying acoat of cement including the cost of wire netting I.R.C or X. P.M. & cost of all handling and scaffolding complete as perdirection of Engineer-in -charge.c) 37.5mm thick 9.58 Sqm 660.88 6,331.006 Plaster ( to wall, floor, ceiling etc.) with sand and cementmortar including rounding off or chamfering conrners asdirected and raking out joints including throating, nosingand drip course, scaffolding/staging where necessary(ground floor). [Excluding cost of chipping over concretesurface].(i) with 1:6 cement mortar.(b) 20 mm. thick plaster. (Add. above ground floor - 3rdfloor) (Add. above ground floor - 2nd floor) (Add. aboveground floor r) 15.41 Sqm 194.26 2,994.00(ii) With 1:4 cement mortar .(c)10 mm. thick plaster. (Add. above ground floor - 3rdfloor) (Add. above ground floor - 2nd floor) (Add. aboveground floor - 1st. floor) 9.58 Sqm 147.68 1,415.00

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)Name of work : Central Medical store Quarter No 4 -141/1 AJC Bose Road-Patch repair and painting forchange of occupation of Dr. Nimai Chandra Mandal.(Sl. No. 07)

Price Schedule

7 Artificial stone in floor, dado, staircase etc. with cementconctrete (1:2:4) with stone chips laid in panels as directedwith topping made with ordinary or white cement (asnecessary) and marble dust in proportion (1:2) includingsmooth finishing and rounding off corners including rakingout joints or roughening of concrete surface and applicationof cement slurry before flooring works, using cement @ 1.75kg./sq.m. all complete including all materials and labourIn ground floor. 3 mm. thick topping (High polishinggrinding on this item is not permitted) with ordinarycement. Using grey cement.(ii) 25 mm. thick. (Add. above ground floor - 6.30 Sqm 297.74 1,876.008 Labour for taking out door and window frame includingshutter for repair or replacemnt of different part of theframe and refixing the same including mending good alldamages complete.(Concrete and brick work for mendingdamage will be paid separately).(a) up to area 2.5 sq.m. 17.24 Sqm 134.61 2,321.009 Wood work in door and window frame fitted and fixed inposition complete including a protective coat of painting atthe contact surface of the frame excluding cost of concrete,Iron Butt Hinges and M.S clamps. (The quantum should becorrected up to three decimals).9 Wood work in door and window frame fitted and fixed inposition complete including a protective coat of painting atthe contact surface of the frame excluding cost of concrete,Iron Butt Hinges and M.S clamps. (The quantum should becorrected up to three decimals).(f) sishu , Gamar, champ, badam, bhola, mogra, Hallak. (Add.above ground floor - 2nd floor) (Add. above ground floor - )(Add. above ground floor - ) 0.09 Cum 86,079.80 7,747.00

10 Panel (made of single plank) of door and window shutters todesign as directed:.in ground floor ( payment to be made onarea of exposed new work ). ( in case of non-supply of singleplank panel rate of reduction to a maximum of a 30% will bemade).(iii) 25 mm thick panel of 30cm to 45cm width. (Add. aboveground floor - 2nd floor) (Add. above ground floor - 1st.floor) (Add. above ground floor - 1st. floor) (Add. aboveground floor - 1st. floor) (c) sishu,gamar,Champ,badam,bhola, mogra,Hallak, . 1.25 Sqm 1,570.11 1,963.0011 Anodise aluminium barred/tower/socket bolt (full covered)of approved manufactured from extruded sectionconforming to I.S.204/74 fitted and Fixed with cadmiumplated screws:.(vi) 200 mm long x 10 mm dia. bolt. 23.00 Each 88.23 2,029.0012 Anodised aliminium D-type handle of approved qualitymanufactured from extruded section conforming to I.S.specification (I.S.230/72) fitted and fixed complete:.(a) With continuous plate base (hexagonal/round rod).(vii) 150 mm grip x 12 mm dia rod. 11.00 Each 125.56 1,381.0013 Supplying best Indian sheet glass panes set in putty andfitted and fixed with nails and putty complete (In all floorsfor internal wall & upto 6m height for external wall ).(i) 3 mm. thick (weighing 7.4 kg/sq.m.). 2.16 Sqm 539.58 1,165.00

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)Name of work : Central Medical store Quarter No 4 -141/1 AJC Bose Road-Patch repair and painting forchange of occupation of Dr. Nimai Chandra Mandal.(Sl. No. 07)

Price Schedule

14 Rendering the Surface of walls and ceiling with WhiteCement baseWATER PROOF wall putty of approved make &brand.(1.5 mm thick) (Add. above ground floor - 3rd floor)(Add. above ground floor - 3rd floor) (Add. above groundfloor - 1st. floor) 24.99 Sqm 138.01 3,449.0015 Acrylic Distemper to interior wall, ceiling with a coat ofsolvent basedinterior grade acrylic primer (as permanufacturer's specification)including cleaning andsmoothning of surface.Two Coats 404.11 Sqm 79.18 31,997.0016 (b) Priming one coat on timber or plastered surface withsynthetic enamel oil bound primer of approved qualityincluding smoothening surfaces by sand papering etc. 88.76 Sqm 42.99 3,816.0017 (a) Priming one coat on steel or other metal surface withsynthetic oil bound primer of approved quality includingsmoothening surfaces by sand papering etc. 32.75 Sqm 32.80 1,074.0018 (A) Painting with best quality synthetic enamel paint ofapproved make and brand including smoothening surfaceby sand parpering etc. in cluding using of approved puttyetc. on the surface , if necessary.(a) On timber or plastered surface: .(1) With super gloss (hi-gloss).(1) With super gloss (hi-gloss).(iv) Two coats (with any shade except white). 88.76 Sqm 91.63 8,133.00(b) On steel or other metal surface: .(1) With super gloss (hi-gloss).(iv) Two coats (with any shade except white). 32.75 Sqm 89.36 2,927.0019 Polishing only of old marble or terrazo work with oxalicacidpowder using 33 gms/ sq.m. by manual labour /machinewhere necessary. 83.17 Sqm 42.99 3,575.0020 Supplying, fitting and fixing PVC pipes of approved make ofof Schedule 80 (medium duty) conforming to ASTMD-1785and threaded to match with GI Pi;es as per IS:1239 (Part-I)with all necessary accessories, specials viz. socket, bend, tee,union, cross, elbo, nipple, longscrew, reducing socket,reducing tee, short piece etc. fitted with holder bats clamps,including cutting piles, making threads, fitting, fixing etc.complete in all respect including cost of all necessary fittingsas required, jointing materials and two coats of paintingwith approved paint in any position above ground.(Payment will be made on the centre line measurements oftotal pipe line including all specials. No separate paymentwill be made for accessories, specials. Payment for paintingwill be made seperately). For Exposed Work PVC Pipes.15 mm dia. 13.80 Mtr 114.25 1,577.0020 mm. 8.80 Mtr 145.92 1,284.0021 Supplying, fitting and fixing pillar cock of approved make. PTMT Pillar Cock-15 mm. (Prayag kor equivalent). 3.00 Each 251.13 753.0022 Supplying, fitting and fixing shower of approved brand andmake.

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)Name of work : Central Medical store Quarter No 4 -141/1 AJC Bose Road-Patch repair and painting forchange of occupation of Dr. Nimai Chandra Mandal.(Sl. No. 07)

Price Schedule

Chromium plated round shower with revolving joint 100mm dia with rubid cleaning system (Equivalent to CodeNo.542(N) & Model - Tropical / Sumthing special of ESSCOor Similar Brand). 1.00 Each 511.30 511.0023 Supplying, fitting and fixing towel rail with two brackets.C.P. over brass.25 mm dia. and 600 mm long. 2.00 Each 486.42 973.0024 Supplying, fitting and fixing bib cock or stop cock.PTMT (Polytetra Bib Cock / Stop Cock ( Prayag orequivalent)15 mm 8.00 Each 174.20 1,394.0025 Supplying, fitting and fixing soap holder.PTMT (Prayag or equivalent). 1.00 Each 152.71 153.0026 Wash basin white vitreous china of approved make(without fittings) supplied, fitted and fixed in position on75mm X 75mm X 75mm wood blocks and C.I. Bracketsincluding two coats of painting of C.I. Brackets.450 mm x 300 mm size. 2.00 Each 1,306.54 2,613.00

101,262.00TOTAL :-Amount in words (Rupeesone lakhs one thousand two hundred sixty two) only

Assistant Engineer, P.W.D NRS Hospital Sub-Division Assistant Engineer, P.W.D NRS Hospital Sub-Division

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)1 Cleaning and removing conservancy garbage mixedwithrubbish & other filthy materials from the road sideflank,drain and compound including cutting, loading,unloadingto and from truck or cart by Mathor labour &removing thesame to any distance. 265.05 %Cum 6,404.85 16,976.002 Cleaning rubbish, sludge, weeds scum, liquid earth, mudetc.etc. for road side masonary drain/culvert etc. by mathorlabour after removing concrete. Slab/manhole cover etc.without damaging the same and refixing the same properlyafter cleaning as necessary and remeving the sludge etc. etc.by using iron pans, buckets including all labour, tools andplants including removing the spoils in dry condition anddisposing the same by truck beyond the road side inconformity with muncipal /corporation rules for suchdisposal inluding loading into truck and cleaning the roadside in all respects as per direction of the Engineer-in-Charge.(Payment will be made on the basis of actualmeasurement of spoils in dry condition at roadside).

230.58 Cum 326.92 75,381.00

3 Cleaning silt of inspection pit. 21.00 Each 174.20 3,658.00

Name of work :NRS Medical College & Hospital- Compound- Cleaning and removing conservancy garbage,removing stagnation water including other allied work for urgent vector control work.(Sl. No. 08)Price Schedule

3 Cleaning silt of inspection pit. 21.00 Each 174.20 3,658.004 Supplying, fitting and fixing in position reinforced cementpolymer concrete manhole/ gully pit cover with matchingframe. As per I.S.-12592(M.D).

5 MT load bearing capacity round manhole cover providedwith two lifter hooks fitted with mathing frame ofsize.Cover: 425 mm X 380 mm x 55 mmFrame: 585 mm X 545 mm x 175 mmWeight: 96 kg (approx).

7.00 Each 2,263.53 15,845.005 Removal of rubbish, earth etc. from the working site anddisposal of the same beyond the compound, in conformitywith the Municipal/Corporation Rules for such disposal,loading into truck and cleaning the site in all respect as perdirection of Engineer in charge. 154.22 Cum 187.78 28,959.006 Surface dressing of the ground in any kind of soil includingremoving vegetation inequalities not exceeding 15 cm depthand disposal of the rubbish within a lead upto 75 m asdirected. 6777.56 Sqm 11.31 76,654.007 Lifting up bodily (1.5 x 0.9 x 0.9) meters wooden workbench table with drawers or reagent racks along with sinkand waste pipe and removing the same outside the roomcarefully without disturbing or damaging other furnitureand resetting again after completion of channel drainconstruction.

87.00 Each 162.89 14,171.00231,644.00TOTAL :-Amount in words (Rupees two lacs thirty one thousand six hundred fourty four) only

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)Name of work :NRS Medical College & Hospital- Compound- Cleaning and removing conservancy garbage,removing stagnation water including other allied work for urgent vector control work.(Sl. No. 08)

Price Schedule

Assistant Engineer, P.W.D NRS Hospital Sub-Division

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)1 Dismantling all type of plain cement concrete works,stacking serviceable materrials at site and removing rubbishas directed with in a lead of 75 m In ground floor includingroof. 0.36 Cum 1,231.88 443.002 (b) Applying 2 coats of Non-Toxic Acrylic Polymer modifiedPaint havingadhesive & waterproofing properties by mixingin proportion (1 liquid: 4cementitious material) or as permanufacturer's specification for waterproofing layer inwater tank etc. (No Departmental Cement is required) 7.50 Sqm 291.85 2,189.003 Stripping off worn out plaster and raking out joints of walls,celings etc. up to any height and in any floor includingremoving rubbish with in a lead of 75 m as directed. . 9.36 Sqm 21.49 201.004 Ordinary cement concrete (mix 1:1.5:3) with graded stonechips (20mm nominal size) excluding shuttering andreinforcement, if any, in ground floor as per relevant codes.(i) Pakur Variety. 0.36 Cum 6,830.80 2,459.005 Supplying,Fitting & fixing 1st quality Ceramic tiles in wallsand floors to match with the existing work & 4 nos. of keystones (10mm) fixed with araldite at the back of each tile &finishing the joints with white cement mixed with colouringoxide if required to match the colour of tiles includingroughening of concrete surface, if necessary or by syntheticadhesive & grout materials etc.

Name of work : NRSMC&H- UNB Building- Emergent repair of Drs. toilet at 4th floorof UNB Building(Cardiology Deptt)(Sl. No. 09)Price Schedule

5 Supplying,Fitting & fixing 1st quality Ceramic tiles in wallsand floors to match with the existing work & 4 nos. of keystones (10mm) fixed with araldite at the back of each tile &finishing the joints with white cement mixed with colouringoxide if required to match the colour of tiles includingroughening of concrete surface, if necessary or by syntheticadhesive & grout materials etc.(B) Wall With Sand Cement Mortar(1:3)15mm thick & 2 mmthick cement slurry at back side of tiles using cement @ 2.91Kg/Sq.m. & joint filling using white cement [email protected]/Sq.m.(a) Area of each tile upto 0.09Sq.m.(i) Coloured decorative. 9.36 Sqm 865.87 8,105.006 Supplying and laying true to line and level Double ChargeVitrified Tiles of approved brand conforming to IS 15622:2006(Group B I a) and tested as per IS 13630:2006(relevant parts)[Non-modular sizes for tiles with WaterAbsorption (av.) ≤0.08 %] in floor, skirting etc. set in 20 mmthick sand cement mortar (1:4) bed prepared afterapplication of slurry using 1.75Kg of cement per Sqm overthe base and 2mm thickc ement slurry using [email protected]./sqm at the back side ofthe tiles and laid over themortar bed using 0.2 kg/sqm of White cement used for jointfilling with approved pigment as directed and removal ofwax coating of top surface of tiles with warm water andpolishing the tiles using soft and dry cloth upto mirror finishcomplete including the cost ofmaterials, Iabour and all otherincidental charges complete true to the manufacturer'sspecification and direction of Engineer-in-Charge. (Note:This work should not be executed without specificpermission of SuperintendingEngineer(a) 35 mm thick shutters (single leaf) 3.60 Sqm 1,722.18 6,200.00

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)Name of work : NRSMC&H- UNB Building- Emergent repair of Drs. toilet at 4th floorof UNB Building(Cardiology Deptt)(Sl. No. 09)

Price Schedule

7 (a) M.S. or W.I. ornamental grill of approved design jointscontinuously welded with M.S., W.I. flats and bars forwindows ,railing etc. fitted and fixed with necessary screwsand lugs in ground floor. (Add extra @1% for each addl.floor up to 4th floor and @1.25% for each addl. floor above4th floor).(i) Grill weighing above 10 kg./sq.m.and up to 16kg/sq.m. 1.81 Qntl 11,185.31 20,245.008 Supplying, fitting & fixing fibre reinforced polymer (FRP)Composite doorshutters as per approved design with glassfibre reinforced plastic moulded skinsand a specialsandwich core, so as to impart monolitaheic compositestructure asper approved technology of Department ofScience and Technology (DST) tosatisfy IS:4020 door testingperformance criteria.In ground floor.(i) 32 mm thick 1.40 Sqm 3,125.51 4,376.009 Supplying, fitting and fixing Anglo-Indian W.C. in whiteglazed vitreous china ware of approved make complete inposition with necessary bolts, nuts etc.With 'S' trap (with vent). 1.00 Each 3,718.25 3,718.00

10 Supplying, fitting and fixing Closet seat of approved makewith lid and C.P. hinges, rubber buffer and brass screwssupplied, fitted and fixed complete.10 Supplying, fitting and fixing Closet seat of approved makewith lid and C.P. hinges, rubber buffer and brass screwssupplied, fitted and fixed complete.Anglo-Indian .Plastic (hallow type) white. 1.00 Each 548.63 549.0011 Supplying, fitting and fixing 10 litre P.V.C. low-down cisternconforming to I.S. Specification with P.V.C. fittings complete,C.I. brackets including two coats of painting to bracket etc. 1.00 Each 1,148.17 1,148.0012 Supplying, fitting and fixing bib cock or stop cock.PTMT (Polytetra Bib Cock / Stop Cock ( Prayag orequivalent)15 mm 4.00 Each 174.21 697.0013 Supplying, fitting and fixing PVC pipes of approved make ofof Schedule 80 (medium duty) conforming to ASTMD-1785and threaded to match with GI Pi;es as per IS:1239 (Part-I)with all necessary accessories, specials viz. socket, bend, tee,union, cross, elbo, nipple, longscrew, reducing socket,reducing tee, short piece etc. fitted with holder bats clamps,including cutting piles, making threads, fitting, fixing etc.complete in all respect including cost of all necessary fittingsas required, jointing materials and two coats of paintingwith approved paint in any position above ground.(Payment will be made on the centre line measurements oftotal pipe line including all specials. No separate paymentwill be made for accessories, specials. Payment for paintingwill be made seperately). For Exposed Work PVC Pipes.15 mm dia. 8.00 Mtr 114.25 914.0014 Supply of UPVC pipes (B Type) & fittings conforming to IS-13592-1992 .

