UTTAR HARYANA BIJLI VITRAN NIGAM LIMITED

208
UTTAR HARYANA BIJLI VITRAN NIGAM LIMITED Executive Engineer Civil Construction Division UHBVN 2 nd Floor, UH-311, Shakti Bhawan, Sec-6,Panchkula. Phone No. 09356063248. Fax:-0172-2573458, Web Site :www.uhbvn.com CIN No. U40109HR1999SGC034166, E-Mail: [email protected] NOTICE INVITING NO. 1 /2015-16 Dated. 09-3-2015 Bids are invited through e-tendering systems from eligible contractors by the Xen Civil Const. Division UHBVN, Panchkula for the execution of the following work. TENDER ENQUIRY NO. Description of item Earnest Money Tender document 1 /2015-16 Construction of SDO office building at 132 KV S/Stn. Munak including internal public health, electrical services etc. 2,22,000/- 10,000/- 2/2015-16 Construction of SDO office building at 132 KV S/Stn.Amin including internal public health, electrical services etc. 2,46,000/- 10,000/- 3/2015-16 Construction of SDO office building at 132 KV S/Stn. Garounda including internal public health, electrical services etc. 2,30,000/- 10,000/- 4/2015-16 Construction of Division office building at Naraingarh 3,32,000/- 10,000/- 5/2015-16 Construction of Sub- Division office building at Pundri. 1,84,940/- 5,000/- 6/2015-16 Construction of central record cell for HVPNL at 66 KV S/Stn. Power Colony, Sec-15 Panchkula. 75,800/- 5,000/- Due date of acceptance of tenders upto 1.00 PM Dated 6-4-2015 Date of opening of tenders at 3.00 PM Dated 6-4-2015 E-service Fee (Rs.) 1,000/- for each tender. Information Regarding Online Payment of Tender Document , eService & EMD Fee. The Bidders can download the tender documents from the Portal: https://haryanaeprocurement.gov.in . The Bidders shall have to pay for the Tender documents, EMD Fees & eService Fee online by using the service of secure electronic payment gateway. The secure electronic payments gateway is an online interface between contractors and online payment authorization networks. The Payment for Tender Document Fee and eService Fee can be made by eligible bidders/ contractors online directly through Debit Cards & Internet Banking Accounts and the Payment for EMD can be made online directly through RTGS / NEFT. NOTE: If the tenders are cancelled or recalled on any grounds, the tender document fees & e-service fee will not be refunded. For any clarification regarding bid preparation and bid submission, please contact : M/s Nextenders (India) Pvt. Ltd. O/o. DS&D Haryana, SCO - 09, IInd Floor,Sector -16,Panchkula – 134108 E - mail: [email protected] Help Desk: 1800-180-2097 (Toll Free Number) For details, please visit www.uhbvn.com XEN Civil Const. Divn, Room No. 311, 2 nd Floor, Shakti Bhawan, Sec-6, UHBVN, Panchkula.

Transcript of UTTAR HARYANA BIJLI VITRAN NIGAM LIMITED

UTTAR HARYANA BIJLI VITRAN NIGAM LIMITED Executive Engineer Civil Construction Division UHBVN 2nd Floor, UH-311, Shakti Bhawan, Sec-6,Panchkula. Phone No. 09356063248. Fax:-0172-2573458, Web Site :www.uhbvn.com CIN No. U40109HR1999SGC034166, E-Mail: [email protected]

NOTICE INVITING NO. 1 /2015-16 Dated. 09-3-2015

Bids are invited through e-tendering systems from eligible contractors by the Xen Civil Const. Division UHBVN, Panchkula for the execution of the following work.

TENDER ENQUIRY NO.

Description of item Earnest Money

Tender document

1 /2015-16 Construction of SDO office building at 132 KV S/Stn. Munak including internal public health, electrical services etc.

2,22,000/- 10,000/-

2/2015-16 Construction of SDO office building at 132 KV S/Stn.Amin including internal public health, electrical services etc.

2,46,000/- 10,000/-

3/2015-16 Construction of SDO office building at 132 KV S/Stn. Garounda including internal public health, electrical services etc.

2,30,000/- 10,000/-

4/2015-16 Construction of Division office building at Naraingarh 3,32,000/- 10,000/- 5/2015-16 Construction of Sub- Division office building at Pundri. 1,84,940/- 5,000/- 6/2015-16 Construction of central record cell for HVPNL at 66 KV S/Stn. Power

Colony, Sec-15 Panchkula. 75,800/- 5,000/-

Due date of acceptance of tenders upto 1.00 PM Dated 6-4-2015 Date of opening of tenders at 3.00 PM Dated 6-4-2015 E-service Fee (Rs.) 1,000/- for each tender. Information Regarding Online Payment of Tender Document , eService & EMD Fee. The Bidders can download the tender documents from the Portal: https://haryanaeprocurement.gov.in. The Bidders shall have to pay for the Tender documents, EMD Fees & eService Fee online by using the service of secure electronic payment gateway. The secure electronic payments gateway is an online interface between contractors and online payment authorization networks. The Payment for Tender Document Fee and eService Fee can be made by eligible bidders/ contractors online directly through Debit Cards & Internet Banking Accounts and the Payment for EMD can be made online directly through RTGS / NEFT. NOTE: If the tenders are cancelled or recalled on any grounds, the tender document fees & e-service fee will not be refunded. For any clarification regarding bid preparation and bid submission, please contact : M/s Nextenders (India) Pvt. Ltd. O/o. DS&D Haryana, SCO - 09, IInd Floor,Sector -16,Panchkula – 134108 E - mail: [email protected] Help Desk: 1800-180-2097 (Toll Free Number) For details, please visit www.uhbvn.com

XEN Civil Const. Divn, Room No. 311, 2nd Floor,

Shakti Bhawan, Sec-6, UHBVN, Panchkula.

CONTRACTOR WITNESS 1

UTTAR HARYANA BIJLI VITRAN NIGAMNOTICE INVITING TENDERS

Sealed tenders are invited in two parts (Part I Technical Bid & Part-II Price Bid), from the firms, by the SE Civil Const Circle, UTTAR Haryana Bijli Vitran Nigam Ltd., Panchkula as per following details :

Tender Enquiry No NIT No

Description of the work Construction of Division office building ( UHBVN ) at Naraingarh.

Place of work Panchkula (Haryana)

Tentative Estimated cost (Rs in Lacs)

Rs. 166 Lacs

EMD (in Rs ) 3.32 Lacs

Tender Fee (in Rs.) 10000/- (Non-refundable)

E-service Fee 1000/-(Non-refundable)

Last date of bid submission6-4-201515.00 Hrs.

Information Regarding Online Payment of Tender Document , eService & EMD Fee.The Bidders can download the tender documents from the Portal: https://haryanaeprocurement.gov.in.The Bidders shall have to pay for the Tender documents, EMD Fees & eService Fee of Rs.1000/- online by using the service of secure electronic payment gateway. The secure electronic payments gateway is an online interface between contractors and online payment authorization networks. The Payment for Tender Document Fee and eService Fee can be made by eligible bidders/ contractors online directly through Debit Cards & Internet Banking Accounts and the Payment for EMD can be made online directly through RTGS / NEFT.NOTE: If the tenders are cancelled or recalled on any grounds, the tender document fees will not be refunded to the agency. The Tenderers can submit their tender documents (Online) as per the dates mentioned in the key dates:-                                                       Key Dates

Sr. No. Department Stage Tenderer’s Stage Start date and time Expiry date and time

1. - Last date of Bid Submission

10-3-201512.00 Hrs.

6-4-201513.00 Hrs.

2. Technical Opening - 6-4-201515.00 Hrs.

3.

Shortlisting of Technical bids &

Opening of Financial Bid

Will be intimated to the firms on their E-mail

Instructions to bidder on Electronic Tendering System

CONTRACTOR WITNESS 2

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

relevant and applicable.

Registration of bidders on e-Procurement Portal:-All the bidders intending to participate

in the tenders processed online are required to get registered on the centralized e-

Procurement Portal i.e. https://haryanaeprocurement.gov.in. Please visit the website for

more details.

1. Obtaining a Digital Certificate:

2.1 The Bids submitted online should be encrypted and signed electronically with a Digital Certificate to establish the identity of the bidder bidding online. These Digital Certificates are issued by an Approved Certifying Authority, by the Controller of Certifying Authorities, Government of India.

2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s PAN Card) and Address proofs and verification form duly attested by the Bank Manager / Post Master / Gazetted Officer. Only upon the receipt of the required documents, a digital certificate can be issued. For more details please visit the website – https://haryanaeprocurement.gov.in.

2.3 The bidders may obtain Class-II or III digital signature certificate from any Certifying Authority or Sub-certifying Authority authorized by the Controller of Certifying Authorities or may obtain information and application format and documents required for the issue of digital certificate from:

M/s Nextenders (India) Pvt. Ltd.O/o. DS&D Haryana, SCO – 09, IInd Floor,Sector – 16,Panchkula – 134108E - mail: [email protected] Help Desk: 1800-180-2097 (Toll Free Number)

2.4 Bid for a particular tender must be submitted online using the digital certificate (Encryption & Signing), which is used to encrypt the data and sign the hash during the stage of bid preparation & hash submission. In case, during the process of a particular tender, the user loses his digital certificate (due to virus attack, hardware problem, operating system or any other problem) he will not be able to submit the bid online. Hence, the users are advised to keep a backup of the certificate and also keep the copies at safe place under proper security (for its use in case of emergencies).

2.5 In case of online tendering, if the digital certificate issued to the authorized user of a firm is used for signing and submitting a bid, it will be considered equivalent to a no-objection certificate/power of attorney /lawful authorization to that User. The firm has to authorize a specific individual through an authorization certificate signed by all partners to use the digital certificate as per Indian Information Technology Act 2000. Unless the certificates are revoked, it will be assumed to represent adequate authority of the user to bid on behalf of the firm in the department tenders as per Information

CONTRACTOR WITNESS 3

Technology Act 2000. The digital signature of this authorized user will be binding on the firm. 2.6 In case of any change in the authorization, it shall be the responsibility of management / partners of the firm to inform the certifying authority about the change and to obtain the digital signatures of the new person / user on behalf of the firm / company. The procedure for application of a digital certificate however will remain the same for the new user. 2.7 The same procedure holds true for the authorized users in a private/Public limited company. In this case, the authorization certificate will have to be signed by the directors of the company.3 Opening of an Electronic Payment Account:

For purchasing the tender documents online, bidders are required to pay the tender documents fees online using the electronic payments gateway service shall be integrated with the system. For online payments guidelines, please refer to the Home page of the e-tendering Portal http://haryanaeprocurement.gov.in.4 Pre-requisites for online bidding:

In order to bid online on the portal http://haryanaeprocurement.gov.in , the user machine must be updated with the latest Java. The link for downloading latest java applet is available on the Home page of the e-tendering Portal. 5 Online Viewing of Detailed Notice Inviting Tenders:

The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the tenders floated through the single portal eProcurement system on the Home Page at http://haryanaeprocurement.gov.in6 Download of Tender Documents:

The tender documents can be downloaded free of cost from the eProcurement portal http://haryanaeprocurement.gov.in7 Key Dates:-The bidders are strictly advised to follow dates and times as indicated in the online Notice Inviting Tenders. The date and time shall be binding on all bidders. All online activities are time tracked and the system enforces time locks that ensure that no activity or transaction can take place outside the start and end dates and the time of the stage as defined in the online Notice Inviting Tenders.8 Bid Preparation (Technical & Financial) Online Payment of Tender Document Fee, eService fee, EMD fees and Submission of Bid Seal (Hash) of online Bids:

8.1 The online payment for Tender document fee, eService Fee & EMD can be done using the secure electronic payment gateway. The Payment for Tender Document Fee and eService Fee can be made by eligible bidders/ contractors online directly through Debit Cards & Internet Banking Accounts and the Payment for EMD can be made online directly through RTGS / NEFT.

The secure electronic payments gateway is an online interface between contractors and Debit card / online payment authorization networks.

8.2 Submission of bids will be preceded by submission of the digitally signed& sealed bid (Hash) as stated in the time schedule (Key Dates) of the Tender.

CONTRACTOR WITNESS 4

NOTE:-(A) If bidder fails to complete the Online Bid Submission stage on the stipulated date and time. His/hers bid will be considered as bid not submitted, and hence not appear during tender opening stage.

(B) Bidders participating in online tenders shall check the validity of his/her Digital Signature Certificate before participating in the online Tenders at the portal http://haryanaeprocurement.gov.in.

(C) For help manual please refer to the ‘Home Page’ of the eProcurement website at https://haryanaeprocurement.gov.in, and click on the available link ‘How to bid online’ to download the file.

CONTRACTOR WITNESS 5

UTTAR HARYANA BIJLI VITRAN NIGAM LTD. (UHBVN)

Name of work : CONSTRUCTION OF DIVISION OFFICE BUILDING ( UHBVN) AT NARAINGARH.

Estimated Cost. : Rs. 166 Lacs

Earnest Money

Time Limit for completion

:

:

Rs. 3.32 Lacs

15 Months

Place of opening : Office of Executive Engineer, Civil Construction Division, UHBVN Panchkula

Officer in Charge Inviting Tenders : Executive Engineer, Civil Construction Division, UHBVN Panchkula

Tele Fax No. :

Web Site : https://haryanaeprocurement.gov.in

Email id : [email protected]

CONTRACTOR WITNESS 6

INDEX

SECTION DESCRIPTION PAGE NO.

SECTION – 1 DETAILED NOTICE INVITING TENDER

SECTION – 2 INTRODUCTION AND INSTRUCTIONS TO THE

BIDDER

SECTION – 3 CONDITIONS OF CONTRACT

SECTION – 4 SPECIAL CONDITIONS FOR CIVIL WORKS

SECTION – 5 SPECIAL CONDITION FOR THE PLUMBING

WORK

SECTION – 6 SPECIAL CONDITION FOR THE ELECTRICAL

WORK

SECTION – 7 LIST OF APPROVED MAKES

SECTION – 8 PRICE BID

SECTION – 9 ARCHITECTURAL & STRUCTURAL DRAWINGS

CONTRACTOR WITNESS 7

(SECTION – 1)

DETAILED

NOTICE INVITING TENDER

CONTRACTOR WITNESS 8

UTTAR HARYANA BIJLI VITRAN NIGAM LTD. (UHBVN)

TENDER DOCUMENT

NAME OF WORK: CONSTRUCTION OF DIVISION OFFICE BUILDING ( UHBVN) AT NARAINGARH.

.

NIT NO.

ISSUE TO M/S ________________________

________________________

BA 16 NO. ________________________

OFFICE OFExecutive Engineer/ Civil

Construction Division,UHBVN, Panchkula.

CONTRACTOR WITNESS 9

TENDER FOR WORKS

I/We hereby tender for execution, for the UHBVN for the work, specified in the under written memorandum within the time specified in such memorandum. Item rates quoted in schedule and non schedule of rates attached with the tender.

(a) General Description : (As per page No. I)

(b) Estimated cost : Rs.166 Lacs.(c) Earnest money (@2% of estimated cost):

For Contractors : Rs. 3.32 Lac

(d) Time allowed for the work from the date : 15 Months

of written order to commence

I/We hereby agree to abide by and fulfill all the terms and provisions of the said conditions of contract annexed hereto as applicable, or on its default, to pay to the UHBVN or its successor in office, the sums of money mentioned in the said conditions.

The sum of Rs _________________ deposited vide UHBVN Receipt No./ D.Draft No._______________ Dated____________ as earnest money, the full value of which is to be absolutely forfeited to the UHBVN or its successor without prejudice to other rights or remedies. Should I/We fail to commence the work specified in the above memorandum the said sum or Rs__________ shall be retained by the UHBVN on account of the earnest money specified in, clause 1 of the said conditions of contract. Should I/We withdraw or modify the tender after the date of opening the tender, my / our earnest money shall stand forfeited to the UHBVN

Witness Signature of the contractor

AddressDate _____________

The above tender is hereby accepted by me on behalf of UHBVN

Dated : …………… Executive Engineer,Civil Construction Division,UHBVN, Panchkula

CONTRACTOR WITNESS 10

SECTION - 1

UTTAR HARYANA BIJLI VITRAN NIGAM LTD. (UHBVN)Notice Inviting Single Percentage Rate Tender

NOTICE INVITING TENDER

NIT NO. Dated:

Sealed tenders are hereby invited on percentage basis of Haryana Schedule of Rates with ceiling premium as applicable at the time of opening of tender and non-scheduled items on behalf of UHBVN, for the following works to be executed at Naraingarh (Haryana) from the contractors who are approved having valid enlistment with Haryana PWD B&R, HVPN, CPWD, Haryana Power Utilities & MES etc.