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)Name of work : NRSMC&H- UNB Building- Emergent repair of Drs. toilet at 4th floorof UNB Building(Cardiology Deptt)(Sl. No. 09)

Price Schedule

Single socketed 3 meter length.110 mm. 12.00 Mtr 330.31 3,964.0015 Supplying,fitting & fixing of 2-Track / 3-Track AluminiumslidingWindow of all Aluminium sections viz. window frame(top,bottom & sideframe), shutter (top, bottom, side &interlock member) made of aluminiumalloy extrusionsconforming to IS 733-1983 & IS 1285-1975,annodisedconforming to IS 1868-1983, fitted with all otheraccessories viz. PVCroller, EPDM gasket, maruti lock, screwsetc. including labour chargesfor fitting & fixing of aluminium2-track/3-track sliding window withfixing of glass(excluding cost of glass) all complete as perarchitecturaldrawings and direction of Engineer-in-charge.10-12 Micron thickness Annodizing filmNaturalwhite

14.40 kg 506.78 7,298.00

16 Supplying bubble free float glass of approved make andbrand. Conforming to IS: 2835-1987.(iv) 5 mm thick coloured / tinted / smoke glass. 2.88 Sqm 661.75 1,906.0017 Supplying and affixing optically clear polyester sun controlwindowfilm having acrylic pressure sensitive adhesive onone side & an acrylicabrasion resistant coating on the other,with composition of infraredabsorbing carbon & free fromany optical defect. The filmcharacteristics should conform toASTM E308, ASTM E903, ASTME84 and ASHIRAE. The filmshould be pasted after preparatory workswithout anycracking, delamination, bubbling, discolouring andvariationin total transmission of light across the width at anyportionalong the length doesn't exceed 2% over the averageincludingscaffolding & relevant others to complete in allrespect as permanufacturer's specification & direction ofEngineer -in-Charge.(Note: This work should not beexecuted without specific permissionof SuperintendingEngineer)

17 Supplying and affixing optically clear polyester sun controlwindowfilm having acrylic pressure sensitive adhesive onone side & an acrylicabrasion resistant coating on the other,with composition of infraredabsorbing carbon & free fromany optical defect. The filmcharacteristics should conform toASTM E308, ASTM E903, ASTME84 and ASHIRAE. The filmshould be pasted after preparatory workswithout anycracking, delamination, bubbling, discolouring andvariationin total transmission of light across the width at anyportionalong the length doesn't exceed 2% over the averageincludingscaffolding & relevant others to complete in allrespect as permanufacturer's specification & direction ofEngineer -in-Charge.(Note: This work should not beexecuted without specific permissionof SuperintendingEngineer)(a) Normal Quality : Film Thickness - 1.0 Mil, GlareReduction >45%, U factor < 1.15 7.20 Sqm 368.77 2,655.00

67,067.00TOTAL :-

Amount in words (Rupees sixty seven thousand sixty seven) only

Assistant Engineer, P.W.D NRS Hospital Sub-Division

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)1 Stripping off worn out plaster and raking out joints of walls,celings etc. up to any height and in any floor includingremoving rubbish with in a lead of 75 m as directed. . 300.27 Sqm 21.49 6,453.002 Dismantling all type of plain cement concrete works, stackingserviceable materrials at site and removing rubbish as directedwith in a lead of 75 m In ground floor including roof.(a) upto 150 mm. thick. 2.03 Sqm 1,062.20 2,156.003 (A) Filling in foundation or plinth by silver sand in layers notexceeding 150 mm. as directed and consolidating same bythorough saturation with water ramming complete . Includingthe cost of supply of sand .(payment to be made onmeasurement of finished quantity). 2.70 %Cum 118,596.14 3,202.004 Single brick flat soling of picked jhama bricks includingramming and dressing bed to proper level and filling jointswith local sand. 13.50 Sqm 404.97 5,467.005 Ordinary cement concrete (mix 1:2:4) with graded stone chips(20 mm nominal size) excluding shuttring and reinforcement, ifany, in ground floor as per relevant IS codes.(a) Pakur Variety. 1.35 Cum 5,913.02 7,983.00

Name of work :NRS & Hospital---Anatomy Building--Repair and painting of calling room for keepingdonations Dead Body during 2021-22(Sl. No. 10)Price Schedule

(a) Pakur Variety. 1.35 Cum 5,913.02 7,983.006 (a) Applying 2 coats of bonding agent with synthetic multifunctional rubberemulsion having adhesive and water proofingproperties by mixing with waterin proportion (1 bonding agent: 4 water : 6 cement) as per Manufacturer'sspecification[Cement to be supplied by the Department] 87.78 Sqm 99.55 8,738.007 Plaster ( to wall, floor, ceiling etc.) with sand and cementmortar including rounding off or chamfering conrners asdirected and raking out joints including throating, nosing anddrip course, scaffolding/staging where necessary (groundfloor). [Excluding cost of chipping over concrete surface].(ii) With 1:4 cement mortar .(a) 20 mm.thick plaster. 138.52 Sqm 213.90 29,629.00© 10 mm thick plaster 39.30 Sqm 147.68 5,804.008 Cement concrete (1:1.5:3) with graded stone chips 5.6 mm sizewith hexagonal square mesh wire netting, I.R.C. fabric mesh orX.P. M. fitted and fixed after tying the existing reinforcement onconcrete without distributing the same and with properscarping and cleaning the reinforcement and disturbedconcrete with wire brush etc. after applying a coat of cementincluding the cost of wire netting I.R.C or X. P. M. & cost of allhandling and scaffolding complete as per direction of Engineer-in -charge.a) 20 mm thick 39.30 Sqm 550.14 21,621.00

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)Name of work :NRS & Hospital---Anatomy Building--Repair and painting of calling room for keepingdonations Dead Body during 2021-22(Sl. No. 10)

Price Schedule

9 Artificial stone in floor, dado, staircase etc. with cementconctrete (1:2:4) with stone chips laid in panels as directedwith topping made with ordinary or white cement (asnecessary) and marble dust in proportion (1:2) includingsmooth finishing and rounding off corners including raking outjoints or roughening of concrete surface and application ofcement slurry before flooring works, using cement @ 1.75kg./sq.m. all complete including all materials and labourIn ground floor. 3 mm. thick topping (High polishing grindingon this item is not permitted) with ordinary cement. Usinggrey cement.(iii) 35 mm.thick . 13.50 Sqm 369.27 4,985.0010 Supplying,Fitting & fixing 1st quality Ceramic tiles in walls andfloors to match with the existing work & 4 nos. of key stones(10mm) fixed with araldite at the back of each tile & finishingthe joints with white cement mixed with colouring oxide ifrequired to match the colour of tiles including roughening ofconcrete surface, if necessary or by synthetic adhesive & groutmaterials etc.(B) Wall With Sand Cement Mortar(1:3)15mm thick & 2 mmthick cement slurry at back side of tiles using cement @ 2.91Kg/Sq.m. & joint filling using white cement [email protected]/Sq.m.

(B) Wall With Sand Cement Mortar(1:3)15mm thick & 2 mmthick cement slurry at back side of tiles using cement @ 2.91Kg/Sq.m. & joint filling using white cement [email protected]/Sq.m.(a) Area of each tile upto 0.09Sq.m.(i) Coloured decorative. 122.45 Sqm 848.90 103,948.0011 Grinding to marble / mosaic floor including remaining stone,ifnecessary, after cutting with manual labour / machine,wherenecessary 94.94 Sqm 22.62 2,148.0012 Reparing collapsible gate by cutting out all rivets as necessaryreassamblingall members including welding pieces ofchannels,sraightening bent bars and rivetting with new rivetsand fitting inposition and painting two coats. 8.64 Sqm 428.73 3,704.0013 Scraping of moss, blisters etc. thoroughly from exterior surfaceof walls necessitating the use of scraper , wire brushetc.(payment against this item will be made only when this hasbeen done on the specific direction of the Engineer-in-charge.). 595.37 Sqm 7.92 4,715.0014 Acrylic Distemper to interior wall, ceiling with a coat of solventbasedinterior grade acrylic primer (as per manufacturer'sspecification)including cleaning and smoothning ofsurface.Two Coats 595.37 Sqm 79.18 47,141.0015 (A) Painting with best quality synthetic enamel paint ofapproved make and brand including smoothening surface bysand parpering etc. in cluding using of approved putty etc. onthe surface , if necessary.(a) On timber or plastered surface:(2)With other than hi gloss of approved quality.(iv) Two coats (with any shade except white). 26.21 Sqm 84.84 2,224.00(b) On steel or other metal surface: .(2)With other than hi gloss of approved quality.(iv) Two coats (with any shade except white). 25.20 Sqm 87.10 2,195.00

Sl.No Particulars Quantity Unit Rate(In Rs.) Amount(In Rs.)Name of work :NRS & Hospital---Anatomy Building--Repair and painting of calling room for keepingdonations Dead Body during 2021-22(Sl. No. 10)

Price Schedule

262,113.00TOTAL :-Amount in words (Rupees two lacs sixty two thousand one hundred thirteen) only

Assistant Engineer, P.W.D NRS Hospital Sub-Division

Sl.No

Name of workEstimated

Amount put totender (Rs.)

Earnest Money(Bank Draft / Pay Order/ Bankers Cheque from

any Nationalized/Scheduled Bank) (Rs.)

cost ofdocumentsfor tenderagreement

(Rs.)

Time ofCompletion

EligibilitySanction Estimate No.

1 NRS Medical College & hospital - OPD &UNB building - Emergent repair &painting of ENT Minor OT at 1st. Floorof OPD Building & dimalting RCCstructure from roof of UNB Buildingand other allied work.(Sl. No. 01)

174,773.00 3,495.00 750.0015 (fifteen)

days105/kchd/EE-I of2021=22

2 NRSMC & H - Centenary Building -Hematology Department (4th floor) -Emergent repair of distressed area ofceiling, beams, Column etc at male andfemale wards.(Sl. No. 2)

456,015.00 9,120.00 750.00 2 months106/kchd/EE-I of2021=22

3 NRS Medical College & Hospital-Nurses Hostel -Partition in betweenClass Room & Living Room and makingsteps in front of Dining(Sl. No. 03)

58,770.00 1,175.00 750.00 10 days107/kchd/EE-I of2021=22

4 NRS Medical College & Hospital-Maintainence & Repair to differentbuildings under Sec-III of NRS HospitalSub-Division under jurisdiction controlof Kolkata Central Health Division,PWD (R&B) Works. (Sl. No.4)

485,000.00 9,700.00 750.00 06 months115/kchd/EE-I of2021=22

Statement of Notice Inviting Tender No. 06 of 2021-22 of Assistant Engineer (PWD), N.R.S Hospital Sub-Division

ANNEXTURE

Bonafiedoutsider and

agency entitledas per Govt.rule having

40(Forty)Percent

credential in asingle tender insimilar natureof work withinthe last 5(Five)

Years.

Page 1 of 2

4 NRS Medical College & Hospital-Maintainence & Repair to differentbuildings under Sec-III of NRS HospitalSub-Division under jurisdiction controlof Kolkata Central Health Division,PWD (R&B) Works. (Sl. No.4)

485,000.00 9,700.00 750.00 06 months115/kchd/EE-I of2021=22

5 NRS Medical College & Hospital-Maintainence & Repair to differentbuildings under Sec-I of NRS HospitalSub-Division under jurisdiction controlof Kolkata Central Health Division,PWD (R&B) Works. (Sl. No.5)

485,000.00 9,700.00 750.00 06 months114/kchd/EE-I of2021=22

6 NRS Medical College & Hospital -Centenary Building - Repair ofdistressed area in Lift Machine Room.(Sl. No. 6)

180,360.00 3,607.00 750.00 30 days110/kchd/EE-I of2021=22

7 Central Medical store Quarter No 4 -141/1 AJC Bose Road-Patch repair andpainting for change of occupation ofDr. Nimai Chandra Mandal.(Sl. No. 07)

101,262.00 2,025.00 250.00 20 days111/kchd/EE-I of2021=22

8 NRS Medical College & Hospital-Compound- Cleaning and removingconservancy garbage, removingstagnation water including otherallied work for urgent vector controlwork.(Sl. No. 08)

231,644.00 4,633.00 750.00 03 months112/kchd/EE-I of2021=22

9 NRSMC&H- UNB Building- Emergentrepair of Drs. toilet at 4th floorofUNB Building (Cardiology Deptt)(Sl.No. 09)

67,067.00 1,341.00 250.00 07 days113./kchd/EE-I of2021=22

Bonafiedoutsider and

agency entitledas per Govt.rule having

40(Forty)Percent

credential in asingle tender insimilar natureof work withinthe last 5(Five)

Years.

Page 1 of 2

Sl.No

Name of workEstimated

Amount put totender (Rs.)

Earnest Money(Bank Draft / Pay Order/ Bankers Cheque from

any Nationalized/Scheduled Bank) (Rs.)

cost ofdocumentsfor tenderagreement

(Rs.)

Time ofCompletion

EligibilitySanction Estimate No.

10 NRS & Hospital---Anatomy Building--Repair and painting of calling room forkeeping donations Dead Body during2021-22(Sl. No. 10)

262,113.00 5,242.00 750.00 15 days119/kchd/EE-I of2021=22

Assistant Engineer, PWD NRS Hospital Sub-Division

Bonafiedoutsider and

agency entitledas per Govt.rule having

40(Forty)Percent

credential in asingle tender insimilar natureof work withinthe last 5(Five)

Years.

Page 2 of 2Page 2 of 2

Issued to (Bidderf: .................. \:'i

Postal Address with Contact No. & e-mail

Price - Free of Cost

West Bengal Form No. 2911Applicable For Works of value up to Rs 25 (Twenty Five) Crore

Tender No. , Sl. No. of _ (Year)

TENDER AND CONTRACT FOR WORKSGENERAL RULES AND DIRECTIONS FOR GUIDANCE OF

BTDDERS/CONTRACTORS

(A) Applicable for off-line tenders up to Tender Value of Rs. 5.O lakh

1,. A11 work proposed for execution by contract will be notified in the form of invitation totender posted in concerned departmental website, e-procurement portal of the Governmentof West Bengal (https://wbtenders^gor,.in) and to be pubiished in 1ocal news paper forwidecirculation also in the notice boards at public places signed bv the Tender InvitingAuthority.

This form will state the work to be carried out, the date for submitting and opening oftenders as well as the time allowed for carrying out the work; also the amount of earnestmoney to be deposited with the tender, the amount of security deposit to be deposited bythe successful bidder and the percentage, if any, to be deducted from bil1s. Copies of thespecification, design & drawings and other documents required in connection with thework, signed for the purpose of identification by the Authority inviting Tender shall also beopen for inspection by the contractor at the office of the Tender Inviting Authority duringOlfice hours.

2. In the event of the tender being submitted by a firm, it must be signed separately byeach member thereof, or, in the event of absence of any of the partners, it musf be signedon his/her behalf by a person holding a Power-of-Attorney authorizing him/her to do so.Such power-of-attorney is to be produced with the tender, and in the case of a firm carriedon by one member of a joint family; it must disclose that the firm is duly registered underthe Indian Partnership Act.