Enquiry No.

Description of Work Est. Cost (In RS.)

Earnest Money(In Rs.)

Complet-ion Period

Cost of tender document

NIT No. CONSTRUCTION OF DIVISION OFFICE BUILDING (UHBVN) AT NARAINGARH.

166 Lacs 3.32 Lacs 15 Months Rs. 10000/-

TERMS & CONDITIONS:

1. Qualification criteria : Request for issuance of tender from must accompany documentary evidence in support of bidder’s capabilities/ experience as per following conditions:

a) Contractor should have executed either one similar work of 80% of the tender amount during the last 5 years. (OR) at least Two similar work of 60 % the tender amount during the last at 5 years,

b) The agencies who have minimum financial turnover of 30% of the estimated cost of work in any one year in the last 5 years will be eligible for the above work..

c) Tax deduction certificate from the clients for the last 3 years alongwith certificate of PAN No. Service tax no, ESCI Registration, EP, WCT and any other to be submitted.

2. Cost of work shall mean gross value of the completed work including the cost of material supplied by the Govt./ Client, This should be certified by an officer not below the rank of Executive Engineer/ Project Manager or equivalent.

3. The applicant should have minimum average annual financial turn over during the last 3 years, ending 31st March of the previous financial year, the average turnover should be at least 100 % of the estimated cost This should be duly audited by a Chartered Accountant.

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

5. The contractor or his identified sub-contractor should possess required valid license for executing the water supply / sanitary / fire fighting / electrical engineering works and should have executed similar water supply / sanitary / fire fighting / electrical engineering works with prior approval of align .

6. The applicant’s performance for each work completed in the last 5 years and in hand should be certified by an officer not below the rank of Executive Engineer/Project manager or equivalent and should be obtained in sealed cover.

CONTRACTOR WITNESS 11

7. Further information with regards to schedule of quantities, conditions of contract, detailed plans and specifications can be seen in the Divisional Engineer’s office during the office hours.

8. Tender should be quoted at a percentage above or below on prescribed format only mentioned as “Price Bid” format.

9. Tender which is not on the prescribed tender form will not be considered.

10. The contractor or his identified sub contractor should posses required valid licenses for executing internal sanitary and electrical installation works and should have executed similar works in the past.

11. Each tenderer shall give proof to the entire satisfaction of the Executive Engineer concerned that he has in his possession Haryana P.W.D. specifications latest addition failing which his tender shall be liable to be rejected.

12. The tenderer shall initial all corrections / cuttings in his tender as regard to single percentage rate, time etc. Non compliance of this condition will render the tender liable to be rejected.

13. The approval of the acceptance of tender will rest with the UHBVN who does not bind himself to accept the lowest tender and reserves to himself the authority to reject any or all of tenders received without assignment of any reason.

14. The rates of the contractors shall remain open for a period of 90 calendars days from the date of opening of the price bid and if a contractor submits a tender limiting the period of validity to a date earlier, then he shall be liable to be blacklisted and his earnest money shall stand forfeited without prejudice to other rights and remedies available to the Executive Engineer.

15. If any tenderer modifies or withdraws his tenders after opening of the price / financial bids subsequently, while on one hand he is liable to be blacklisted, on the other hand his earnest money shall be forfeited without prejudice to other rights and remedies available to the Executive Engineer.

16. No conditional tender should be given, only premium or rebate should be quoted. A conditional tender is liable to be rejected out rightly at the discretion of the accepting authority. In the alternative the accepting authority may treat the conditions as null and void and make a counter offer to the tenderer to do the work at the premium or rebate quoted by him without conditions. If the tenderer refuses to accept the said counter offer to do the work at the premium or rebate quoted by him without the condition within one week of the counter offer having been made by the accepting authority, his earnest money shall stand forfeited and the tenderer shall have no claim to the same whatsoever.

17. Rate should be quoted in English or Hindi, otherwise the tender can be rejected.

18. The successful tenderer shall have to sign an affidavit to the effect that he has no relation and he has not worked with the firm as sub- contractor or has no connection with firm/contractor blacklisted by UHBVN/Haryana Govt./Govt. of India.

19. The earnest money deposited for the tender will not be returned to the contractor’s/firm’s till the acceptance of tender or three months, whichever is earlier.

20. Sales / Works Tax / service tax / Income Tax & Cess Charges will be deducted from the bills of contractor as per the rules/acts/instruction of the Govt. from time to time.

21. The tenderer is advised to visit the site of work, at his own cost, and examine it and its surroundings by itself and collect all information that the tenderer considers necessary for proper assessment of the prospective assignment.

CONTRACTOR WITNESS 12

22. If any information furnished by the Contractual Agency is found incorrect at a later date, he shall be debarred from tendering/taking up works in future in UHBVN, UHBVN reserves the right to verify the particulars furnished by the Contractual Agency independently.

23. The contractor (s) shall sign all the pages at the designated space. If the tender documents are not signed in the manner, specified, the tender shall be treated as invalid and rejected.

24. If the tenderer is an individual, he shall sign the tender documents above his full typewritten name with seal and current address.

25. If the tenderer is a proprietary firm, the tender documents shall be signed by the proprietor as above his full name / name of his firm with seal with its current address.

26. If the tenderer is a Limited Company or a Corporation, the tender documents shall be signed by a person duly authorized by the Company / Corporation. The Officer who will give the power of attorney to that person for signing the tender document shall be competent to give such power of attorney in the Memorandum of Articles of Association. The tender document must accompany the copy of the power of attorney given to that person. The Company / Corporation should also furnish a copy of the Memorandum of Articles of Association duly attested by a Public Notary. Cement and steel will be arranged by the Bidders at his own cost.

27. Telegraphic / Conditional tender will not be accepted.

28. If it happens to be a holiday on the date of issue, receipt & opening of tenders, then the tenders will be issued, received & opened on the next working day

29. The quantity can be increased / decreased as per site/drg. + 25%

30. The contractor shall have no claim if any items are supplied by the department

31. The item reference of HSR & quantum of work indicated in the NIT are tentative which can be increased decreased substituted / deleted as per requirement of site, design drg., specs etc and the payment of the same shall be regulated under relevant items as per actual work done at site. No claim whatsoever on this account of the contractor shall be entertained.

32. If any contractor fails to commence the work or does not complete the work and work has to be put to retendering, the department shall without prejudice to any other right or remedy, be at liberty to forfeit the amount of Earnest money / Security Deposit and shall retain each payment/earnest money /security deposit amount due to the contractor and from any of the work under execution in the Division to make good the amount of risk & cost involved he shall stand debarred from issued of tender by the Nigam, will render himself liable for blacklisting.

33. The earnest money will be forfeited in case where it is discovered at any stage before & even during the execution of work, if allotted to the contractor, that he has made misleading or false statements in order to get the work allotted. This would be in addition to and without prejudice to the right of the department to take any other legal action against the contractor

34. In case the firm fails to submit the requisite document with the Bid document the tender is liable to be rejected.

CONTRACTOR WITNESS 13

35. The bids shall be opened in two parts i.e., Part-I comprising the technical / financial qualification criteria of the bid & Part-II the price bids. The bidders who shall be considered technically / financially qualified (Part-I) by the Nigam, only their price bid(s) shall be opened (Part-II) on a pre-fixed date which shall be intimated to all those bidders who qualifies the Part-I qualifying criteria of the bid documents.

36. Information regarding any litigation , current or during the last two years , in which the bidder is involved , the parties concerned and disputed amount shall be submitted on NJSP duly attested by Notary.

37. If any bidder has applied for enlistment & submitted his bid then price bid will be opened on the production of enlistment.

Total estimate cost Rs. 166 Lacs

-----------------------------------------------------------------------------------------------------------------Item No. Sub Head of estimate Rate Unit -----------------------------------------------------------------------------------------------------------------

As per NIT at Page No….. to …….

Divisional Accountant H.D.M Executive Engineer,UHBVN, Panchkula UHBVN, Panchkula Civil Construction Division,

UHBVN, Panchkula.

Signature of the Tenderer

CONTRACTOR WITNESS 14

UTTAR HARYANA BIJLI VITRAN NIGAM LTD. (UHBVN)

Executive EngineerCivil Construction Division,

UHBVN, Panchkula

1. Sealed tenders are hereby invited on percentage basis of Haryana Schedule of Rates with ceiling premium as applicable at the time of opening of tender and non-scheduled items on behalf of UHBVN, for the following works to be executed at Naraingarh (Haryana) from the contractors who are approved having valid enlistment with Haryana PWD B&R, HVPN, CPWD, Haryana Power Utilities & MES etc.

Estimated Cost: Rs. 166 LacsEarnest Money: Rs. 3.32 LacsTime Limit: 15 Months

2. Schedule of quantities, the detailed plans and specifications can be seen in the Divisional Engineer’s office during office hours.

3. The tenderer shall initial all corrections / cuttings in his tender. Non compliance of this condition will render the tender liable to be rejected.

4. The approval of the acceptance of tender will rest with the Competent Authority of UHBVN Panchkula who does not bind himself to accept the lowest tender and reserves to himself the authority to reject any or all of tenders received without any reason.

5. If any tenderer modifies or withdraws his tender subsequently he is liable to be blacklisted, and his earnest money shall be forfeited. The rates of the contractors shall remain open for a period of 90 calendar day from the date of opening of the Part II ( Price bid) and if a contractor submits a tender limiting the period of validity to a date earlier, then his tender would be rejected.

6. Conditional tenders will not be accepted except rebate conditions should be quoted. A conditional tender is liable to be rejected out right at the discretion of the accepting authority. In the alternative the accepting authority may treat the conditions as null and void and make a counter offer to the tenderer to do the work at the quoted rate with rebate, if any without conditions. If the tenderer refuses to accept the said counter offer to do the work within one week of the counter offer having been made by the accepting authority, his earnest money shall stand forfeited and the tenderer shall have no claim to the same whatsoever.

7. Tender not accompanied with the earnest money depicted in the NIT shall not be considered / opened.

8. The successful tenderer shall have to sign an affidavit to the effect that he has no relation or connection with firm/contractor blacklisted by UHBVN/Haryana Govt./ Govt. of India, from time to time.

9. In addition to penalties for breach of contract, a contractor will render himself liable for black listing. In case where the agency who purchased the bid documents but does not submit his bid without any valid and sufficient reason.

CONTRACTOR WITNESS 15

(SECTION –2)

INTRODUCTION AND

INSTRUCTIONS TO BIDDERS

CONTRACTOR WITNESS 16

SECTION – 2

INTRODUCTION & INSTRUCTIONS TO BIDDERS

Important Note:- i) HSR stand for Haryana Schedule of Rates wherever appears in the DNIT.

1. GENERAL DESCRIPTION:

1.1 This invitation of bid is open to all the bidders who are currently enlisted in the appropriate category with any State Government, Central Government, MES, Public Sector Undertakings or any Organization.

The work involves CONSTRUCTION OF DIVISION OFFICE BUILDING AT NARAINGARH INCLUDING INTERNAL P.H AND ELECTRICAL SERVICES ETC.

1.1 The work is proposed to be carried out at Naraingarh (Haryana).

1.2 The time allowed for carrying out the work as entered in the tender shall be strictly observed by the contractor and shall be reckoned from the date of layout at site. The contractor shall take up the construction work and will show the progress of work as per the provision of clause – II of contract documents.

2 TENDER INFORMATION

2.1 The Contractor shall visit the site and acquaint himself with the actual site conditions, access, availability of materials and other related problems under which the work has to be performed.

2.2 The Contractor shall examine all specifications, tender conditions and drawings before tendering for the works.

2.3 No extra claims made in the consequence of ignorance or misunderstanding or site conditions etc. or on grounds of insufficient description will be allowed at a later date.

2.4 The Contractor shall obtain all information relating to local regulations, bye laws, application of any and all laws relating to his work or profession. No additional claims shall be admissible on this account.

3. COST OF BIDDING

The bidder shall bear all expenses associated with the preparation and submission of his bid and the Engineer-in-Charge shall in no case be responsible or liable for reimbursement of such expenses, regardless of the conduct or outcome of the bidding process.

4. BRAND NAMES

Brand Names specified in these documents shall be followed. In an alternative or when the brand names are not mentioned / not available an equivalent brand as Engineer in charge will specify the makes to be used and his decision in this regard will be final and binding on the contractor. The request of the agency for the change of brand / make of the material shall not be entertained in any circumstance .

CONTRACTOR WITNESS 17

5. STAMP DUTY AND LEGAL CHARGES

Whenever required under Government regulations, it shall be incumbent on the successful bidder to pay stamp duty on the Contract and legal charges for preparation of the Contract Agreement, as applicable on the date of execution of the Contract Agreement.

6. PAYMENT TERMS

The firm/agency shall submit the running bills based on the allotted rates in the manner as prescribed in the clause 8 & 9 of the contract documents (Section – 4).

BID DOCUMENTS

7. CONTENTS OF BID DOCUMENTS

A set of Bid Documents issued for the purpose of bidding includes the following sections, together with any Addenda thereto.

SECTION DESCRIPTIONSection –1 Detailed Notice Inviting TenderSection – 2 Introduction and Instructions to the BidderSection – 3 Conditions of contractSection – 4 Special conditions for the civil workSection – 5 Special conditions for plumbing works Section – 6 Special condition for the Electrical workSection – 7 List of approved makesSection – 8 Price BidSection – 9 Architectural & Structural Drawings

7.1 The bidder is expected to examine carefully all instructions, conditions, forms, appendix to bid terms specifications, annexures, schedules and specification drawings in the bid documents. Failure to comply with the requirements of bid submission will be at the bidder’s own risk. Pursuant to various Clauses of these bid documents the bids which are not substantially responsive to the requirements to the Bid Documents will be rejected.

7.2 The bidder shall be deemed to have inspected and examine the site and its surroundings and to have satisfied himself before submitting his bid as to the nature of site condition having taken into account any information in connection therewith which may have been provided by or on behalf of Engineer-in-Charge the extent and nature of work the means of communication with the access to all necessary information as to the risks, contingencies and all other circumstances influencing or affecting his bid.

8. INTERPRETATION AND CLARIFICATION OF BIDDING DOCUMENTS

Bidders shall carefully examine the Bidding Documents and fully inform themselves as to all the conditions and matters which may in any way affect the work or the cost thereof a bidder find discrepancies in or omission from the specification or other meaning, he should at once address a query to the Engineer-in-Charge in writing or by fax or by E-mail:-

CONTRACTOR WITNESS 18

PREPARATION OF BIDS

9. LANGUAGE OF BID

The bid prepared by the bidder and all correspondence and documents relating to the bid exchanged by the bidder and the Engineer-in-Charge shall be written in English or Hindi Language only.

10. BID PRICE

10.1 Unless stated otherwise in the Bidding Documents the Contract shall be for the whole works as described, based on the Haryana Schedule of rates and non schedule items premium or rebate as quoted by the Bidder.

10.2 No price escalation is permissible during the entire execution of the project.

11. CURRENCIES OF BID AND PAYMENT

Single percentage rates (ABOVE / BELOW) shall be quoted by the bidder in the price / financial bid (Section – 8). All payments to the successful bidder under the proposed contract shall be made entirely in Indian Rupees.

12. BID SECURITY/EARNEST MONEY

12.1 No interest shall be paid on any bid security / earnest money.

13. BID VALIDITY

13.1 The rates of the contractors shall remain open for a period of 90 calendars days from the date of opening of the price bid and if a contractor submits a tender limiting the period of validity to a date earlier, then he shall be liable to be blacklisted and his earnest money shall stand forfeited without prejudice to other rights and remedies available to the Executive Engineer.

If any tenderer modifies or withdraws his tenders after opening of the price / financial bids subsequently, while on one hand he is liable to be blacklisted, on the other hand his earnest money shall be forfeited without prejudice to other rights and remedies available to the Executive Engineer.

14. OFFER TO COMPLY WITH BID DOCUMENTS

Bidder shall submit offers, which comply fully with the requirements of the bid documents, including the Technical specifications and Drawings.