3. Acceptance of measurements entered and bil1s raised on account of a work, whenexecuted by a firm, must also be signed by the several partners, except where thecontractors are described in their tender as a firm in which case the receipts must besigned in the name ol the firm by one of the partners or by some other person havingauthority to give effectual receipt for the firm.

4. Any person who submits a tender sha1l fi1l up the usual printed form, stating at whatrate he or she is willing to undertake the work. Tenders which propose any alteration inthe work specified in the said form of invitation to tender, or in the time allor.r,ed forcarrying out the work, or which contain any other conditions of any sort, will be 1iab1e torejection. No single tender shal1 include more than one work, but contractors who wish totender for two or more works shall submit a separate tender for each. Tenders shali havethe name and number of the work to which they refer, written outside the sealedenvelopes.

5. The Tender Inviting Authority or his/her duly authorized representative will opentenders in presence of intending contractors/bidders who may be present at the time, and

W#rvill enter the bid amounts as percentage rates above or below or at par of the tender BOQof several tenders in a comparative statement in a suitable form. In the event of a tenderbeing accepted, a receipt shail thereupon be given to the contractor/bldder who sha1lthereupon for the purpose of identification, sign copies of specifications and otherdocuments mentioned in the Rules. In the cvent of a tender being rejected, the earnestmoney with such unaccepted tender sha11 be refunded within 10 days from the date onwhich the tender is decided, provided the contractor(s) present himself/herself before theTender Inviting Authorig to take the earnest money refund.

6. The accepting authority reserves the right to reject any or all of the tenders withoutassigning any reasons to the participating bidders and he/she will not be bound to accepteither the lowest tender or any of the other tenders.

7. Receipt of an accountant or clerk for any money paid by the contractor/bidder u,i1l notbe considered as an acknorviedgement of payment to the Tender Inviting Authority and thecontractor sha1l be responsible for ensuring that he/she procures a receipt signed by theTender Inviting Authority, or a duly authorized representative.

B. The Memorandum of work tendered for, and the schedule of materials to be supplied bythe executing Department at their supplSr/issue rates, shaIl be filled in and completed inthe office of the Tender Inviting Authority before the tender form is issued. If a form isissued to an intending bidder/contractor without having been so filled in and completed,he/she shall request the office to have this done before he/she completes and delivershis/her tender.

(B) Applicable for e-tenders of value above Rs. 5.O Lakh

1. A11 works of tender value above Rs. 5.00 lakh proposed for execution through thiscontract document are to be notified and published in the form of notice inviting e-tender(e-NIT) in the designated official tender website of Government of West Bengal having URLhttps:l lr",btenders.qov.in, and uploaded simultaneously in the URL of concernedDepartment inviting Tenders. Thus the tender may be seen and downloaded by logging intothe "e-procurement" link provided therein, digitally signed by the concerned Tender invitingAuthority and its corresponding abridged notice also published on the same date in theprint media.

2. This e-Notice Inviting Tender (e-NIT) will state the work to be carried out, the datefor encrypting (submitting) and decrypting (opening) of e-tcndcrs, the time allowed forcarrying out the work; amount of earnest money to be deposited with the e-tender;procedure for submission of trMD, amount of security to be furnished by the successfulbidder/contractor, security/ performance security to be deducted from running accountbi11s, copies of specifications, Bill of Quantities, design and drarvings and anlr otherdocument required in connection with the work, digitally signed for the purpose ofidentification by the Tender Inviting Authority.

3. intending contractors/bidders are required to download the e-tender documentsdirectly from the website stated above. Tender is required to be submitted online by theintending bidders by authorized e-Tokens provided as DSC. This is the only mode of e-submission of tender and document(s). A11 information posted in the website consisting ofe-NIT, WB Form No. 2911, Tender Bill of Quantities (BOQ), corrigenda notices anddralvings etc., lf any, shall for-rn part of the Contract. Detarls of procedure of submissionhave been explained under "Generai Terms & Conditions" and Annexure attached with thenotice of e-tender (e-NIT).

4. All the documents uploaded by the Tender Inviting Authority forms an lntegral part ofthe tender contract/agreement. Contractors/bidders are required to upload the entire setof tender documents along with other related documents as asked for in the e-tenderthrough the above website(s) within the stipulated date and time as given in the e-NIT.Tenders are to be submitted in two folders at a time for each work, one being the'Technical Bid' and the other 'Financial Bid'. The contractor/ bidder shall carefully go

through all the documents and prepare to upload the scanned documents in PortableDocument Format (PDF) in the designated link in the web portal as their Technical Bid.He/she needs to fill up the rates of items/percentage in the BOQ downloaded for the workin the designated cel1 and upload the same again in the designated link in the portal astheir Financial Bid. Documents uploaded are virrs scanned and digitally signed using theDigital Signature Certificate (DSC). Contractors/bidders should especially take note of all

the addenda and corrigenda related to the e-tender and upload all of these documentsalso as a part of their tender document.

5. Documents uploaded by the contractors/bidders with all information & rates

comprising Technical and Financial bids cannot be changed after last/end date forsubmission of the e-tender.

6. Deed of Consortium/Partnership Firm, and documents of their registration in the lormof certified copy of 'Form No. VIII,'issued under the Indian Partnership Act, 1932 (Act-IX of7932), GST, & PAN (Permanent Account Number) as per RBI guidelines/above Rs'

50,000/- may be compulsorily furnished for all contracts and all other statutory clearances

defined in the e-NIT.

Z. The tender evaluation and accepting authorities reserve the right to reject any or all of

the tenders without assigning any reasons and he/she will not be bound to accept eitherthe lowest tender or any of the tenders.

B. Withdrawal of e-Tender once the bid has been submitted online and after passing ofend date for submission which has been accepted for further processing is not a11owed.

EMD will be forfeited by the Government and the bidder/contractor penalized in terms ofprovisions in the notice of the tender.

g. Generally Bids u.i|1 be valid for l2O days from the date of opening of the financialproposal. Horvever, extension of bid vaiidity may be suitably considered by the Tender

irr,ritir-tg Authority, if required, subject to obtaining a written confirmation of the

contractor/bidder(s) to that effect'

TENDER FOR WORKS

I/We on beha,lf of the Governor hereby tender for the execution of the work specified inthe underwritten "Memorandum" within the time specihed in such "Memorandum" at

the rates specified therein, and in accordance, in all respects within the Rules

contained in clauses hereinafter. in all of the annexed General Conditions of Contract(GCC), Special Conditions of Contract (SCC) and with such other materials as are

provided for, by and in all other respects in accordance and with such conditions so faras applicable.

MEMORANDUM

(u) lJ setvrul sub-vorksare inclutled, thet'shoultl be cletailed in ascparule lisl

(a) General description of work

(b) Estimated cost put to Tender

(c) Earnest Money DePosit Rs.

(d) Security Deposit (including earnest money) Rs

(e) Percentage, if any, to be deducted from bill Rs

For offlinetender

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

(f) Time allowed for the work from date of written order toCommence '..ca1endar months.

tender during submission of bid and during execution of Agreement for online

RS

Name of WorkTendered

Amount Put toTender

Rate Quoted by theBidder (%o above or

less or at par)

Tendered Amount(Contract Price bothin words & fisures)

ffiYi\_t%Vt--*/'

Qi]rrxi)

+Give

prtrtir:ulorsandttL.Lntbers

Strike out(tt) or (b)

AS

applicable.

T Signature olCctttractor belbresubntission oftencl er

X Signuture oJ

W'ilness 1o

Contt'octor's,\ ig Ll r I Lo'e

XX Sigildtlu'e o.l'

the EteculiveEngirteer/AEon behulJ <f rhe

Deparllnent.

Dated the

x(Witness)AddressOccupation

Day of

T

Should this Tender be accepted, I/u,e hereby agree to abide by and fulfill all of theterms and provisions of the said conditions of contract annexed hereto so far as applicable,or in default thereof to forfeit and pay to the Governor or his/her successions in office,the sums of money mentioned in the said conditions.

A sum of Rs " has been furnished through online netbanking/RTGS/NEFT transfer as earnest money deposit [(a) the full value of which is tobe absolutely forfeited to the Governor or his/her successors in office, withoutprejudice to any other rights or remedies of the said Governor or his successors inoffice. Should l/we not deposit the ful1 amount of security specified in the above'Memorandum'in accordance with clause I(A) ofthe said conditions of contract, the saidsum of Rs ............ sha,ll be retained bythe Government as on account of such security asaforesaid:(b) the full value of which shall be retained by Government on account of thesecurity deposit specified inclause I (B) of the said conditions of contract] .

20

The above tender is here by accepted by me for and on behalf of the Governor of the Stateofwest Bengal

XX

Dated the Day of (Month) _ (Year)

GENERAL CONDITIONS OF CONTRACT

Clause 1 1.1 Earnest Money - The person/persons who intend to participate in theTender lor an Estimated Amount up to Rs. 25 (Twenty Five) Crore sha1l have to depositEarnest Money @ 2% (Two percent) of the Estimated Amount put to Tender or Rs 10 Lakh,whichever is lower.

In case of offline tender earnest money is to be submitted in the form of Bank Draftor Bankers Cheque.

In case of Online Tender (e-Tender) earnest money is to be deposited through e-tender portal (htips:,//wbtenders.flor,.in) by selecting from either of the follorving paymentmodes:

i) Net banking (any of the banks listed in the ICICI Bank Payment gateway) in case ofpayment through ICICI Bank Payment Gateway.

ii) RTGS/NtrFT in case of oflline payment through bank account in any Bank withhis/her tender/quotation as per Memorandum No.3975-F(Y) dated: - 28.O7.2076 ofSecretary to the Government of West Bengal, Finance Department. The Ll biddersha1l make the Formal Agreement after getting the Letter of Acceptance (LOA) issuedby the Tender Accepting Authority. Failure to make the Formal Agreement within thetime period as prescribed in the Letter of Acceptance (LOA) for the purpose, may beconstrued as an attempt to disturb the tendering process and will be dealt rvithaccordingly in a legal manner as deemed fit including blacklisting the bidder.

L.2 Security Deposit - While making anv payment to the person(s) whosetender has been accepted (hereinafter sha1l be called the contractor) for u,ork doneunder the contract, the authority making payment shall deduct such sum which togetheru,ith the Earnest Money already deposited and converted into security deposit, shallamount to lOo/o of the value of works executed at the material point of time and paidduring the progressive n-rnning accounts bills, so that total deduction together with

()ontpensation

for delay

Earnest Money constitute look of the tendered value of work actually done.

In case of excess/and supplementary work over the tendered amount, additional security@) of lO% of such additional amount is to be deposited for all such excess/ andsupplementary works beyond the tendered amount before payment of final bill.Compensation of all other sums of money payable by the contractor to the Governmentunder the terms of the contract may be deducted from the security deposit.

However, even though the earnest money deposited exceeds the prescribed percentage,due to reduction of tendered amount due to any reason whatsoever, such additionalearnest money shall be deemed to have been converted into security and furtherdeductions from progressive bills sha11 be made, taking into consideration the enhancedcomponent of earnest money so converted into security.

Security deduction will not normally be required for hiring of inspection vehicles an6boats etc-, supply of tools & plants, furniture and computer peripherals. Separateagreement rriay be required in those cases, particularly for consultancy and RFP fo; EpC,which shal1 be made in standard formats to be approved by the Government.

After completion of the work, the Contractor may opt for refund of the Security Depositby replacing equal amount of Bank Guarantee of scheduled Bank valid up to 3 monthsbeyond the defect liability period.

Additional Performance Security (g 1O9 of the tendered amount in the form of BankGuarantee from a Scheduled Bank, valid up to the date of completion of work, shall beobtained from the successful bidder, if the accepied bid value is BOok or less than theestimated amount put to tender.

If the bidder fails to submit Additional Performance Security within 7 (seven) workingdays from the date of LoA or the time period as approved by the Tender invitingAuthority, his Earnest Money will be forfeited.

If the bidder faits to complete the works successfully, the Aclditional PerformanceSecurity along with Security Deposit lying with the Government shal1 be forfeited at anvtime during the pendency of contract period as per relevant Clauses of the Contract.

Necessary provisions regarding deductions of Security Deposit from the progressive billsof the Contractor as per relevant clauses of the contrait will in no way be affected/altered by this Additional Performance Security.

Clause 2. The time allowed for carrying out the work as entered in the tender shail bestrictly observed by the contractor and shall be reckoned from the date on which the orderto commence work is given to the contractor. The work sha11 throughout the stipulatedperiod of the contract be proceeded with all due diligence. Time being cleemed to be theessence of the contract on the part of the contractor, the contractor shall be bound in aiicases, to achieve the 'Milestones'as defined under Clause 5 and specified in the NITinto various 'Identifiable and quantifiable construction related stages'pertaining tothe work. In the event of the contractor failing to comply with any of the conditionsrelated to achieving the 'Milestones' within the specified time period prescribed forsuch 'Milestone'plus one month, he/she shall be liable to pay compensation.If the contractor fails to commence and/or maintain required progress viz. Milestonesdefined in the Notice Inviting Tender over the total time allotted f- it. full compietionand in terms of clause 5 or fails to complete the work and clear the site on or beforethe end of contract period or extended date of completion, he/she shall, withoutprejudice to any other right or remedy available under the law on account of suchbreach, pay as agreed compensation to the implementing Department.

This will also apply to items or group of items for which a separate period ofcompletion has been specified.

Compensation for delay of work: (A 2% (Turo percent) of the tendered value ofwork arrived for each month of delay to be computed on per day basis subject tothe ceiling limit of security deposit already withheld or due to be wittrtretaduring imposition of the said clause and minimum payable compensationequivalent to the Earnest Money deposited (EMDI.

,4cliort v,hen vholeof seturit)'depositis Jbdeited

Contt'actorremains liubleto pa),conpertsuliott, iJ

latiotl is noltaken wttlerClause 3

Provided always, that the total amount of compensation for delay, to be paid under thisclause sha1l not exceed iO% of the tendered value of work or the tendered value of the itemor group of items of the work, for which a separate period of completion is originally glven.

The amount of compensation may be adjusted or set-off against any sum payable to thecontractor under this contract, if the contractor catches up with the progress of worksubsequently, part or full of the desired progress as per the contract in accordance withthe decision of the Tender Accepting Authority, under powers delegated by Government tobe communicated by the Engineer-in-Charge, the withheld amount shall be released.However, no interest, u,hatsoever, shall be payable on such withheld amount.

Force majeure :-lf the work(s) be delayed for the following reasons:-Due to war, internal emergency and other conditions such as abnormally bad weather,flood, cycione natural calamity or serious loss or damage by fire or civil commotion, thecontractor sha1l immediately give notice thereof in writing to the Engineer-in-charge butshall nevertheless use constantly his/her best endeavors to prevent or make good thedelay and sha11 do all that may be reasonably required to the satisfaction of the Engineer-in-charge to proceed wlth the works.

Clause 3. Subject to other provislons contained in this clause, the Engineer-in-chargewith the prior approval of Tender Acceptlng Authority, may, without prejudice to his/herany other rights, remedy against the Contractor in respect of any delay, inferiorworkmanship, any claims for damages and/or any other provision of the contract orotherwise, and whether the date of completion has or has not been elapsed, by notice inrvriting, absolutely determine the contract in any of the following cases:

(i) If the Contractor has been given by the Engineer-in-Charge a notice in writing torectify, reconstruct or replace any defective work or that work is being performedin an inefficient or otherwise improper or un-workman like manner, sha1l omit tocomply with the requirements of such notice for a period of seven days thereafter;

(ii) If the Contractor has without reasonable cause suspended the progress of work, orhas failed to proceed with the work with due diLigence so that, in the opinion of theEngineer-in-Charge he/she will be unable to secure completion of the work by theschedule date for completion, and continues to do so alter a notice of seven days inwriting from the Engineer-in-charge,

(iii) If the Contractor fails to complete the work r.vithin the stipulated date or theMilestones/items of work within individual dates of completion, if any, stipulatedon or before such date(s) of completion and does not complete them or reach thedefined Milestones within the period specified in the notice given in rvriting to thateffect by the Engineer-in-charge;

(i") If the Contractor persistently neglects to carry out his/her obligations under thecontract and/or commits default by not complying rvith any of the terms &conditions of the contract and does not remedy it, or take effective steps to remedyit, within seven days after a notice in writing is given to him/her to that eifect bythe Engineer-in-Charge;

(v) If the Contractor being an individual, or a firm, or any partner thereof, shall at anytime be adjudged insolvent or have a 'Receiving Order' or Order for administrationof his/her Estate made against him/her, or take any proceedings for liquidation orcomposition (other than a voluntary liquidation for the purpose of amalgamation orreconstruction) under any Insolvency Act for the time being in force, or make anyconveyance or assignment of his/her effects or composition or arrangement for thebenefit of his/her credltor or purport to do so, or il any application be made underInsolvency Act for the time being in force for the sequestration of his/her Estate, orif a trust deed is executed by him/her for benefit of his/her creditors;

("i) If the Contractor being a Company pass a resolution or the court delivers an orderof judgement that the Company shall be wound up, or if a receiver or a manager onbehalf of a creditor be appointed, or if a circumstance arise which entitle the Courtor the creditor to appoint a receiver or a manager or which entitle the court toissue a winding up order;

(vii) If the Contractor shali suffer an execution order being levied on his/her goods anda1lows it to be continued for a period of 21 days;

(viii) If the Contractor assigns without prior written approval of the Tender Accepting

al lrntrL lb

#*rc

Contt clctorsrentains liable to

pLt), compens0lionif attion not tdkenurtder Cluuse 3

Potter to take

possession tl or

(tx)

Authority, transfers, sublets (engagement of labour on piece work basis or ofIabour with materials not to be incorporated in the rvork, shall not be deemed to besubletting) or otherwise parts with or attempts to assign, transfer, sublet orotherwise parts with the entire work or any portion thereof without prior writtenapproval of the Engineer-in-charge;

AND THEREFORtr, the Contractor has made himself/herself llable for action underany of the cases aforesaid, the Engineer-in-charge on behalf of the Governmentwith the prior approval of Tender Accepting Authority, shal1 have the powers toadopt any of the following actions, as he/she may deem best suited to the interestof the Government:-

(a) To determine the contract as aforesaid, of which rescission notice in writingand costs to be recovered for works since executed subject to a minimum ofthe amount of Earnest Money deposited by the Contractor under the hand ofEngineer-in-charge, shal1 be the conclusive evidence. Upon suchdetermination, the Earnest Money Deposit, Security Deposit already recoveredfor executed works and performance guarantee, if any under the contract shallbe liable to be forfeited and sha11 be absolutely at the disposal of theGovernment.

(b) After giving notice to the Contractor to measure up the work executed and totake such whole or the Lralance or part thereof, as shall be un-executed out ofhis/her hands, and to give it to another Contractor to complete the balancework. The Contractor, whose contract is determined or rescinded as above,shall not be allowed to participate in the tendering process for the balancework.

(.) To employ labour paid by the implementing Department, and to supplymaterials, to carry out the works or any part of the work, debarring thecontractor and debiting the cost of labour and price of materials (of the amount ofwhich cost and price determined by certificate of the Engineer-in-Charge sha1lbe final and conclusive against the contractor) and crediting hlm/her '"vith thevalue of the work done, in a1l respects in the same manner and at the samerates as if it had been carried out by the contractor under the terms ofhis/her contract; the certificate of the Executive Engineer as to the value ofthe work done shall be final and conclusive against the contractor.

In the event of above course being adopted by the Engineer-in-charge, the Contractorsha1l have no claim of compensation for any loss sustained by him/her by reason ofhis/her having pr-rrchased or procured any material or entered into any engagement ormade any advances on any account or with a view to execute the work or theperformance of the contract. In case, action is taken under any of the provisionsaforesald, the contractor shall not be entitled to recover or be paid any sum for any workthereof actually performed under this contract, unless and until the trngineer-in-chargehas certified in writing that the performance of such work and value payable in respectthereof, and he/she sha11 only be entitled to be paid the value so certified.

Clause 3A. In case, the work cannot be started due to reasons not within the control ofthe Contractorwithin 1/4th (one fourth) of the stipulated time for completion olthe workor 45 days whichever is 1ess, which is accepted as a valid & justified reason by theTender Accepting Authority, either party viz. Contractor & the Engineer-in-Charge mayclose the contract with the approval of Tender Accepting Authority. In such aneventuality, the earnest money deposited and the security of the contractor sha1l berefunded, but no payment on account of interests, Loss of profit or damages etc. shal1 bepayable at all.

Clause 38, In case a continuing work cannot be completed due to reasons beyond thecontrol of the contractor, like Force Majeure enumerated later under Clause 5, thecontract may be terminated as stated in clause 3,A above by the Engineer-in-Chargewith the consent of the contractor and approval of the Tender Accepting Authority.

Clause 4. In casesCharge under Clause

which any of the powers conferred upon the Engineer-in-hereof sha1l have become exercisable and the same had not

in3

been previously exercised, non-exercising thereof sha11 not constitute as a waiver of anyof the conditions hereto, and such powers sha1l, notrvithstanding be exercisable in theevent of any future case of default by the contractor, for which by any clause orclauses hereof, he/she is declared liable to pay compensation amounting to whole ofhis/her security deposit, and the liability of the contractor for past and futurecompensation shal1 remain unaffected. In the event of the Engineer-in-Charge puttingin force either of the powers under ix (a) or (c) vested with him/her under the precedingclause, he/she may if he/she so desires, take possession of all or any tools & plant,materials and stores, in or upon the work, or the site thereof, or belonging to thecontractor, or procured by him/her and intended to be used for execution of the work,or any part thereof, paying or allowing for the same in account at the contract rates orin case of these not being applicable, at current market rates to be certified by theEngineer-in-Charge whose certificate thereof, sha1l be final and binding. Otherwise, theEngineer-in-Charge may deliver notice in writing to the contractor or his/her c1erk,foreman or other authorized agent, requiring him/her to remove such tools & p1ant,materials or stores from the premises within a time to be specified in such notice; and inthe event of the contractor failing to comply with any such requisition, the Engineer-in-Charge may remove them at the contractor's expense or sale them by p u b 1i c auctionor private sale on account of the contractor and at his/her risk, in all respects, and thecertificate of the Engineer-in-Charge as to the expense of any such removal, and theamount of the proceeds and expense of any such sale shall be final and conclusiveagainst the contractor.

Clause 5. The time allowed for execution of a work as speclfied in the 'Schedule ofWork' or in the extended time in accordance with the terms and conditions shal1 bethe essence of the contract. Execution of work sha1l commence from such time periodas mentioned in the said schedule, or from the date of handing over of the site to thecontractor whichever is later. If the contr:lctor commits default in commencingexecution of the work as aforesaid within ,thirty days, without justifiable reasonsincluded under Force Majeure or other such reasons beyond the control of thecontractor, in which case to be reported within seven days by the contractor,considered valid and cogent by the Engineer-in-Charge, the Engineer-in-Charge sha11after passing of thirty days from the date of scheduled commencement of work as perwork order, with the prior approval of the Tender Accepting Authority, withoutprejudice to any other right to remedv available in law, be at liberty to apply clause 2and subsequently clause 3 of the tender document.

5,1 As soon as possible after the contract is executed, signed and agreed, thecontractor sha11 submit a 'Time and Progress Chart' for each broad activity(Milestone) and get it approved by the Engineer-in-Charge. The chart sha11 beprepared in direct relation to the time slated in the Notice Inviting Tender (NIT)document, for completion of items or group of items of the work. It shal1 indicatethe forecast of the dates of commencement and completion of various trades ofsectlons of the work. This may be amended, as necessary, by an agreementbetween the trngineer-in-Charge and the contractor within the limitations oftime imposed in the NIT document. Further, to ensure good progress duringexecution of work, the contractor shall in all cases, in which the time allowed forany work exceeds one month (save and except for special jobs for which aseparate programme has been agreed upon) to complete the work as per defined'Milestones' given in such 'Schedule of Work' defined clearly in the NIT itself intovarious 'ldentifiable and quantifiable construction related stages' related withthe type and nature of work, and that the 'total time allowed for completion ofwork' is to be broken up against achievement of those stages during theconstruction / progress of work to ensure a periodic monitoring of progress andenable the contractor and the trngineer-in-Charge to take corrective measuresfrom time to time.

5.2 If the work(s) be delayed by:Force majeure, due to war, internal emergency and other conditions such asabnorrnally bad weather, flood, cyclone natural calamity or serious loss ordamage by fire or civil commotion, strike or lockout affecting procurement ofconstruction materials or any of the trades employed in the work, or any othercause which in the absolute discretion of the Engineer-in-Charge is beyond thecontractor's control, then upon happening of any such event cau-sing delay, the

;!i contractor shal1 immediately give notice in writing to the Engineer-in-Charge but

{l/ sha1l nevertheless use constantly his/her best end.eavors to prevent or make

:i good the delay and shall do all that may be reasonably required to thei" iatisfaction of the Engineer-in-Charge to proceed with the works.

S.3 Request for rescheduling of 'Milestones' of various activities and extension of

Final CertiJicole

Pclvntettt oninlcr- mediulecertiJicates lobe regurdedus advunces

Bills to be

submitted

ntonthllt

time, to be eligible for consideration, shall be made by the contractor in writingwithin fourteen days of the happening of the event causing delay in theprescribed form. The contractor may also, if practicable, indicate in such aiequest the period for which extension is desired'

S.4 If any such case the trngineer-in-Charge, with the approval of Tender AcceptingAuthority, may give a falr and reasonable extension of time and reschedule the

activity wise 'Miiestones' for completion of the work. Such extension shall be

communicated to the contractor by the trngineer-in-charge with the approval ofTender Accepting Authority in writing within maximum 1 (one) month of thedate of receipt of such reqlrest.

Clause 6. On completion of work, the contractor shall be furnished with a certificate by

the Engineer-in-Charge of such completion, but no such certificate shaIl be given, nor

shall the work be considered to be completed until and unless the contractor sha1l

have removed from the work premises on which the work is executed, all scaffolding,

surplus materials and rubbish, and cleaned off the dirt from wood works' doors,

winiows, floors, or other parts of any building, upon or about which the work is

executed, or of which he may have had possession for the purpose of the execution thereof,

nor until the lvork sha1l have been measured by the Engineer-in-charge whose

measurements shall be binding and conclusive against the contractor. If the contractor

shall fail to comply .,vith the re(uirements of. this clause as to removal of scaffolding,

surplus materiis and rubbish and cleaning off dirt on or before the date fixed for

completion of the work, the Engineer-in-charge may at the expense of the contractor."-or" such scaffolding, surplus materials and rubbish, and dispose of the same as

he/she thinks fit, and clean-off such dirt as aforesaid; and the contractor shall forthwithbe bound to pay the amount of all expenseso incurred, and sha11 have no claim inrespect of any such scalfolding or surplus materials as aforesaid, except for any sum

actually realized by the sale thereof.

Clause 7. No running account bill payment shall be normally made for works less than 3O

(Thirty) percent of Tendered Value or up to Rs 25.00 lakh, whichever is Iess, till after the

whole of th" work shall have been completed and certiJicate of completion given. For

works of tendered value above Rs 25.00 lakh, for running account bill payment, the

contractor shall on submitting a bill of at least Rs 25.00 lakh there for, be entitled toreceive a payment proportionate to the part thereof, approved and passed by the

Engineer-in-"hr..g", whose certificate of such approval and passing of the sum so payable

snaU Ue final and conclusive against the contractor. But all such intermediate payments

shall be regarded as payment" by *.y ofadvance against the final measured billpayment on-ly and ,rot ," payments for work actually done and completed, and shall.roi preclude the bad, unsound, and imperfect or unskillful work which is to be removed

and taken away ancl reconstructed, or re-erected or to be considered as an admission of

the due performance of the contract, or any part thereof, in any respect, or the accruingof any ciaim, nor shaLl it conclude, determine or affect in any way the powers of the

Engineer-in-charge under these conditions or any of them as to the final settlement and

adjirstment of the accounts or otherwise or in any other way vary or affect the contract.The final bill sha1l be submitted by the contractor within one month of the date fixed for

completion of the work, other-wise the Engineer-in-charge's certificate of the measurement

and of the tota-i amount payable for the work accordingly shall be final and binding on

all parties.

Clause 8. Works bill shal1 be submitted by the contractor each month, after fulfillingabove clause, on or before the date fixed by the Engineer-in-charge, for a1l worksexecut-ed during the previous month, and the Engineer-in-charge shall take or cause to

take the requisite -"u"rr"r.r.rt lbr the purpose of having the same verified, and the claim

as far as admissible adjusted, if possible, before the expiry of fourteen days from the

presentation of the bi1l. If the contractor does not submit the biil within the time fixed as

aforesaid, the Engineer-in-charge may depute a Junior Engineer to measure up the said

l,ffifu]M

Payments oJ'

Lofitrdclor'sbills to Banks

Stores supplieclby Governntent

work in presence of the contractor, whose countersignature in the measurement book willbe sufhcient warrant; and the Engineer-in-charge may prepare a bili from such list whichsha11 be binding on the contractor in al1 respects.

Within 1O (Ten) days of completion of work, the contractor sha1l give notice of suchcompletion to the Engineer-in-charge and within 14 (Fourteen) days of receipt of suchnotice, the trngineer-in-charge shall inspect the work, and if there is no defect in thework, he/she shall furnish to the contractor a final certificate of completion. Otherwise,a provisional certificate of physical completion indicating defects (a) to be recti{ied bythe Contractor and/or (b) for which payment will be made at reduced rates, shall beissued. Such reduced rate is to be imposed with the approval of SuperintendingEngineer concerned.

Clause 8A. When annual repair and maintenance work is carried out, the splashes anddroppings from white washing, colour washing, painting etc., on walls, floors, windowssha1l be removed and the surface cleaned simultaneously with the completion of theseitems of work in the individual rooms, quarters or premises etc. where the work is donewithout waiting for the actual completion of all the other items of work in the contract.In case, the contractor fails to comply with the requirements of this clause, theEngineer-in-Charge shall have the right to get this work done at the cost of thecontractor either Departmentally or thrciugh any other contractor. Before taking suchaction, the Engineer-in-Charge shall give ten days notice in writing to the contractor.

Clause 88. The Contractor shall submit completion Plan/Drawing as required in the'General Specification'for Civil as weil as Electrical Works as applicable within 30 daysof completion of the work.

Clause 9. The Contractor shal1 submit all bil1s in printed forms, as per formatprescribed by Government of West Bengal, intheofficeoftheEngineer-in-Charge, and the charges in the bil1s shall always be entered at the rates specihed intender or in case of any extra work ordered in pursuance of these conditions, and notmentioned or provided for in the tender at rates thereinafter provided for such work.

Clause 94(1) Payments due to the contractor may, if so desired by him/herbemadeto his bank through e-Pradan, details of which has to be directly furnished to the Engineer-in-charge.While the online receipt given by such Banks shall constitute a full and sulllcientdischarge/acquittance for the payment, the contractor should wherever possiblepresent his/her bil1s duly receipted and discharged through his/her Banker/s.

(2) In the case of bills, which the contractor presents for payment direct,and which are not endorsed in favour of the Bank, while efforts will be made tosecure payment to the Iinancing Bank, payments made to the contractor should beaccepted as fu11 acquittalce so far as the Government is concerned. As a part of thearrangement, the financing Bank should give the Government a letter to this effect.

Note 1. The procedure will not affect the usual rights of t h e Government todeduct from contractor's bil1, (whether endorsed in favour of a Bank or not) any sumdue to Government of account of penalties, over-payments etc., on this or any othercontract with the Governor of the State of West Bengal.

Note 2. Nothing contained herein shall operate to create in favour of the Bank anyrights, claims or equities vis-a-vis the Governor.