15. FORMAT AND SIGNING OF BIDS

12.1 The original bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to bind the bidder to the Contract. Proof of authorization shall be furnished in the form of a certified copy of a Power of Attorney, which shall accompany the bid. All pages of the bid and the pages where entries or amendments have been made shall be initialed by the person or persons signing the bid.

12.2 Only one bid shall be submitted by each Bidder. No Bidder may participate in the bid of another bidder for the same Contract in any relation whatsoever. The complete bid shall be without alternations inter line additions or erasures except those in accordance with instructions issued by the Engineer-in-Charge or as necessary to correct errors made by the Bidder in which case such corrections shall be initialed by the person or persons signing the bid.

12.3 All witnesses and sureties shall be persons of status and probity and their full names, occupations and addresses shall be stated below their signatures.

CONTRACTOR WITNESS 19

16. SUBMISSION OF BIDS

16.1 The Engineer-in-Charge may at its discretion extend the deadline for submission of bids by issuing an amendment in which case all rights and obligations of the Engineer-in-Charge and the Bidder previously subject to the original deadline shall, thereafter, be subject to the new deadline as extended.

17. LATE BIDS

Any bid received by the Engineer-in-Charge after the deadline for submission of bids prescribed by the Engineer-in-Charge will be rejected and returned unopened to the bidder.

18. UHBVN’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS.

18.1 The Engineer-in-Charge reserves the right to accept or reject any bid and to annul the bidding process and reject all bids prior to award of contract without thereby incurring any liability to the affected Bidders or any obligation to inform the affected Bidder or Bidders for the grounds for the UHBVN’s action.

18.2 Penalty for Delay in Work

0.5% per week or part thereof subject to maximum of 2% of value of left over work up to 1st 4 weeks and @ one percent per week or part thereof in case the delay is beyond 4 weeks subject to maximum up to 10% of value of left over works / project. The Employer may without prejudice to any other method of recovery, deduct the amount of such penalty from any amount due or to become due to the Contractor. The payment or deduction of such penalty shall not relieve the Contractor from his obligation to complete the Works or from any other of his obligation and liabilities under the Contract.

Incentives :-

An incentive for early completion of all the works of the NIT as a whole from the completion period as per clause and in accordance with will be given to the contractor @ ½ % ( half percent ) per fortnight subject to a maximum of 10 % ( Ten percent ) of total contract amount.

18.3 Contract Performance GuaranteeWithin 15 days of receipt of detailed contract from the Owner, the successful Bidder, to whom the Work is awarded, shall be required to furnish a performance Bank Guarantee from a Scheduled/ Nationalized Bank, in the form attached in favour of the Owner. The guarantee amount shall be equal to five percent (5%) of the total Contract Price and it shall guarantee the faithful performance of the Contract in accordance with the terms and conditions specified in these documents and specifications. Performance guarantee shall be valid upto 90 days after the end of defects liability period i.e. one year from the date of handing

over the building. In case successful bidder fails to submit Performance BG within 15 days from the date of issue of detailed contract, 10% amount of the contract value shall be deducted from their bill/ bills. This amount shall be released after submission of BG.Further penalty @ 0.35% per week or part thereof of the value of the Bank Guarantee would be charged from due date of submission till the amount is deducted or the BG submitted.

The Performance Guarantee shall cover additionally the following guarantees to the Owner:a) The Successful Bidder guarantees the successful and satisfactory

operation of the material/equipment furnished and erected under the Contract, as per the specifications and documents.

b) The successful Bidder guarantees that the material and equipment provided and installed by him shall be free from all defects in design,

CONTRACTOR WITNESS 20

material and Workmanship and shall upon written notice from the Owner fully remedy free of expenses to the Owner such defects as developed under the normal use of the said material and equipment within the period of guarantee specified in the relevant Clause of the Conditions of Contract.

c) The Contract Performance Guarantee is intended to secure the execution/ performance of the entire Contract.

d) The Performance guarantee will be returned to the Contractor without any interest at the end of the defect liability period i.e. one year from the date of completion of work with the approval of CGM/ PD&C, UHBVN, Panchkula.

19. NOTIFICATION OF AWARD

19.1 Prior to the expiry of the period of bid validity prescribed by UHBVN, the Engineer-in-Charge will notify the successful Bidder by fax to be confirmed in writing by registered letter that his bid has been accepted. No further correspondence will be entertained by the Engineer-in-Charge from the unsuccessful Bidders.

19.2 The issue of letter of acceptance of telegraphically or fax confirmation of acceptance of offer will constitute the formation of a Contract.

20. SIGNING OF AGREEMENT

20.1 Within fifteen (15) days of the Notification of the Award firm shall sign and date the Contract and return it to the Owner. In case fails to submit the Contract Agreements duly signed within 15 days from the date of issue of detailed contract, the payment will not be released till the bidder submits the Contract agreements and penalty @ 0.25% per week or a part thereof shall be deducted from their bill subject to maximum 1% of Contract value. Information regarding any litigation , current or during the last two year in which the bidder is involved the parties concerned and disputed amount shall be submitted on NJSP duly attested by Notary. The Declaration by the firm that it is not blacklisted by any State/ Central Govt. or any other agency for the preceding 3 year and shall be liable for the consequences of wrong declaration . An affidavit duly attested by Notary to this effect shall be submitted.

21 Storage of Material

The bidder shall store all the material / equipment in the well – maintained store at his cost . All the services required for maintaining the stores shall also be at the cost of the bidders.

22 Arbitration

All matters, question, disputes, differences and/or claims arising out of and/or concerning and/or in connection and/or in consequences or relating to this Contract whether or not obligations of either of both parties under this Contract be subsisting at the time of such dispute and whether or not this Contract has been terminated or purported to be terminated or completed, shall be referred to the Sole Arbitration of the MD, UHBVN or an Officer appointed by the MD, UHBVN as his nominee. The Award of the Arbitrator shall be final and binding on the parties to this Contract.

Subject to aforementioned provisions, the provisions of Arbitration & Conciliation Act 1996 and the rules there under and statuary modifications thereof for the time being in force, shall be deemed to apply to the Arbitration proceedings under this Clause.

23 Material AccountProper account of the Plant/equipment brought at Site and actually erected shall be

prepared by the Contractor on completion of the Works and final payments shall be

adjusted on the basis of the same.

CONTRACTOR WITNESS 21

24 Industrial & Labour Laws

The successful bidder shall submit a certificate that he has complied with the provisions of Industrial & Labour Laws including PF Act, ESI Act etc., as may be applicable.

25 Corrupt or fraudulent practicesThe Nigam requires that Tenderers / Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of Nigam contracts. In pursuance of this policy, the Nigam:-

(a) defines, for the purposes of this provision, the terms set forth as follows:(i) “corrupt practice” means the offering, giving, receiving or soliciting of anything of

value to influence the action of a public official in the procurement process or in contract execution: and

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Nigam, and includes collusive practice among Tenderers (prior to or after tender submission) designed to establish tender prices at artificial, non-competitive levels and to deprive the Nigam of the benefits of free and open competition;

(b) will reject a proposal for award if it determines that the Tenderer recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question;

(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Nigam contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Nigam contract.

26 Blacklisting of the Firms:

The contractor will be blacklisted,

1. If the contractor backs out of the contract at any stage, the firm will be issued two 15 days notices to commence the work failing which no further notices will be issued and the firm will be straightway Blacklisted, without prejudice to other terms and conditions of the contract.

2. If the firm Indulge in fraudulent and illegal practices such as forgery, cheating or any civil / criminal wrongdoing or any grave misconduct of similar nature which has a direct impact on the contract and the Nigam. In such case no notice of default will be issued and the firm will be straightway blacklisted in addition to initiating the legal proceedings etc., without prejudice to the other terms and conditions of the contract.

If the contractor fails to complete the work within the delivery / completion schedule, the deduction of the penalty will commence as per the terms and conditions of the present Bid Documents. On deduction of the complete penalty as admissible, the contractor will be issued one 15 days notice to complete the work failing which the Performance Bank Guarantee will be forfeited. Subsequent to the above two 15 days notices will be issued and the firm will be blacklisted thereafter. The Performance Bank Guarantee of the Blacklisted firms will be forfeited and the firm shall have no claim whatsoever on the same.

However, Procedure and other conditions of contract are regulated by procurement manual of UHBVN, so, these will be applicable to the contractor as per procurement manual of UHBVN and amendments thereof from time to time.

Period of Blacklisting shall be minimum three years and all power utilities in the country shall be intimated about the same.”

EXECUTIVE ENGINEERSIGNATURE OF THE TENDERER WITH SEAL DATED

CONTRACTOR WITNESS 22

(SECTION – 3)

CONDITIONS

OF

CONTRACT

CONTRACTOR WITNESS 23

Stereo B&R no. 28Name of the Contractor__________________________________________________________ Name of work: CONSTRUCTION OF HEAD OFFICE BUILDING AT PANCHKULA - CIVIL WORKS INCLUDING PUBLIC HEALTH AND FIRE FIGHTING SERVICES ETC._____________________________________________________________________________

UTTAR HARYANA BIJLI VITRAN NIGAM LTD. (UHBVN)

CONTRACT FOR WORKS

GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF THE CONTRACTORS

1. All work proposed for execution by contract will be notified in a form of invitation to tender pasted on a Nigam hung up in the office and signed by the Executive Engineer.This form will state the work to be carried out, as well as the date for submitting and opening of tenders and the time allowed for carrying out the work, also the amount of earnest money to be deposited with the tender and the amount of the security to be deposited by the successful tender and the percentage, if any to be deducted from the bills, copies of the specification, designs and drawings, Hr. P.W.D. Schedule of rates 1988 and any other documents required in connection with the work, signed for the purpose of identification by the executive engineer shall also be opened for inspection by the contractors at the office of the Executive Engineer during office hours.

2. In the event of the tender being submitted by a firm, it must be signed separately by each member thereof, or in the event of absence of any partner, it must be signed on his behalf by a person holding a power-of-attorney authorising him to do so.

3. Any person who submits a tender shall fill up the schedule of rates attached with thetender.

4 The Executive Engineer shall have the right of rejecting all or any of the tenders.

5 The department may refuse or suspend payments on account of a work when executed by a firm or by contractor described in their tender as a firm, unless receipts are signed by all the partners, or one of the partners, or some other person produce written authority enabling him to give effectual receipt on behalf of the firm.

6 The receipt of an accountant or clerk for any money paid by the contractor will not be considered as an acknowledgement of such payment to the Executive Engineer and the contractor shall be responsible for seeing that he procures receipt signed by the Executive Engineer.

7. The memorandum of work tendered for and the memorandum of materials to be supplied by UHBVN and their issue rates, shall be filled in and complete in the office of the Executive Engineer before the tender form is issued, if a form is issued to an intending tender without having been so filled in and completed, he shall request the office to have this done before he completes and delivers his tender.

CONTRACTOR WITNESS 24

CONDITIONS OF CONTRACT

Clause 1: The person/persons whose tender is accepted (hereinafter called the contractor) shall permit Nigam at the time of making any payment to him for the work done under the contract to deduct such sums including the earnest money deposited by him amounting to 10% of all money so payable. Such deductions to be held by the Nigam by way of security deposited. All compensation /other sums of money payable by the contractor to Nigam under the terms of this contract may be deducted from the security deposit or from any sums which m ay be due or may become due to the contractor by Nigam on any account whatsoever and in the event of his security deposit being reduced by reason of any such deduction, the contractor shall within 10 days thereafter make good in cash or Nigam securities endorsed as aforesaid any sums which may have been deducted from or raised by sale of his security or any part thereof.

Clause 2: The time allowed for carrying out of work as entered in the tender shall be strictly observed by the contractor, and shall be reckoned from the date on which the order to commence work is given to the contractor. The work throughout the stipulated period of the contract shall be proceeded with all due diligence (time being deemed to be the essence of the contract on the part of the contractor) and the contractor shall pay as compensation an amount equal to one percent which the Executive Engineer-in-charge may levy on the amount of the estimated cost of the whole work as shown by the tender for every day that the work remains uncommenced, or unfinished, after proper dates. And further to ensure good progress during the execution of the contract shall be bound, in all cases in which the time allowed for any work exceeds one month to complete one-fourth of the whole of the work before one fourth of the whole time allowed under the contract has elapsed, one half of the work before and one half of such item has elapsed and three-fourth of the work before three-fourth of such time has elapsed. In the event of the contractor failing to comply with this condition he shall be liable to pay as compensation an amount equal to one percent which the Executive Engineer-in-charge, may levy on the said estimate cost of the whole work for everyday that due quantity of work remains incomplete provided always that amount of compensation to be paid under the provisions of this clause shall not exceed ten percent of the estimated cost of the work as shown in the tender. The CE/SE/XEN may on representation from the contractor may reduce the amount of compensation and his decision in writing shall be binding.

Clause 3: In any case in which under any clause or clauses of this contract the contractor shall have rendered himself liable to pay compensation amounting to the whole of his security deposit (whether paid in one sum or deducted by instalments) the Executive Engineer on behalf of the Board shall have power to adopt any of the following courses, as he may deem best suited to the interests of the Nigam.

a) To rescind the contract (of which rescission notice in writing to the contractor under the hands of the Executive Engineer shall be conclusive evidence)and in which case the security deposit of the contractor shall stand forfeited, and be absolutely at the disposal of the Nigam.

b) To employ the labour paid by the Nigam and to supply material to carry out work, or any part of the work debiting the contractor with the cost of the labour and the price of the materials (of the amount of which cost and price a certificate of the Executive Engineer shall be final and conclusive against the contractor)and crediting him with the value of the work done, in all respects in the same manner and at the same rates as if it had been carried out by the contractor under the terms of his contract; the certificate of the Executive Engineer as to value of the work done shall be final and conclusive against the contractor.

c) To measure up the work of the contractor and to take such part thereof as shall be unexecuted out of his hands, and to give it to another contractor to complete, in which case any expenses which may be incurred in excess of the sum which would have been paid to the original contractor if the whole work has been executed by him (of amount of which excess the certificate in writing to the Executive Engineer shall be final and conclusive)shall be borne and paid by the original contractor and maybe deducted from any money due to him by Nigam under the contract or otherwise from his security deposit or the proceeds of sale thereof or sufficient part thereof.

In the event of the any of the above courses being adopted by the Executive Engineer, the contractor shall no claim to compensation for the loss sustained by reason of his having purchased or procured any material, or entered into any engagement or made any advances on

CONTRACTOR WITNESS 25

account of or with a view to the execution of the work or the performance of the contract. And in case the contract shall be rescinded under the provision aforesaid, the contractor shall not be entitled to recover or be paid any sum for any work thereof actually performed under this contract, unless and until the Executive Engineer will have certified in writing the performance of such work and the value payable in respect thereof, and he shall only be entitled to be paid the value so certified.

Clause 4: In any case in which any of the person conferred upon the Executive Engineer by clause-3 hereof, shall have exercisable and at the same shall not be exercised, the non-exercise thereof shall not constitute a waiver of any of the conditions hereof and such powers shall not withstanding be exercisable in the event of any future case of default by the contractor for which by any clause or clauses he is declared liable to pay compensation amounting to the whole of his security deposit and the liability of the contractor for past and future compensation shall remain unaffected.

In the event of the Executive Engineer putting in force either of the powers (a) or (c) vested in him under the proceeding clause he may, or desire, takes possession of all or any tools, plant material and stores in or upon the works or the site thereof or belonging to the contractor, or procured by him and intended to be used for the execution of work or any part hereof, paying or allowing for the same in account at the contract rates, Or in case of these not being applicable at current market rates to be certified by the Executive Engineer whose certificate thereof shall be final, otherwise the Executive Engineer may notice in written to the contractor or his clerk of the works, foremen or the other authorised agent require him to remove such tools, plant materials, or stores from the premises within a time to be specified in such notice and in the event of the contractor failing to comply with any such requisition, the Executive Engineer may remove them at contractor’s expenses or sell them by auction or private sale on account of the contractor if any and at his risk in all respects and the certificate of the Executive Engineer as to the expense of any such removal, and the amount of the proceeds and expense of any such shall be final and conclusive against the contractor.

Clause 5: If the contractor shall desire an extension of the time for completion of work on the grounds his having unavoidably hindered in its execution or on any other ground, he shall apply in written to the Executive Engineer within 30 days of the date of the hindrance on account of which he desires such extension as aforesaid and the Executive Engineer/Superintending Engineer shall, if in his opinion (which shall be final) reasonable grounds be shown thereof, authorise such extension of time, if any, as may in his opinion be necessary or proper.