Clause 1O. If the specification or estimate of the work provides for use of any specialdescription of material to be supplied by the trngineer-in-Charge, (such materials &stores and the prices to be charged there for as hereinafter mentioned being so far aspracticable for the convenience of the contractor, but not so as in any way to control themeaning or effect of this contract specified in the schedule or 'Memorandum' heretoannexed), the contractor shall be supplied with such materials and stores as is requiredfrom time to time to be used by him/her for the purpose of the contract on1y, and thevalue of the full quantity of materials and stores so supplied at the rates specified in thesaid schedule or Memorandum may be set off or deducted from any sums then due, orthereafter to become due to the contractor under the contract, or otherwise or against orfrom the security deposit, or the proceeds ol sale thereof; if the same is held inGovernment securities, the same or a sufficient portion thereof being in this case sold for

the purpose' A1l materials supplied to the eontractor shall remain the absolute propertyof Government, and shall not on any account be removed from the site of tn" wJrf., ^nash'all at all times be open for inspection by the Engineer-in-charge. Any such materialunused and in perfectly good condition at the time o1 th. .o*pletion or determination ofthe contract shall be returned to the Engineer-in-charge's stq{p, if by a notice in writingunder his/her hand, he/she shall so require; but the

""ort..tior sha,ll not be entitled toreturn any such material unless with such consent, and shall have no claim forcompensation on account of any such materiai so supplied to him/her as aforesaid beingunused by him, or for any wastage or damage to any such material.

Work to beexecuted inaccordance y,itltspecifi.catiort,s,drav'irtgs,ortlers, etc.

t1 ltercttion in,sltecifictttion antltlesigns do ncttinvalidatecontroct

Rales.fbr worksnot in tenderBOQ/SoR

No contpensalion

lbr alternation inor restriction ofwork to becarrietl out.

Clause 11. The contractor shal1 execute the whole and every pa,r-t of work in the mostsubstantial and workman like manner,'and both, as regards to materials and otherwise, inevery respect, in strict accordance with the specifi&tions. The contractor shall alsoconform exactly, fully and faithfully to the design and drawings, and instructions inwriting relating to the rvork signed by the_Engineer-in-Charge and lodged in his/her office,to which the contractor shall be entitled to have access at such office, or on the site ofthe work for the purpose of inspection during office hours, and the contractor shall, ifhe/she so require, be entitled at his/her own expense to make or cause to be madecopies .of the specifications, and of all such Sesign, drawings and instructions asaloresald.

clause 12' The Engineer-in-Charge shall have powers to make any alteration in,omission from, addition to, or substitution for, the original specifications, diawings, designsand instructions, that may appear to him/her to" be necessary or recommended bySuperintending trngineer or the Chief Engineer during the progress of work, and thecontractor shall be at all times be bound to carry ort th""" irorks, irr r".orJr.r"" toany instructions which may be given to him/her in rvriting, signed by the Engineer-in-charge, and such alterations, omissions, additions or substitr]iions, shall not invalidate thecontract but shall be deemed to have formed a part of the work included in the originaltender and any altered, additional or substituted work which the contractor may bedirected to do in the manner specified above as a part of the work sha1l be carried out bythe contractor on the same conditions in all respects on which he/she agreed to do themain work, and at the same rates, if any, may be specified in the tender for the main work.Time for the completion of the work shall be extended in the proportion that the altered,additional or substltuted work bears to the original rvork contract, and the certificate ol theEngineer-in-charge shall be conclusive as to such proportion. And, if the altered,additional or substituted work includes any class of wlrk, for which no rate is sfecifiedin the contract, then such class of work shall be carried out at the rates entered inthe schedule of rates of concerned works Department applicable in the district, whichwas in force at the time of acceptance of the contract, minus/plus the percentage whichthe total tendered amount bears to the estimated cost of the entire work put to tender;and if the altered, additional or substituted work is not entered in the said schedule of rates,payment thereof shall be made by the Engineer-in-charge by determining the iates onanalysis worked out from (a) the basic rates of materials and labour plovided in theaforesaid schedule of rates, or (b) the current market rates of materials and labourwhen even basic rates for the work are not available in the schedule. In cases whensuch rates are determined on analysis by the Engineer-in-charge under (a) above, thestipuiated percentage above or below schidule of.It"" ," provided in the contract shallalso apply, and in case of rates worked out on analysis r'-,.,d.. (b) above, payment shallbe made at the rates so determined without application of the said stipulatedpercentage' In the event of any dispute regarding ratls determined on analysis for anyaltered, additional or substituted work undeithis

"1".r.., the decision of the superintenclingEngineer sha1l be fina1 and binding.

clause 13' If at any time after the commencement of the work the Governor shall for anyreason whatsoever not require the whole thereof as specified in the tender to be carriedout, the Engineer-in-charge shal1 give notice in writing of the fact to the contractor, whosha11 have no claim to any payment or compensation whatsoever on account o1any profitor advantage which he might have derived from execution of the work in fu1l, rri -ni.nhe/she did not derive in consequence of the fulI amount of the work not r,rrrrrg u""r,carried out; neither sha1l he/she have any claim for compensation by reason of anyalterations having been made in the original specificatitns, drawings, designs andinstmctions which sha1l involve any curtailment of the work as originally-contempiated.

,4t:tion andcotllpensatiotlpatable in caseoJ bad work

Wot k tobe open toinspection

Contractoror his/herrespons i b leagent lo beD7'esenl

Notice to begiven beJore

tt'ork iscovered up

Contraclorliable /brdamuge doneand lbrimper/br:tions.fbrI 80 days aliercerliJicate

Clause L4. If it shall appear to the Engineer-in-charge or his/her subordinate engineerin-charge of the work, that any work has been executed with unsound, imperfect, orunskiliful workmanship, or with materials ol any inferior description, or that any materialsor articles provided by the Contractor, for the execution of the work are unso1rnd, or of aquality inferior to that contracted for, or otherwise not in accordance with the contract,the contractor shall on demand in writing from the Engineer-in-charge specifying thework, materials or articles complained of notwithstanding that the same may have beeninadvertently passed, certified and paid for, forthwith rectify or remove and re-constructthe work so specified in whole or in part, as the case may require, or as the case may beremove the materials or articles so specified and provide other proper and suitable materialsor articles at his/her own proper charge and cost; and in the event of his failing to do sowithin a period to be specified by the Engineer-in-charge in his/her demand aforesaid,then the contractor sha11 be 1iab1e to i^y co*p..rsation at tire rate of one percent on theamount of the estimate put to tender / on up to date executed work value for every daynot exceeding ten days, while hisi her failure to do so sha11 continue and in the case ofany such failure, the Engineer-in-charge may recti[, or remove, and re-execute the work orremove and replace with others, the materials or articles complained of as the case may beat the risk and expense in all respects ofthe contractor.

Clause 15. A11 work under or in course of execution or executed in pursuance of thecontract shal1 at all times be open to inspection and supervision of the Englneer-in-Chargeand all his/her subordinates and also higher Officers / Authority of the Government andthe contractor shall at all times during the normal working hours, and at all othertimes at which reasonable notice of the intention of the trngineer-in-charge or his/hersubordinates to visit the work site sha1l have been given to the contractor, eitherhimself/herself be present to receive orders and instructions, or have a responsibleagent duly accredited in writing present for that purpose. Orders given to the contractor'sagent shall be considered to have the same force as if i t had been given to thecontractor himself/ herself.

Clause L6. The Contractor shal1 give, not less than five days notice in writing to theEngineer-in-charge or his/her subordinate in-charge of the work, before covering up orotherwise placing beyond the reach of measurement any rvork, in order that the iame isso covered up or placed beyond the reach of measurement, and shal1 not cover up orplace beyond the reach of measurement any work without the consent in writing of theEngineer-in-charge or his/her subordinate, in-charge of the work; and if any work shall becovered Llp or placed beyond the reach of measurement without such notice havingbeen given or consent obtained, the same shall be uncovered at the contractor,sexpense, or, in default thereof no payment or allowance shall be made for such work orthe materials with which the same was executed.

Clause 17. If the Contractor or his/her workers or authorized representatives shal1break, deface, injure or destroy any part of the structure in which they may be workingor any building, road, road curbs, fence, canals, water pipes, cables, drains, electric ortelephone posts or wires, trees, grass or grassland or cultivated ground contiguous to thepremises on which the work or any part of it is being executed, or if any damage shal1happen to the work from any cause whatever or any imperfections become apparent in it atany time, whether during its execution or within a period of six months after issuance of acertificate of its completion by the Engineer-in-Charge, the contractor shal1 make the samegood at his/her own expense, or in default, the Engineer-in-Charge may cause the same tobe made good by other workers, and deduct the expcnses (of which the certihcate of theEngineer-in-Charge shall be final and binding) from any sums, whether under the contractor otherwise, that may be then, or at any time thereafter become due to the contractor bythe Government or from his/her security deposit, or the proceeds of sale thereof, or of asufficient portion thereof, and if the cost in the opinion of the trngineer-in-Charge whoseopinion sha11 be final and conclusive against the contractor, making such damage orimperfections good shall exceed the amount of such security deposit and.f or such sums, itshall be lawful for the Government to recover the excess costs from the contractor inaccordance with the procedure prescribed by any law for the time being in force.

Clause 17A. The Contractor sha11 also supply without charge the requisite number ofpersons with the means and meiterials necessary for the purpose of setting out works, andcounting, weighing, assisting in the joint measurement or examination at any time andfrom time to time of the work or materials. Failing his/her so doing the same may be

T

Labour

Payrn",r, ,r'minintumlYages taLabour

provided by the Engineer-in-Charge at the expense of the Contractor and the expenses maybe deducted from any money due to the contractor under the contract or from his/herSecurity Deposit or the proceeds of sales thereof or of a sufficient portion thereof. TheContractor shali also provide a1i netessary fencing / barricading / providing cautionboards ctc. and iight requircd to protect the public from accident, and shall be bound tobear the expenses of defence of every suit, action or other proceedings at law that may bebrought by any person lor injury sustained owing to neglect of the above precautions andto pay any damage and costs which may be awarded in such suit, actions or proceedingsto any such persons or which may with the consent of the Contractor be paid tocompromise any claim by a.ny such persons.

Clause 18A. In every case in which by virtue of the provisions under sub-section (1) ofSection 12, of the Workmen's Compensation Act, 1923, the implementing Department isobliged to pay compensation to a workman employed by the contractor, in execution ofthe works. The implementing Department will recover from the Contractor the amount ofcompensation so paid; and without prejudice to the rights of the Department under sub-section (2) of section 72, of the said Act, implementing Department shall be at iiberty torecover such amount or any part thereof by deducting it from the security deposit or fromany sum due by implementing Department to the Contractor whether under this contractor otherwise. The implementing Department sha11 not be bound to contest any claim madeagainst it under sub-section (1) Section 12, of the said Act, except on the written requestof the contractor and upon his/her giving to the implementing Department full securityfor all costs for which the Department might become liable in consequence of contestingsuch claims.

Clause 18B. In every case in which by virtue of the provisions under 'The ContractLabour (Regulation & Abolition) Act 7970', and its amendments and rules, theimplementing Department is obliged to pay amount of wages to a workman employed bythe Contractor in execution of the works, or to incur any expenditure in providing welfareand health amenities required to be provided under the above said Act and the rulesframed by Government from time to time for the protection of health and sanitaryarrangements for workers employed by Contractors, executing Department will recoverfrom the Contractor, the amount of wages so paid or the amount of expenditure soincurred; and without prejudice to the rights of the executing Department under sub-section(2) of Section 20, and sub-section (4) of Section 21, of the Contract Labour(Regulation and Abolition) Act, 1970, executing Department sha1l be at liberty to recoversuch amount or any part thereof by deducting it form the security deposit or from anysum due by Executing Department to the Contractor whether under this contract orotherwise and the executing Department shall not be bound to contest any claim madeagainst it under sub-section (1) of Section 20, sub-section (4) of section 27, of the saidAct, except on the written request of the Contactor and upon his/her giving to theimplementing Department fu11 security for all costs for which the Department mightbecome liable in contesting such claim.

Clause 19. The Contractor shall obtain a valid license under the Contract Labour(Regulation and Abolition) Act, 1970, before the commencement of the work, and continueto have valid licenses until the completion of the work. The contractor shall also abide bythe provisions of the Child Labour (Prohibition and Regulation) Act, 1986, Fatal AccidentAct, 1855, Personal Injuries (Compensation Insurance) Act, 1970.

The Contractor shall also comply with the provisions of the 'Building and. OtherConstruction Workers (Regulation of trmployment & Conditions of Seruice) Act, 1996, andThe Building and Other Construction Workers Welfare Cess Act, 1996'. Failure to fulfillthese requirements shall attract penal provisions of the contract, arising out of theresultant non-implementation of such provisions.

Clause 19A. No labour/s below the age of eighteen years shall be employed in the workand the contractor shali abide by the provisions of the Child Labour (Prohibition &Regulation) Act, 1986. Employment of female labourf s in lvorks in the neighborhoods ofsensitive barracks should be avoided as far as possible.

Clause 19B. The Contractor sha1l pay to labours employed by him/her either directly orthrough Sub-Contractors, wages not less than fair wages as defined by the LabourCommissioner of the State Government under 'Minimum Wages Act, 1948', Contractor'sLabour Regulations or as per the provisions of the Contract Labour (Regulation and

a

ffi

Abolition) Acl, 797O, wherever applicable.

The contractor shall, notrvithstanding the provisions of any contract to the contrary,cause to be paid fair wage to labour indirectly engaged on the work, including any labourengaged by his sub-contractors in connection rvith the said work, as if the labour hadbeen immediately employed by him/her.

In respect of all labourers directly or indirectly employed in the works for performance ofthe Contractor's part of the contract, the contractor shall comply r'vith or cause to becomplied with the contractor's Labour Regulations made by the State Government/Government of India, from time to time in regard to payment of wages, wage period,deductions from wages, recovery of wages not paid and deductions made withoutauthority, maintenance of wage books or wage slips, publication of scale of wage andother terms of employment, inspection and submission of periodical returns and all othermatters likewise in nature or as jler the provisions of the Contract Labour (Regulation andAbolition) Act, 1970, and the Inter-State Migrant Workmen (Regulation of Employmentand Conditions of Service) Act, 1979, Minimum Wages Act, 1948, wherever applicable.

a) The Engineer-in-Charge concerned sha1l have the right to deduct from the money dueto the contractor any sum required or estimated to be required for making good theloss suffered by a worker or workers by reason of non-fulfillment of the conditions ofthe contract for the benefit of the workers, non-payment of wages or of deductionsmade from his/her/their wages which are not justihed by their terms of the contractor non-observance of the regulations.

b) Under the provision of Weekly Hoiidays Act, 1986, the contractoris bound to allow tothe labours, directly or indirectly employed in the work, one day rest for 6 days ofcontinuous work, and pay wages at the same rate as for duty. In the event of default,the Engineer-in-charge sha1l have the right to deduct the sum or sums not paid onaccount of wages for weekly holidays to any labour and pay the same to the personsentitled thereto from any money due to the contractor by the Engineer-in-chargeconcerned.

The contractor shall also comply with the provisions of the 'Employees Liability Act,2OO8', Workmen's Compensation Act and 'Maternity Benefits Act'or the amendmentsthereof or any other larv reiating thereto, and the nrles made there under from time totime.The Contractor shall indemnify and keep indemnified the implementing Departmentagainst payments to be made under and for the observance of the laws aforesaid and PW

Contractor's Labour Regulations without prejudice to this right to claim indemnity fromhis / her sub-contractors.The laws aforesaid sha1l be deemed to be a part of this contract and any breach thereofshall be deemed to be a breach of this contract.

Whatever is the minimum wage for the time being, or if the wage payable is higher thanminimum wage, such wage sha1l be paid by the contractor to the workers directly withoutthe intervention of any Dafadar, and that Dafadar shal1 not be entitled to deduct orrecover any amount from the minimum wage payable to the workers as and try way ofcommission or otherwise.The contractor shall ensure that no amount by way of commissjon or otherwise isdeducted or recovered by the Dafadar from the wage ofworkers.

Clause 19C. In respect of all labours directly or indirectly employed in the work for theperformance of the contractor's part of this contract, the contractor shaIl at his/her ownexpenses, arrange for the safety provisions as framed from time to time by the competentauthority, and sha1l at his/her own expense provide all facilities in connection therewith.In case the contractor fails to make arrangement, and fail to provide necessary facilities asaforesaid, he/she shall be liable to pay a penalty of Rs. 2OOOI- for each default, and inaddition the Engineer-in-Charge shall be at liberty to make arrangement and providefacilities as aforesaid and recover the costs incurred in their behalf, from the contractor.

Clause 19D. For the works above Rs. 2.O crore, the Contractor shall submit by the 4thand 19th of every month to the Engineer-in-charge, a true statement showing in respectof the secorrd half of the preceding month and the first half of the current monthrespectively-

The number of labourers employed by him/her on the work, their working hours, and the

wages paid to them;

Accidents that had occurred during the said fortnight showing the circumstances underwhich it had happened, and the extent of damage and injury caused by them, and thenumber of female workers who have been allowed maternity benehts according to Clause19F of the contract and the amount paid to them;

Failing which the contractor sha1l be liable to pay to the Department, a sum not exceedingRs. 2000/- for each default or materially incorrect statement. The decision of theEngineer-in-charge shali be final in deducting from any bill due to the contractor; theamount levied as fine and would be binding on the contractor.

Clause l9E. In respect of all labours directly or indirectly employed in the work for theperlbrmance of the contractor's part of this contract, the contractor shall comply with orcause to be compiled with all the r-u1es framed by the Government from time to time forthe protection of health and sanitary arrangements of workers employed by thecontractor.

Clause l9F. In the event of the contractor(s) committing a default or breach of any of theprovisions of the Contractor's Labour Regulations and Rules for the protection of healthand sanitary arrangement for the workers as amended from time to time or furnishing anyinformation or submitting or filing any statement under the provisions of the aboveRegulations and Rplcs which is matcrially incorrect, he/she shali, without prejudice toany other liability, pay to the Department a sum not exceeding Rs. 2OOO/- for everydefault, breach or furnishing, making, submitting, fi1ing such materially incorrectstatements and in the event of the contractors defaulting continuously in this respect, thepenalty may be enhanced to Rs. 2OO/- per day for each day of default subject to amaximum of five per cent of the tendered va1ue. The decision of the Engineer-in-chargeshall be final and binding on the parties.

Should it appear to the Engineer-in-charge that the contractor(s) is/are not properlyobserving and complying to the provisions of the Contractor's Labour Regulations andRules, The Minimum Wages Act, 1948 and Contract Labour (Regulation and Abolition) Act797O, for the protection of health and sanitary arrangements for work-people employed bythe contractor(s) (hereinafter referred as 'the said Rules) the Engineer-in-charge sha1lhave the power to give notice in writing to the contractor(s) requiring that the ".id R1r.1."be complied with and the amenities prescribed therein be provided to the work-peoplewithin a reasonable time to be specified in the notice. If the contractor(s) shall fail withinthe period specified in the notice to comply with and/or observe the said Rules and toprovide the amenities to the r,vork-people as aforesaid, the trngineer-in-charge shali havethe power to provide the amenities herein before mentionerl at the cost of thecontractor(s). The contractor(s) sha1l erect, make and maintain at his/her own expenseand to approved standards all necessary hutments and sanitary arrangements requiredfor his/her/their work-people on the site in connection with the execution of the works,and if the same shall not have been erected or constructed, according to approvedstandards, the Engineer-in-charge shall have power to give notice in writing 1o thecontractor(s) requiring that the sald hutments and sanitary arrangements be remodeledandf or reconstruct such hutments and sanitary arrangements according to approvedstandards, and if the contractor(s) sha11 fail to remodel or reconstruct such hutments andsanitary arrangements according to approved standards within the period specified in thenotice, the Engineer-in-charge sha1l have the power to remodel or reconstr-uct suchhutments and sanitary arrangements according to approved standards at the cost of thecontractor(s).

Clause 19G. The contractor sha1l comply with ail the provisions of The Mlnimum WagesAct, 1948, Contract Labour (Regulation and Abolition) Act, 1970, trmployees Liability Act,Industrial Dispute Act and Maternity Benefit Act, 1961, as amended from time to timeand rules framed thereunder and other labour laws affecting contract labour that may bebrought into force by the appropriate authority from time to time.

Clause 19H. The Engineer-in-charge may require the contractor to remove from the sjteof work, any person or persons engaged/assigned or employed by the contractors uponthe work who may be determined as insane or incompetent or misconductshimself/herse1f, and the contractor shall forthwith comply with such requirements.

Clause 19L It sha11 be the responsibility of the contractor to see that the

lfork on Srtndays

IYork not to besublet. Cotttr-uclma)'be rescindcdand securih,deposit

./ofieited /orsuhletting, bribing,or il utntracktrbecontes insolvent

Surn pavahle as

cotnpeusution to be

considered asreasonable vithoutrc:l'crence to ucluullos.s

Changes iltcotlslituliotloffirm

Il/orks to beunderdirec'lion ofEngineerin-Charge

Settlenrettt oJ'

tlisputes -DisputeRedressolContnittee'

building/structure under construction is not occupied by anybody unauthorized duringconstru;tion, and is handed over to the trngineer-in-charge with vacant possession lree

from encumbrances in entirety, If such buildings/structures through completed isoccupied il1egally, then the Engineer-in-Charge shall have the option to refuse to accept

the said Uuilaing/structure in that position. Any delay in acceptance on this account rvill

be treated as the delay in completion and for such delay a le\y up to 57o of tendered value

of work may be imposed by thi Engineer-in-charge whose decision shall be fina1 both withregard to the justification and quantum and shall be binding on the contractor'

However, the Engineer-in-charge, through a notice, may require the contractor to remove

the illegal occllpations, any time on or before construction and delivery.

Clause 2O. No work sha1l be done on Sundays without the prior sanction of the

Engineer-in-charge.

Clause 21. The contract sha11 not be assigned or sublet without specific orders fromGovernment in respect of a specified sub-contractor. And if the contractor shall assign or

sublet his contract, or attempt so to do, or become insolvent or commence any ininsolvency proceedings or make any composition with his creditor, or attempt to do so, or

if any bribe, gratuity, gift, loan, perquisite, reward or advantage, pecuniary or otherwise,

shalieither directly orindirectly be given, promised, or offered by the contractor, or any ofhis servants or agents to any public olficer or person in the empioy of Government in any

way relating to his office of employment, or if any such officer or person shall become in

^.ry *ry directly of indirectly interested in the contract, the Divisional Oflicer may

thereuptn by notice in writing rescind the contract, and the security deposit of the

contractor sha11 thereupon stand forfeited and be absolutely at the disposal of

Government and the same consequences shall ensure as if the contract had been

rescinded under the Clause 3 hereof, and in addition the contractor shal1 not be entitledto recover or be paid for any work there for actually performed under the contract.

Clause 22. All sums payable by way of compensation under any of these conditionsshall be considered as reasonable compensation to be applied to the use of Governmentwithout reference to the actual loss or damage sustained and n'hether or not any

damage shall have been sustained'

Clause 23. Where the contractor is a partnership firm or a consortium, prior approval inwriting of the Engineer-in-Charge sha11 be obtained for any change made in the

constiiution of the firm/consortium. Where the contractor is an individual or a HinduUndivided Family (HUF) business concern, such approval as aforesaid shall likewise be

obtained, before the contractor enters into any partnership agreement/Memorandum ofArticles whereunder the partnership firm/ consortium would have the right to carry outthe works hereby undertaken by the contractor. Il previous approval as aforesaid is notobtained, the contract is liable to be rescinded.

Clause 24. All works to be executed under the contract shall be executed under the

direction of Engineer-in-Charge. Further instructions/advices, if felt necessary by

Superintending Engineerl Chtef Engineer, sha11 aiso be binding to be communicated bythe Engineer-in-Charge.

Clause 25. Settlement of Disputes and Arbitration:

Except where otherwise provided in the contract, all questions and disputes relating tothe meaning of the specifications, designs, drawings and instructions hereinbeforementioned and as to the quallty of workmanship or materials used on the work or as toany other question, claim, right, matter or thing rvhatsoever, in any way arising out of or

relating to ihe contracts, designs, drawings, specilications, estimates, instmctions, orders

or these conditions or othenvise concerning the works, or the executions or failure to

execute the same, whether arising during the progress of the work, or after the completion

or abandonment thereof sha1l be dealt with as mentioned hereinafter:

If the contractor considers anywork demanded of him/her to be outside the requirementsof the contract, or disputes any drawings, record or decision given in writing by the

Engineer-in-Charge or any matter in connection with or arising out of the contract or

..."ryirrg out of Ge rvork to be unercceptable, he/she sha11 promptly within 15 days

,"qr""ith" Chairman of the Departmental Dispute Redressal Committee, in writing, for

r ..1 r 1' ,'

(ffifiiJ)

Luntp sutn as inestinoles

Ac'tion whereno specificatiott

Def nition o.fv,ork.t

written instruction or decision. Thereupon, the Dispute Redressal Committee shal1 give itswritten instruction or decision within a period of three months from the date of re;ipt ofthe Contraclor's letter.

The Dispute Redressal Committee in each of the Works Departments sha1l be constitutedwith the following officials as Members:

1 Secretary / Engineer-in-Chief of the Departmentconcerned

Chairman

2 Joint Secretary / Deputy Secretary / any Officer ofequivalent rank of the Department

Member

J

One Designated Chief Engineer / Engineer of theDepartment to be nominated by the Departmentconcerned.

Member Secretaryand Convenor

4 One representative of Finance Department of thtGovernment not below the rank of Joint Secretar5r orFinancial Advisor in case of the Works Department whereFA system has been introduced.

Member

This provisions will be appllcabie irrespective of the value of the works to which thedispute may relate.

Clause 26' The contractor sha1l fully indemnify and keep indemnified the implementingDepartment against any action, claim or proceeding relating to infringement or use of anypatent or design or.any alleged patent or design rights and sha1l pay any royalties whichmay be payable in respect of any article or part thereof included in the contract. In theevent of any claims made under or action brought against implementing Department inrespect of any such matter as aforesaid, the contractor shall be immeaiaiety notifiedthereof by the implementing Department and the contractor shal1 be at liberty, .i tri.7 n..own expense, to settle any dispute or to conduct any litigation that may arise therefrom,provided that the contractor shall not be liable to indemnify the implementing Departmentif the infringement of the patent or design or any alleged patent or design rigtt is thedirect result of an order passed by the Engineer-in-charge this behalf.

Clause 27. When the estimate on which the tendcr is made includes lump sums inrespect of parts of the work, the contractor shall be entitled to payment in respect of theitems of works involved or the part of the work in question at the same rates as are payableunder this contract for such items, or if the part of the work in question is not, in theopinion of the Engineer-in-charge, capable of measurement, certificate in writing of theEngineer-in-charge shall be final and conclusive against the contractor with regard toany sum or sums payable to him under the provisions of this clause.

Clause 28. In the case of any class of work for which there is no such specifications asreferred to under Clause 1 1, such work shall be carried out in accordance with the latestBureau of Indian Standards (BIS) specifications. In case there are no such specificationsin Bureau of Indian Standards, the work shall be carried out as per reputedmanufacturer's specifications if accepted by the Engineer-in-Charge. If not avlliable, tfienas per State Government / Union Government accepted and approved specifications. Incase there are no such specifications as required above, the work shall bL carried out inall respects in accordance with the instructions and requirements of the Engineer-in-Charge which is approved by the Tender Accepting Authority.

Clause 29. The expression "works" or "work" where usecl in these conditions shall,unless there be something either in the subject or context repugnant to such constructlon,be constructed and taken to mean the works by or by virtue oflhe contract constructed tobe executed, r'vhether temporary or permanent and whether original, altered, substituted oradditional.

Clause 3O. The Contractor(s) sha1l at his/their own cost provide his/their labour withhutting on an approved site, and sha1l make arrangements for conservancy andsanitation in the labour camp to the satisfaction of the local Public Health and MedicalAuthorities. He/they shall also at his/their own cost make arrangements for the laying

ContrtlclorsSupe rin tendence,Supet vi.tiott,Technical Sru//.&Enrplot,ees

of pipe lines for water supply to his/their labour camp from the existing mainswherever available, and shall pay all fees, charges and expenses in connection with thereand incidental thereto.

Clause 31. The contractor(s) shall make his/their own arrangements for water requiredfor the work and nothing extra will be paid for the same. This will be subject to thefollowi ng conditions:-

i) That the water used by the contractor(s) sha1l be fit for construction purposes to thesatisfaction of the Engineer-in-charge;

ii) The trngineer-in-Charge shall make alternative arrangements for supply of water atthe risk and cost of contractor(s) if the arrangements made by the contractor(s) forprocurement of water are, in the opinlon of the Engineer-in-Charge, unsatisfactory.

Clause 32. The contractor undertakes to make arrangement for the supervision of thework by the firm supplying the construction materials. The Contractor shall collect thetotal quantity of materials as per approved programme required for the work as perapproved programme, before the rnork is started and shall hypothecate it to the Engineer-in-Charge. If any material remains unused on completion of the work on account of lesseruse of materials in actua-l execution for reasons other than authorized changes ofspecifications and abandonment of portion of ."vork, a corresponding deduction equivalentto the cost of unused materials as determined by the Engineer-in-Charge sha1l be madeand the material returned to the contractor. Although the materials are hypothecated toInstitute, the contractor undertakes the responsibitity for their proper watch, safe custodyand protection against all risks. The materials shall not be removed from site of workwithout the consent of the Engineer-in-Charge in writing.

The contractor shali be responsible for rectifying defects noticed within Defect LiabilityPeriod from the date of completion of the work and the portion of the security depositrelating to work sha1l be refunded after the expiry of Defect Liability period.

Clause 33. The contractor shall provide al1 necessary superintendence during executionof the work and as long thpreafter as may be necessary for proper fu1filling of theobligations under the contract.

The contractor shall immediateiy after receiving letter of acceptance of the tender andbefore commencement of the work, intimate in writing to the Engineer-in-Charge, thename(s), qualifrcations, experience, age, address(es) and other particulars along withcertificates, of the principal technical representative to be in charge of the work and othertechnical representative(s) who will be supervising the work. The trngineer-in-Charge shallwithin 3 days of receipt of such communication intimate in writing his/her approval orotherwise of such representative(s) to the contractor. Any such approval may at any timebe withdrawn and in case of such withdrawal, the contractor shall appoint another suchrepresentative according to the provislons of this clause. Decision of the tender acceptingauthority shall be final and binding on the contractor in this respect. Such a principaltechnical representative shail be appointed by the contractor soon after receipt of theapproval from the Engineer-in-Charge and shall be available at site before start of rvork.If the contractor (or any partner in case of hrm/company) himself/herself has suchqualifications, it will not be necessary for the said contractor to appoint such a principaltechnical representative but the contractor shall designate and appoint a responsible agentto represent him and to be present at the work whenever the contractor is not in a positionto be so present. A11 the provisions applicable to the principal technical representativeunder the clause wili also be applicabie in such a case to the contractor or his responsibleagent. The principal technical representative and/or the contractor shall on receivingreasonable notice from the Engineer-in-Charge or his designated representative(s) incharge of the work in writing or in person or otherwise, present himself/herself to theEngineer-in-Charge andf or at the site of work, as required, to take instructions.Instructions given to the principal technical representative or the responsible agent sha1lbe deemed to have the same force as if these have been given to the contractor. Theprincipal technical representative andfor the contractor or his/her responsible authorizedagent shall be actually available at site especially during important stages of execution ofwork, during recording of measurement of works and whenever so required by theEngineer-in-Charge by a notice as aforesaid and shall also note down instructionsconveyed by the Engineer-in-Charge or his/her designated representative in the site order

book and shall affix his signature in token of noting down the instructions and in token ofacceptance of measuremerrts.

If the Engineer-in-Charge, whose decision in this respect is final and binding on thecontractor, is convinced that no such technical representative(s) is/are effectivelyappointed or is/are effectively attending or fulfilling the provision of this clause, a recovery(non-refundable) sha1l be effected from the contractor as specified in Schedule and thedecision of the Engineer-in-Charge as recorded in the site order book and measurementrecorded checked / test checked in Measurement Books shal1 be final and binding on thecontractor. Further if the contractor fails to appoint a suitable technical representativeandf or other technical representative(s) and if such appointed persons are not effectivelypresent or are absent by more than two days without duly approved substitute or do notdischarge their responsibilities satisfactorily, the Engineer-in-Charge shall have full powersto suspend the execution of the work until such date as suitable other technicalrepresentative(s) is/are appointed and the contractor shall be held responsible for thedelay so caused to the work. The contractor shall submit a certifrcate of employment of thetechnical representative(s) along with every mnning account bill / frnal bill and shal1produce evidence if at any time so required by the Engineer-in-Charge.