Clause 5a: The contractor shall deliver in the office of the Executive Engineer, on or before the 10th day of every month during the continuance of work covered by this contract, a return showing details of any work claimed for as extra, and such return shall also contain the value of such work as claimed by contractor, which value shall be based upon the rates and prices mentioned in the contract or in the schedule of rates enforce in the Haryana State for the time being. The contractor shall include in such monthly return particulars of all claims of whatever kind and however arising, which at the date thereof he has or may claim to have against the Executive Engineer under or in respect of, or in any manner arising out of the execution of the work and the contractor shall be deemed to have waived all claims not included in such return and will have no right to enforce any such claims not so included, whatsoever be the circumstances.

Clause 6: Without prejudice to the rights of Nigam under any clause hereinafter contained on completion of the work, the contractor shall be furnished with a certificate by the Executive Engineer (hereinafter called the Engineer-in-charge)of such completion but no such certificate shall be given nor shall the work be considered to be complete, until the contractor shall have removed from the premises on which the work shall be executed all scaffolding, surplus materials and rubbish, and cleaned of the dirt from all wood work, walls, floors or other parts of any building in, upon or about which the work is to be executed or of which he may have had possession for the purpose of the execution thereof, and the measurements in the said certificate shall be binding and conclusive against the contractor, if the contractor shall fail to comply with the requirements of this clause as to removal of scaffolding, surplus material and rubbish, and cleaning off dirt on or before the date of fixed for the completion of the work, the Engineer-in-charge may at expenses of the contractor, remove such scaffolding surplus materials and dispose off the same as he thinks fit and clean off such dirt aforesaid and the contractor shall forthwith pay the amount or all expenses, so incurred and shall have no claim in respect of any such scaffolding or surplus materials as aforesaid except any sum actually realised by the sale thereof.

CONTRACTOR WITNESS 26

Clause 7: No payment shall be made for the work estimated to cost less than rupees one thousand till after the whole of the work shall have been completed and a certificate of completion given. But in case of works estimate to cost more than rupees one thousand, the contractor shall on submitting bill thereof be entitled to receive a monthly payment proportionate to the part thereof then approved and passed by the Engineer-in-charge who sees certificate of such approval and passing of the sum so payable shall be final and conclusive against the contractor. But all such intermediate payments shall be regarded as payments by way of advance against the final payment only and not as payments for work actually done and completed and shall not preclude the requiring of bad, unsound and imperfect or unskillful work to be removed and taken away and reconstructed or re-erected, or considered as an admission of the due performance of the contract, or any part thereof in any respect or the occurring of any claim nor shall it conclude, determine or affect in any way the power of the Engineer-in-charge, under the conditions or any of them as the final settlement and adjustments of accounts or otherwise, or in any other way vary or affect the contract. The final bill shall be submitted by the contractor within one month the date fixed for the completion of the work otherwise the Engineer-in-charge’s certificate of the measurement and of the total amount payable for the work accordingly shall be final and binding on all parties.

Clause 8: A bill shall be submitted by the contractor each month on or before the date fixed by the Engineer-in-charge for all work executed in the previous month and the Engineer-in-charge shall take or cause to be taken the requisite measurement for the purpose of having the same verified and the claim, as far as admissible, adjusted if possible, before the expiry of ten days from the presentation of the bill, if the contractor does not submit the bill within the time fixed as aforesaid, the Engineer-in-charge may depute a subordinate to measure up the said work in the presence of the contractor, whose counter signature to the measurement list will be sufficient warrant, and the Engineer-in-charge may prepare a bill from such list which shall be binding on the contractor in all respects.

Clause 9: The contractor shall submit all bills on the printed forms to be had on application at the office of the Engineer-in-charge, and the charges or in the bills shall always be entered at the rates specified in the tender in the case of any extra work ordered in pursuance of these conditions, and not mentioned or provided for in the tender at the rates hereinafter provided for such work.

Clause 10: If the specification of estimate of the work provides for the use of any special description of materials to be supplied from the Engineer-in-charge’s store or if it is required that the contractor shall use certain stores to be provided by the Engineer-in-charge (such materials and stores and the price to be charged thereof as hereinafter mentioned being so far as practicable for the convenience of the contractor, but not so in any way to control the meaning or effect this control specified in the schedule, or memorandum, here to annexed), the contractor shall be supplied with such materials and stores required from time to time to be used by him for the purposes of the contract only and the value of the full quantity of materials and stores so supplied at the rates specified in the said schedule or memorandum may be set off or deducted from any sums then due, or thereafter to become due to the contractor under the contract, or otherwise, against or from the security deposit. All materials supplied to the contractor shall remain the property of the contractor, but shall not on any account be removed from the site of work without the written permission of the Engineer-in charge and shall at all times be open to inspection by him. Any such materials unused and in perfectly good condition at the time of completion of the contractor, shall be returned to the Engineer-in-charge’s store if by a notice in writing under his hand he shall so require, but the contractor shall not be entitled to return any such materials unless with such consent and shall have no claims for compensation on account of any such materials so supplied to him as aforesaid being unused by him, or for wastage in or damage to any such materials.

Clause 11: The contractor shall execute the whole and every part of the work in the most substantial and workman like manner, and both as regards materials and otherwise in every respect in strict accordance with the specifications. The contractor shall also conform exactly, fully and faithfully to the designs, drawings and instructions in writing pertaining to the work signed by the Engineer-in-charge and lodged in his office and to which the contractor shall be entitled to have access at such office or on the site of work for the purpose of inspection during office hours, and the contractor shall, if he so requires, be entitled at his own expense to make or cause to be made copies of the specifications, and of all such designs, drawings and instructions as aforesaid.

CONTRACTOR WITNESS 27

Clause 11 (a): The Engineer-in-charge shall have full powers at all times to object to employment of any workman, foreman or other employee on the work by the contractor and if the contractor shall receive notice in writing from the Engineer-in-charge requesting the removal of any such man or men from the work, the contractor shall have to comply with the request forthwith.

No such workman, foreman or other employee after his removal from the works by request of the Engineer-in-charge shall be re-employed or re-instated on the works by the contractor at any time except with the previous approval in writing of the Engineer-in-charge.

The contractor shall not be entitled to demand the reason from the Engineer-in-charge for requiring the removal of any such workman, or foreman or other employee.

Clause 12: The Engineer-in-charge shall have power to make any alterations in or omissions from additions to or substitutions for the original specifications, drawings, design, and instructions that may appear to him to be necessary or advisable during the progress of the work and the contractor shall be bound to carry out the work in accordance with any instructions which maybe given to him in writing signed by the Engineer-in-charge and such alterations, additions or substitutions, shall not invalidate the contract; and any altered, additional or substituted work which the contractor maybe directed to do in the manner above specified as part of the work shall be carried out by the contractor on the same conditions in all respects on which he agreed to do the main work, and at the same rates as are specified in the tender for the main work. The time for the completion of the work shall be extended in the proportion that the altered, additional for the substituted work bears to the original contract work and the certificate of the Engineer-in-charge shall be conclusive as to such proportion. And if the altered, additional or substituted work includes any class of work, for which no rate is specified in this contract, then such class of work shall be carried out at the rates entered in the schedule of rates subject to the same percentage above or below, as included in the contract, and if such class of work is not entered in the schedule of rates, the contractor shall within seven days of the date of his receipt of the order to carry out work inform the Engineer-in-charge of the rate which is his intention to charge for such class of work, and if the Engineer-in-charge does not agree to this rate he shall by notice in writing, be at liberty to cancel his order to carry out such class of work and arrange to carry it out in such manner as he may consider advisable, provided always that if the contractor shall commence work or incur any expenditure in regard thereto before the rates shall have been determined lastly herein before mentioned then and in such case he shall only be entitled to be paid in respect of the work carried out or expenditure incurred by him prior to the date of determination of the rates aforesaid according to such rates as shall be fixed by the Engineer-in-charge. In the event of a dispute the decision of the Superintending engineer of the Circle shall be final.

Clause 13: It at any time after the commencement of the work the Nigam shall for any reason, whatsoever nor requires the whole work thereof as specified in the tender to be carried out the Engineer-in-charge shall give notice in writing of the fact to the contractor who shall have no claim to any payment or compensation, whatsoever on account of any profit or advantage, which he might have derived from the execution of the work in full that which he did not derive in consequence of the full amount of work not having been carried out, neither shall he have any claim compensation by reasons of any alterations having been made in the original specifications, drawings, designs and instructions which shall involve any curtailment of the works as originally contemplated.