The contractor shall provide and employ on the site only such technical assistants as areskilled and experienced in their respective fie1ds and such foremen and supervisory staff asare competent to give proper supervision to the work.

The contractor shal1 provide and employ ski11ed, semi-ski1led and unskilled labour as isnecessary for proper and timely execution of the work.

The Engineer-in-Charge shall be at liberty to object to and require the contractor to removefrom the works any person who, in his opinion, misconducts himself, or is incompetent ornegligent in the performance of his duties or whose employment is otherwise considered bythe trngineer-in-Charge to be undesirable. S-r.rch person shal1 not be employed again atworks site without the written permission of the Engineer-in-Charge and the persons soremoved shal1 be replaced as soon as possible by competent substitutes.

Clause 34. "Lewy / Taxes Payable by Contractor"(i) GST, Building and othEr Construction Workers' Welfare Cess or any other tax or

Cess in respect of this contract sha1l be payable by the Contractor and Engineer-in-Charge shal1 not entertain any claim whatsoever in this respect.

(ii) The contractor sha1l deposit Government Royalty and obtain necessary permit forsupply of the sand, stone chips, red bajri, sand stone, river bed materials etc. fromlocal authorities, if those are directly procured from quarry sites.

In case materials are procured from secondary sources, certificates of quarry ownersto the effect of payment of royalties ald Cess would have to be furnished. In absenceof such certificates towards payment of Royalties and Cess sucl components sha11be deducted from the contractor's bil1s at prescribed rates and deposited through'GRIPS'portal or otherwise, in the designated Government Treasuries/PAO.

If pursuant to or under any law, notihcation or order, any Royalty, Cess or the likebecomes payable by the implementing Department and does not at any time becomepayable by the contractor to the State Government /Local appropriate authorities in respectof any material used by the contractor in the works then in such a case, it shall be lawfulto the Department and it will have the right and be entitled to recover the amount paid inthe circumstances as aforesaid from dues of the contractor.

Clause 35.

(i) A1l tendered rates shall be inclusive of statutory taxes and levies payable underrespective statutes. However, if any further tax or cess is imposed by Statute, after thelast stipulated date for the receipt of tender including extensions if any and thecontractor thereupon necessarily and properly pays such taxes/levies/cess, thecontractor shall be reimbursed the amount so paid. Provided such payments, ifany, is not, in the opinion of the Engineer-in-charge (whose decision shal1 be fina1 andbinding on the contractor) attributable to delay in execution of work within the controlof the contractor

(ii) The contractor shall keep necessary books of accounts and other documents for thepurpose of this condition as may be necessary and shall allorv inspection of the sameby a duly authorized representative of the Department andf or the trngineer-ln-Charge

iii)

and further shall furnish such other information/document as the Engineer-in-Charge may require from time to time.

The contractor shaIl, rvithin a period of 30 days of the imposition of any such furthertax or levy or cess, give a written notice thereof to the Engineer-in-Charge that thesame is given pursuant to this condition, together with all necessary informationrelating thereto.

Clause 36. Without prejudice to any of the rights or remedies under this contract, if thecontractor dies, the Engineer-in-charge shall have the option of terminating the contractwithout compensation to the contractor, but would be liable to clear full dues and claimson work done to his/her lega1 successor/s.

Clause 37. The contractor sha1l not be permitted to tender for works in which his nearrelative is posted as in any capacity between the grades of the Executive Engineer andJunior Engineer (both inclusive). He sha1l also intimate the names of persons who areworking with him/her in any capacity or are subsequently employed by him/her and whoare near relatives to any Official in the Institute. Any breach of this condition by thecontractor would render him/her 1iable to be removed from the approved list of contractorsof the Department. If however the contractor is registered in any other Department, he/sheshall be debarred from tendering in the Department for any breach of this condition.

NOTI By the term "near relatives" is 'meant wife, husband, own parents andgrandparents, own children and grandchildren, orvn brothers and sisters, own uncles,aunts and first cousins and their corresponding in-laws.

Clause 38, No engineer of Gazetted Rank or other Gazetted Officer employed inengineering or administrative duties in the Government shall work as a contractor oremployee of a contractor for a period of one year after his/her retirement from Governmentservice without the previous permission of Government in writing. This contract is 1iab1eto be carncelled if either the contractor or any of his employees is found at any time to besuch a person who had not obtained the permission of Government as aforesaid, beforesubmission of the tender or engagement in the contractor's service, as the case may be.

Clause 39. The work (whether fully constructed or not) and all materials, machines, toolsand plants, scaffolding, temporary buildings and other things connected therewith shali beat the risk of the contractor until the work has been delivered to the Engineer-in-Chargeand a certificate lrom him/her to that effect obtained. In the event of the work or anymaterials properly brought to the site for incorporation in the work being damaged ordestroyed in conscquence of hostilities or warlike operation, the contractor shali whenordered (in writing) by the Engineer-in-Charge to remove any debris from the site, collectand properly stack or remove in store a1l serviceable materials salvaged from the damagedwork and sha1l be paid at the contract rates in accordance with the provision of thisagreement for the work of clearing the site of debris, stacking or removal of serwiceablematerial and for reconstruction of all works ordered by the Engineer-in-Chaige, suchpayments being in addition to compensation up to the value of the work originally executedbefore being damaged or destroyed and not paid for. In case of works damaged ordestroved but not already measured and paid for, the compensation shal1 be assessed bythe Engineer-in-Charge concerned. The contractor sha1l be paid for thedamages/destruction suffered and for the restoring the materiai at the rate based onanalysis of rates tendered for in accordance with the provision of the contract. Thecertiflcate of the Engineer-in-Charge regarding the quality and quantity of materials andthe purpose for which they were collected sha1l be final and binding on all parties to thiscontract.

Provided always that no compensation shall be payable for any loss in consequence ofhostilities or u,arlike operations (a) unless the contractor had taken all such precautionsagainst air raid as are deemed necessary by the Air Force Offucers or the Engineer-in-Charge (b) for any material etc, not on the site of the work or for any tools, plant,machinery, scaffolding, temporary building and other things not intended for the i,vork.

In the event ofthe contractor having to carry out reconstruction as aforesaid, he/she sha11be allowed such extension of time for its completion as is considered reasonable by theEngineer-in-charge.

Clause 40, The contractor shall comply with the provisions of the Apprentices Act, i961and the Apprenticeship Ru1es, 1,992 and orders issued thereunder from time to time. If

he/she fails to do so, his/her failure will be a breach of the contract and the Engineer-in-Charge may, in his/her discretion, cancel the contract. The contractor shall also be liablefor any pecuniary liability arising on account of any violation by him/her of the provisionsof the said Act.

Clause 41. Procedure For Suspension and Debarment of Supplier, Contractors andConsultants

The procedure as laid down below sha1l govern the suspension/debarment ofSuppliers/Contractors/Consultants (Contractors for brevity) involved in Governmentprocurement for offences or violations committed during competitive bidding and contractimplementation, for the works under different Departments of Government of West Bengal.

Grounds for Suspension and Debarment:-

(1) Submission of eligibility requirements containing false information or falsifieddocuments.

(2) Submission of Bids that contain false information or falsified documents, or theconcealment of such information in the Bids in order to influence the outcome ofeligibility screening or any other stage of the bidding process.

(3) Unauthorized use of one's name/digital signature certificate for the purpose ofbidding process.

(1) Any documented unsolicited attempt by a bidder (A Person/Contractor/Agency/Joint Venture/Consortium/Corporation participating in the procurementProcess and'/ot a person / Contractor / Agency / Joint Venture / Consortium /Corporation having an agreement/contract for any procurement with thedepartment shall be referred as Bidder) unduly influencing the outcome of thebidding in his favour.

(5) Refusal or failure to post a self-declaration to the effect of any previous debarmentimposed by any other department of State Government and/or Central Government.

(6) A11 other acts that tend to defeat the purpose of the competitive bidding such aslodging false complain about any Bidder, lodging false complain about any Officerduly authorized by the Department, restraining any interested bidder to participatein the bidding process, etc.

(7) Assignment and subcontracting of the contract or any part thereof rvithout priorwritten approval of the procuring entity.

(B) Whenever adverse reports related to adverse performance, misbehaviour, direct orindirect involvement in threatening, making false complaints etc. damaging thereputation of the department or any other type complaint considered ht by thecompetent authority of the department, are received from more than one Officer oron more than one occasion from individual Officer.

(9) Refusal or failure to post the required performance security / earnest money withinthe prescribed time rvithout justifiable cause.

(10) Failure in deployment of Technical Personnel, Engineers and/or Work Supervisorhaving requisite license / supervisor certificate of competency as specified in thecontract.

(11) Refusal to accept an award after issuance of "Letter of Acceptance" or enter intocontract with the Government without justifiable cause.

(12) Failure of the Contractor, due solely to his fault or negligence, to mobilize and startwork or performance within the specified period as mentioned in the "Letter ofAcceptance", "Letter of Acceptance cum Work Order,,, ,.Work Order,,, ,,Notice toProceed", "Award of Contract", etc.

(13) Failure by the Contractor to fu1ly and faithfully comply with its contractualobligations without valid cause, or failure by the Contractor to comply with anywritten lawful instr-uction of the Procuring Entity/Authority (the Officer authorizedby the Administrative Department, Government of West Bengal for procurement) orits representative(s) pursuant to the implementation of the Contract.

(14) For the procurement of Consultancy Ser-vice/Contracts, poor performance by theConsultant of his services arising from his fault or negligence. Any of the followingacts by the Consultant shall be construed as poor performance.(i) Non deployment of competent technical personnel, competent Engineers andf or

work superuisors;(ii) Non-deployment of committed equipment, facilities, support stalf and

manpower;(iii) Defective design resulting in substantial corrective works in design andf or

construction;

tr)---z\li,r nal

(iv) Failure to deliver critical outputs due to consultalt's fault or negligence;(v) Specifying materials which are inappropriate and substandard or way above

. acceptable standards leading to high procurement cost;(vi) Allowing defective workmanship or works by the Contractor being supervised by

the Consultant.

(15) For the procurement of goods, unsatisfactory progress in ih'e Oeti.rery of the goods bythe manufacturer, supplier, or distributor arising from his fault or negligence and/orunsatisfactory or inferior quality of goods, vis-d-vis as laid down in the contract.

(16) Wil1ful or deliberate abandonment or non-performance of the project or Contract by

:::;:""""tor resulting in substantia-l breach thereof without lawtul and/or just

CATEGORY OF OFFENCE :-(A) First degree of offence: 1 to 16 of the above Clause-41 to be considered as First

degree ofoffence.(B) Second degree of offence: Any one of the offences as mentioned under A' above,

committed by a particular Bidder/Contractor/Supplier on more than one occasion,be considered as Second degree ofoffence.

In addition to the penalty of suspension/debarment, the bid security / earnest moneyposted by the concerned Bidder or prospective Bidder shall also be forfeited.

PENALTY FOR OFFENCE :-

(i) For committing First degree of offence: Disqualiffing a Bidder from participatingany procurement process under the Administrative Department of GovernmentWest Bengal up to 2 (tr.vo) years.

(II) For committing Second degree of offence: Disqualifring a Bidder from participating inany procurement process under the Administrative Department of Government ofWest Bengal up to 3 (three) years.

PROCEDURE OF SUSPENSION AND DEBARMENT DI,]RING THE PROCUREMENTPROCESS

(1) Initiation of Action, Notification and Hearings:Any Bidder or procurement authority on his own or based on any other informationmade available to him may invite the process of suspension/debarment proceedingsby fi1ing a written application with the Bid Evaluation Committee and such fi1ingof written application has to be done within forty eight hours from the date and timeof publication of the result of technical evaluation of any bid.(a) Upon verification of the existence of grounds for suspension/debarment, the

Chairperson of Bid Evaluation Committee shzLll immediately noti$ the bidderconcerned either electronicall5z through his registered e-mail or in writing to hispostal address, advising him that:i) A complaint has been fi1ed against him and prima facie material has been

found, lvhich may lead to suspension/debarment.ii) He has been recommended to be placed under suspension/debarment by

the suspension committee (as constituted by the respective AdministrativeDepartment) stating the ground for such.

iii) The said bidder, within three days from the date of issue of such notificationby the Bid Evaluation Committee, may approach the Chairperson ofSuspension Committee by submitting all required documents in his favourfor hearing. Any application made thereafter would not be entertained.

Such notice should contain the e-mail id and the postal address of theChairperson of the Suspension Committee.

(b) After receiving the recommendation for suspension from Bid EvaluationCommittee, Suspension Committee sha1l issue a notice to the alleged bidderelectronically through his registered e-mail id, to submit all relevant documentsin support of his defense within three rvorking days after issuance of the noticeof the Suspension Committee. The Suspension Committee will conduct thehearing within seven working days from the date of receipt of the documentslrom the alleged bidder. If no appeal has been received from the alleged bidderor if after hearing sufficient ground for suspension is found, the SuspensionCommittee, will suspend the alleged bidder from participating in theprocurement process under the Administrative Department for a period of sixmonths from the date of issuance of suspension order. The Chairperson of the

inof

*th-=Ci

(A)

(B)

Suspension Committee shal1 issue the suspension order within seven daysfrom the last date of hearing and shall notiff the bidder concerned eitherelectronically through his registered e-mail id or in writing to his postaladdress. The Chairperson of Suspension Committee sha-ll also inform thedecision to all concerned.If sufficient reason for suspension is not found, ifre suspension committeewould reject the recommendation of Bid Evaluation Committee and would allowthe bidder to take part in the tendering process.If the bidder is suspended, the Suspension Committee would recommenddebarment of the bidder and forward the case \Mith atl documents to theDebarment Committee for further action.

(c) The Debarment Committee upon receipt of the recommendation of theSuspension Committee sha1l scrutinize the documents. The DebarmentCommittee will hold a hearing of the alleged bidder and issue necessary orderwithin ten working days from the last date of hearing. The DebarmentCommittee, if satisfied after hearing, shall forward the case to the Departmentfor orders of Debarment. The Department in due course will issue Debarmentorder disqualifzing/prohibiting the erring bidder from participating in thebidding/procurement of all projects under the Administrative Department for aspecified period. The alleged bidder shall be intimated accordingly eitherelectronically through his registered e-mail id or in writing to his postaladdress. Otherwise the Debarment Committee may reject the recommendationof the Suspension Committee. The Chairperson of Debarment Committee shallalso inform the decision to all concerned.

PROCEDURE FOR DEBARMENT DURING THE CONTRACT IMPLEMENTATION STAGE:.

Upon termination of contract due to default of the Bidder, the Engineer-in-Charge shallrecommend for debarment to the Bid Etraluation Committee. The Bid EvaluationCommittee shall submit his recommendation of debarment of the alleged Bidder alongwith a detailed report stating clearly the reasons for debarment to the DebarmentCommittee within 30 (thirty) days from the date of termination of contract. The altegedBidder shall be intimated accordingly either electronically to his registered e-mail id orin writing to his postal address. The Chairperson of Bid Evaluation Committee shallalso inform the decision to all concerned.The Debarment Committee upon receipt of the recommendation of Bid EvaluationCommittee shall scrudnize the documents. The Debarment Committee will hold ahearing about the matter from the Bidder and issue necessary order within 10 (ten)working days from the last date of hearing. The Debarment Committee, if satislied afterhearing, shall forward the case to the Department for the order of debarment. TheDepartment in due course will issue debarment order disqualifring/prohibiting theerring Bidder from participating in the bidding/procurement of all projects under theAdministrative Department, Government of West Bengal for a specified period. Thealleged Bidder shall be intimated accordingly either electronically to his registered e-mail id or in writing to his postal address. Otherwise the Debarment Committee mayreject the recommendation of the Bid Evaluation Committee. The Chairperson ofDebarment Committee shall atso inform the decision to all concerned.

STATUS OF SUSPENDED / DEBARRED BIDDER :-

Bidder placed under Suspension/Debarment by the competent authorit5r will not beallowed to participate in any procurement process under the AdministrativeDepartment within the period of suspension/debarment. The earnest money of thesuspended Bidder shall stand forfeited to the Government.If the Suspension/Debarment Order is issued prior to the date of issue of "Letter ofAcceptance", "l-etter of Acceptance cum Work Order", "Work Order", .,Notice toProceed", "Award of contract" etc; for any Bid, the Suspended/Debarred Bidder shallnot be qualified for Award for the said Bid and such Procurement Process will bedealt with as per existing noruns by simply excluding the erring Bidder.If the Suspension/Debarment Order is issued after award of a GovernmentProject/Contract to the Debarred Bidder, the awarded Project/Contract shall not beprejudiced by the said Order provided that the said offence(s) committed by theDebarred Bidder is not connected with the awarded project/contract.

Clause 42. Executive Engineer of the concerned Division will be the Engineer-in-Chargein respect ofthe Tender contract and all correspondences concerning rates, claims, change

(a)

(b)

(c)

fhx9\$'(a r,^'t

in specifications and/or design and similar important matters will be vaiid only ifaccepted/recommended by the Engineer-in-charge. If any correspondence of above tenderis made with officers.other than the Engineer-in-.h^.g" ftr speedy execution of works, thesame will not be valid unless copies are sent to the Eigin.".-i.r-ihr.ge and also apfrovedby him' Instructions givcn by thi Assistant Enginecrcid th" Junior Engine er on behalf ofthe Engineer-in-charge (u'ho have been authoiizedto carry out the work on behalf of theEngineer-in-charge) - regarding specification, supervision", approval of materials andworkmanship shall also be valid. In case o-f dispute relating to specification and work, thedecision of Engineer-in-charge shall be final Lnd bindin!. ihe o.rgineer-in-charge willhowever invariably take decGions relating to tender conlract or as mentioned in therelevant rules and clauses of the contract document with the approval of the TenderAccepting Authority.

Clause 43' Acceptance of the Tender will rest with the Tender Accepting Authority withoutassigning reason thereof to the bidder. The accepting authority reserves the right to rejectany or all ofthe tenders without assigning any reason thereoftt the bidder/conTractor.

clause 44' In the event of acceptance of Lowest Rate, no multiple Lowest Rates will beconsidered for acceptance by the Department. In such cases, the Tender will be cancelled.

clause 45' In the event of conflicting different clauses, the clauses in the e-NIT willprevail.

clause 46' Engineer-in-charge sha1l not entertain any claim whatsoever from thecontractor for payment of compensation on account of idle labour on such g.orrrra"including non-possession of encumbrance free land.

clause 47' Engineer-in-charge shall not be held liable for any compensation due tomachines becoming iclle or any circumstancei including .rr,,i-"ty rains, other naturalcalamities, like strikes etc.

clause 48' Imposition of any Duty/Ta-x/octroi/Royalty etc. whatsoever of its nature (afterwork order / commencement and before final compietion of the work) is to be borne by thecontractor/bidder. original challan of those materials, which are procured by the bidder,may be asked to be submitted for verification.

clause 49' cess (g l'% or as amended time to time of the cost of constr-uction works shallbe deducted from the Gross value of all works Bill in terms of Finance Department order.Also it is instructed to register his/her establishment under the Act, with the competentregistering Authority, i.e. Assistant Labour commissioner / Deputy Labour commissionerof the region.

clause 5o' No Mobilization/Secured Advance will be allowed unless specified otherwise inthe contract

clause 51' Valid PAN issued by the Income Tax Department, Government of India, valicl15 digit Goods and Services Tax Payer Identificati_on lriumber lcsrrN; under GST Act 20i7,Cess, Royalty of Sand, Stone Chips, Storr" Metal Gravel, Boulders, Forest product etc., ToilTax, Income Tax, Ferry charges and other Local raxes, if any, are to be paid by thecontractor/Bidder. No extra payment will be made as a reimbursement or ascompensation for these. The rates of supply and finished work items are inclusive of thesetaxes and charges.

clause 52' A11 working Tools & Plants, scaffolding, construction of Vats & platforms andarrangement of Labour Camps will have to be arranged by the Contractor at his/her owncost.

clause 53. The contractor sharl supply Mazdoors, Bamboos, Ropes, pegs, Flags etc. forlaying out the work and for takinf -and

checking measurements for which no extrapayment will be made"

clause 54' The contractor/Bidder should see the site of works and render Documents,Drawings etc' before submitting e-Tender and satisfy himselflherself regarding thecondition and nature of works and ascertain difficulties that might be encountered inexecuting the work, carrying materials to the site of work, availabilit! of drinking *^i", ^rra

other human requirements & security etc. Work on river banks may be interr-r-rpted due toa number of unforeseen reasons e.g. sudden rises in water levels, inundation during flood,inaccessibility of working site for carriage of materials. Engineer-in Charge may order thecontractor to suspend work that may be subjected to damage by climate condltions. Noclaim will be entertained on this account. There may be variation in alignment, height ofembankment or depth of cutting, location of revetment, structures etc. due to change oftopography, river condition and local requirements etc. between the preparation andexecution of the scheme for which the tendered rate and contract will not stand invalid.The Contractor will not be entitled to any claim or extra rate on any of these accounts.

Clause 55. A machine page numbered Site Order Book (with triplicate copy) will have tobe maintained at site by the Contractor and the same has got to be issued from theEngineer-in-Charge before commencement of work. Instructions given by inspectingofficers not below the rank of Assistant Engineer will be recorded in this book and thecontractor must note down the action to be taken by him in this connection as quickly aspossible.

Clause 56. The work will have to be completed within the time mentioned in the e-NIT. Asuitable Work Programme based on time allowed for completion of work as per e-NIT is tobe submitted by the contractor within 7 (seven) days from the date of receipt of work orderwhich should satisfy the time limit of completion. The contractor should inform in writing,withln 7 (seven) days from the date of receipt of work order, the names of his authorizedrepresentatives who are to remain present at site daily during work execution who '"vil1receive instructions of the work, sign measurement book, bi11s and other Governmentpapers etc.

Clause 57. No compensation for idle labour, establishment charge or on other reasonssuch as variation of price indices etc. will be entertained.

Clause 58. A1l possible precautions should be taken for the safety of the people and workforce deployed at worksite as per safety rule in force. Contractor will remain responsible forhis labour in respect of his liabilities under the Workmen's Compensation Act etc. He mustdeal with such cases as promptly as possible. Proper road signs as per PWD practice orany other sign board for safety purpose as per requirement by the concernedAdministrative Department will have to be erected by the Contractor at his orvn cost whileoperating in public thoroughfares.

Clause 59. The Contractor wili have to maintain qualilied technical employees andf orApprentices at site as per prevailing Apprentice Act or as stipulated in the contract.

Clause 60. The Contractor will have to accept the Work Programme as per modificationsand priority of work fixed by the Engineer-in-Charge so that most r,,ulnerable reach andf orr,'ulnerable items are completed before impending monsoon or rise in river flood water leve1or for other suitable reasons.

Clause 61. Quantities of different items of work mentioned in the tender schedule or inwork order are only tentative. In actual work, these may vary considerably. Payment will bemade on the basis of works actually done ln different items and no claim will beentertained for reduction of quantities in some items or for omission of some items. Forexecution of quantitative excess in any item or supplementary new items of work asdecided by the Department, approval of the Superintending Engineer / Chief Engineer /Government would be required, depending on whosoever be the Tender AcceptingAuthority, before making such payment.

clause 62. In order to cope up with the present system of e-billing, supply ofdepartmental materlals is generally not allowed. However, if in special circumstances,Departmental materials may be issued to the Contractor/Bidder to the extent ofrequirements as assessed, those may be recovered from the Running Account Bill and/orFinal Bill, as applicable

Clause 63. Any material brought to site by the contractor is subject to approval of theEngineer-in-Charge. The rejected materials must be removed by the contractor from thesite at his own cclst within 24 hours of issue of the order to that effect. The rates in theschedule are inclusive of cost and carr.iage of all materials to rvorksite. The materials rvillhave to be supplied in phase with due intimation to the Assistant Engineer concerned in

J"\ W, /,q,ffipconformity with the progress of the work. For special type of materials, i.e. Geo SyntheticBags, HDPtr Bags, Geo Textile Filter, Geo Jute Filter etc., if any, relevant Data Sheetcontaining the name of the Manufacturers, Test Report etc. will also be submitted on eachoccasion. Engineer-in-Charge may conduct independent test on the samples drawnrandomly bcfore according approval for using thc matcrials at site. In this regard decisionof Engineer-in-Charge shall be final and binding.

Clause 64. For all items of contract jobs requiring skilled labour, the contractor shall haveto employ 70%" (Seventy Percent) of skilled labour local1y. In case the Contractor fails torecruit skilled local labour, the Contractor sha1l employ skilled labour locaIly secured byGovernment in the manner indicated above. For bridge works, highly technical works oflabour, the contractor may, with the prior permission in writing of the Engineer-in-chargeto whom full facts must be placed for such permisslon, import and employ skilled labourup to 30% (Thirty Percent) of the total requirement. In this case the expression "Importedlabour" shail mean "labour imported primarily from other States and secondarily, from thedistant districts of the State of West Bengal." In case where the contactor fails to secureunskilled local labour or to engage imported labour, the contractor shal1 employ labourloca1ly recruited by Government or labour imported by Government at the rate to bedecided by the Superintending Engineer of the works concerned, whose decision as to thecircumstances in which employment of such labour is of mutual advantage to Governmentand the contractor, will be final and binding on the parties.

Clause 65. A11 queries and disputes arising out of the works tender contract is to bebrought to the notice of the Chairman of the 'Department Dispute Redressal Committee, inwriting for decision rvithin 15 days.

Clause 66. The contractor shal1 have to make his own arrangements for water, both forthe work and use by his workers, etc., for road rollers and for ai1 tools and p1ant, etc.,required on the work.

Clause 67. Contractor will be responsible for the payments of all water charges payable tothe Corporation Municipality / Panchayat or any other water works authorlty including aGovernment Department concerned.

Clause 68. If the contractors shall desire an extension of the time for completion of thelvork under clause 5 of the contract, no application for such extension will be intertained ifit is not received in sufficient time to allow the Executive Engineer to consider it and theContractor will be responsible for the consequences arising out of his negligence in thisrespect.

Clause 69. The Contractor will have to leave ducts in wa1ls and floors to run conduit orcables, where necessary, and he will not be entitled to any extra payment on this account.

Clause 7O' Contractors in the course of their work should understand that all materialsobtained in the work of Dismantling, Excavation, etc., will be considered Governmentproperty and will be disposed of to the best advantage of Government.

Clause 71. In case of very special case of circumstances, if any Departmental materialsare issued, there may be deiay in obtaining the materials by the bepartment and theContractor is, therefore, required to keep himself/herself in touch wi[h the day to dayposition regarding the supply of materials from the Engineer-in-charge and to so aijust theprogress of the work that his labour may not remain idle nor may thire be any other claimdue to or arising from delay in obtaining the materials. It should te clearly understood thatno claim whatsoever shall be entertained by the Department on account of delay insupplying materials.

Clause 72. No compensation for any damage done by rain or traffic during the executionof the work will be made.

Clause 73. Whenever a work is carried out in municipal area, electric lights or electricdanger signals whenever available shall be provided by the contractors on the barriers aswell as parafiin lights. Facilities for the electric connection rvi11 be made by this Departmentbut the Contractor will bear all the expenses.

clause 74' The contractor should quote through rate inclusive of cost of materials andcarriage to place of working.

Clause 75' The Contractors should give complete specifications showing the method ofexecution and the quantity and quality of mateiials thly intcnd to use per hundred squaremetre area.

clause 76. In cases where water is used by the contractor he will be required to depositin adveince with the Executive Engineer the charges for water which are to be calculated inaccordance with the schedule of miscelianeous rates in the canal Act.

Clause 77. It must be clearlv understood by the Contractor that no claim on account ofenhanced rates on those alreacly accepted, due to fluctuations arising out of any situationwill be entertained during the currency of this contract for the w-ork as pei scheduleattached to the agreement and the additional work, if any, under Clause 12 of the contract.

Clause 78' In the event of emergency the Contractor will be required to pay his laboureveryday and if this is not done, Government sha1l make the requisit" p.y-"r.t" as wouldhave been paid by the contractor and recover the cost from the contractors.

INCOI{VENIENCE OF THE PUBLIC

Clause 79. The Contractor(s) sha1l not deposit material on any site which will seriouslyinconvenience the public. The Engineer-in-charge may require the contractor(s) to removeany materials, which are considered by him to be a ar^g.. or inconvenience to'the publicor cause them to be removed at the contractor,s cost.

Clause 8o. The contractor undertakes to have the site clean, free from rubbish to thesatisfaction of the Engineer-in-charge. A11 surplus materials, rubbish etc. will be removedto the places fixed by the Engineer-in-charge and nothing extra will be paid.

Clause 81' The contractor shall not al1ow any rubbish or debris to remain on thepremises during or after repairs, but shall i"*or," the same and keep the placeneat and tidy during the progress of the work. The Engineer-in-charge may get the sitepremises cleared of debris etc. And recover the cost from the bill of tfr. conira"ctor, if thelatter shows slackness in observing this clause.

Clause-82. Constructi.on materials brought at site shall not be stacked at random. Thecontractor shall stack all these materials as directed by the Engineer-in-charge.

INTERPRETATION OF CLAUSES

Governor means the Governor of the State of west Bengal and his/he, "r"".."nr=.The Government means Government in the concerned works Department.

The Department means the secretary of the concerned Department or his/her authorizedrepresentative.

The Divisionai officer means the Executive Engineer of the concerned works Departmentfor the time being of the Division concerned, also identified as the Engineer-in-Charge.The Sub-divisional ofllcer means the Assistant Engineer of the concerned worksDepartment for the time being of the Sub-division concJrned. Junior Engineer equivalentto Section Officer ofthe Section concerned.

Superintending trngineer in the concerned works Department is the final Authorityregarding Schedule of Rates and also the acceptance of Non-scheduled item rates arrivedon the basis of market rate analysis for supplementary items, and the authority forapproval of Reduced Rates and Part Rates. He is also theTender Accepting a"tf.".ii, f".works of value above Rs. 45.00 lakh and up to Rs. 2.00 crore under exiJing delegatedpower.

Chief Englneer in the concerned Works Department is the technical head of theDirectorate and is also the Tender Accepting Authority for a1l works of value above Rs.

2.00 crore. Excess work over individual items comprising the original tender may be

exceeded beyond 10% with the approval of concerned tender accepting authority and

verified by the Superintending Engineer I Cl'tief Engineer subject to the total value of

*ork ,po., complition is witf,in the technically sanctioned cost and that there is no

major leviation from original scope of work in the tender. Any supplementarytender/item/work in con-nection with the main tender is !g be taken up-with the

approvat of the Tender Accepting Authority not below the rank of Executive

Engineer. Such supplementary t."d&" above 1O7o of BOQ are to be executed only with

thJapproval of appiopriate Government irrespective of the value of tender'

words importing the singular number only include the plural number and vice versa'

Irrespective of the accepting authority,'Divisional,.offi.l shall be the authoritysigning agreement for ail tenders of value more than Rs. 3.OO lakh up to any

amount on behalf of the State.

schedule showing (approximately) materials to be supplied by the Engineer-in-charge

under clause 10:

Particulars Rates at which the materials will be

charged to the contractorPlace of delivery

Unit Rs. P.

Note 1- The person or firm submitting the tender shouldschedule are filled up by the Engineer-in-charge on the

submission of the tender'

see that the rates in the aboveissue of the form Prior to the

(Name in full)* Signature of E:qSU-!fy9-E4C!SCgd

Assistanl Enqineeron behalf of the Governor of the

State of West Bengal with ofilcial seal

containing designation & address

* To be authenticated on each and every page ofthe contract document by all parties'

(Name in fuil)*Signature of C ontractor/AgencY

wjth olficial seal conlainingPrincipal offlce address