Clause 14: If it shall appear to the Engineer-in-charge or his subordinate in-charge of the work, that any work has been executed with unsound, imperfect or unskillful workmanship, or with materials of any inferior description, or that any material or articles provided by him for the execution of the work are unsound, or of a quality 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 the work materials or articles complained of notwithstanding that the same may have been inadvertently passed, certified and paid for forthwith rectify or remove and reconstruct the work so specified in whole or in part, as the case may require, or as the case may be remove the materials or articles so specified and provide other proper and suitable materials or articles at his own proper charge and cost and in the event of his failing to do so within a period to be specified by the Engineer-in-charge in his demand aforesaid then the contractor shall be liable to pay the compensation at the rate of one percent on the amount of the estimate for everyday not exceeding ten days, while his failure to do so shall continue and in the case of any such failure

CONTRACTOR WITNESS 28

the Engineer-in-charge may rectify or remove and re-execute the work or remove and replace with other materials, or articles complained of as the case may be at the risk and expense with other in all respects of the contractor.

Clause 12: All work undertaken in course of execution or executed in pursuance of the contract shall at all times be open to the inspection and supervision of the Engineer-in-charge and his subordinates and the contractor shall at all times, during the usual working hours, and at all other times at which reasonable notice of the intention of the Engineer-in-charge or his subordinate to visit the works shall have been given to the contractor, either himself be present to receive orders and instructions or have a responsible agent duly accepted in writing present for that purpose. Orders given to the contractor’s agent shall be considered to have the same force as if they had been given to the contractor himself.

Clause 16: The contractor shall give not less than five days notice in writing to the Engineer-in-charge or his subordinate-in-charge of the work before covering in or otherwise placing beyond the reach of measurement any work in order that the same may be measured and correct dimensions thereof be taken before same is so covered up or placed beyond the reach of measurement and shall not cover up or place beyond the reach of measurement and work without the consent in writing of the Engineer-in-charge or his subordinate-in-charge of the work and in any work shall be covered up or placed beyond the reach of measurement such notice having been or consent obtained. The same shall be uncovered at the contractor’s expense or in default thereof on payment or allowance shall be made for such work of the materials with which the same was executed.

Clause 17: If the contractor or his work people, or servant shall break, deface, injure or destroy any part of a building, if they may be working on any building, road, fence, enclosure or grass land, cultivated ground contiguous to the premises on which the work or any part of it is being executed or if any damage shall happen to the work while in progress from any cause whatever or any imperfections become apparent in it within three months after a certificate original or other of its completion shall have been given by Engineer-in-charge as aforesaid, the contractor shall make the same good at his own expense or in default the Engineer-in-charge may cause the same to be made good by other workmen and deduct the expense (of which the certificate of the Engineer-in-charge shall be final) from any sums that maybe then or at any time thereafter may become due to the contractor or from his security deposit.

Clause 18: The contractor shall supply at his own cost all materials (except such special materials if any, in accordance with the contract be supplied from the Engineer-in-charge’s store, plants, tools, appliances, implements, ladder, cordage, tackle scaffolding and temporary works requisite of proper for the proper execution of the work whether original, altered or substituted and whether included in the specification or other documents forming part of the contract or referred to these conditions or not or which maybe necessary for the purpose of satisfying or complying with the requirements of the Engineer-in-charge so to any matter as to which under these conditions he is entitled to be satisfied, or which he is entitled to require together with carriage thereof to and from the work. The contractor shall also supply without charge the requisite number of persons with the means and materials necessary for the purpose of setting out works and weighing and assisting to the measurement or examination at any time and from time to time of the work or materials. Failing his so doing the same may be provided by the Engineer-in-charge at the expense of the contractor and the expenses may be deducted from any money due to the contractor under the contract or from his security deposit. The contractor shall also provide all necessary fencing and lights required to protect the public from accident and shall be bound to bear the expenses of defence of every suit, action or order proceedings of law that may be brought by any person or injury sustained during to neglect of the above precautions and to pay any damages and cost which maybe awarded through which may with the consent of the contractor, be paid to compromise any claim by any such person.

Clause 19: No female labourer shall be employed within the limits of the cantonment.

Clause 19 (a): No labour below the age of 12 years shall be employed on the work.

Clause 19 (b): The contractor shall pay his labourers not less than the wages paid for similar work in neighbourhood.

Clause 20: No work shall be done on Sunday without the sanction in writing of the Engineer-in-charge.

CONTRACTOR WITNESS 29

Clause 20(a): In every case in which, by virtue of the provision of section 12, sub-section (1) of the Workman’s Compensation Act,1923, Nigam is obliged to compensation to workman employed by the contractor, in execution of the works Nigam will recover from the contractor the amount of the compensation so paid and without prejudice to the rights of Nigam under section 12 sub-section (2) of the said act Nigam shall be at liberty to recover such amount or any part thereof by deducting it from the security deposit or any sum due by the Nigam to contractor whether under this contract or otherwise.

Nigam shall not be bound to contest any claim made against it under section 12, sub section (1) of the said act except on the written request of the contractor and upon his giving to the Nigam full security for all costs for which the Board might become liable in consequence of contesting claim.

Clause 21: The contractor shall assign or sublet prior the written approval of the Executive Engineer. And if the contractor shall assign or sublet his contract or attempt to do so or become insolvent or commence any insolvency proceedings or make any composition with his creditors or attempt to do so or if any bribe, gratuity, gift, loan, prerequisite, reward or advantage, pecuniary or otherwise; shall either directly or indirectly be given, promised or offered by the contractor or any of his servant or agents to any public officer, or person in the employment of the Nigam in any way relating to his office or employment or if any such officer shall become in any way directly or indirectly interested in the contract, the Executive Engineer may thereupon by notice in writing rescind the contract and the security deposit of the contractor shall thereupon stand forfeited and be absolutely at the disposal of the Nigam and the same consequence shall ensure as the contract had been rescinded under clause 3 hereof, and in addition the contractor shall not be entitled to recover or be paid for any work therefore actually performed under the contract.

Clause 22: All sums payable by way of compensation under any of these conditions shall be considered as reasonable compensation to be applied to the use of the Nigam without reference to the actual loss or damages sustained, and whether or not any damage shall have been sustained.

Clause 22 (a): Any excess payment made to the contractor inadvertently or otherwise under this contract on any account whatever and any other sum bound to be due to the Nigam by the contractor in respect of this contract or any other contract or work order or on any account whatever may be deducted from any sum whatever, payable by the Nigam to the contractor either in respect of this contract or any work order or contract or any other account by any other department of the Nigam

Clause 23: In case of a tender by partners, any change in the constitution of the firm shall be forthwith notified by the contractor to the Engineer-in-charge for his information.

Clause 24: All works to be executed under the contract shall be executed under the direction and subject to the approval in all respects of the Superintending Engineer of the circle for the time being, who shall be entitled to direct at what point or points and in what manner they are to be commenced and from time to time carried on.

Clause 25: No claims for payment of an extraordinary nature, such as claims for a bonus for extra labour employed in completing the work before the expiry of contractual period at the request of the Engineer-in-charge or claims for compensation where work has been temporarily brought to a stand-still through no fault of the contractor, shall be allowed unless and to the extent that the same shall have been expressly sanctioned by the Nigam under the signature of one of its secretaries.

Clause 25 (a): If any question, dispute, difference or objection whatsoever arises in any way connected with or assigning out of this instrument or meaning or operation of any part thereof or the rights, duties or the liabilities of either partly, including the termination of contract by either party and correctness thereof, at any stage whatsoever, it shall be referred to arbitration of the M.D./ Chief Engineer of Nigam or his nominee not below the rank of the Superintending Engineer subject to the following conditions:

(i) That in the first instance, before referring the matter to arbitration, it shall be referred by the contractor for being settled by the Engineer-in-charge of the work at time of such reference in writing. The Engineer-in-charge shall convey his decision or that of the competent authority in written to the contractor within a period of 90 days from such a request in writing by the contractor. The decision given by the Engineer-in-charge of the competent authority shall be final and binding upon the contractor except where he moves the Engineer-in-charge in writing for reference or such a claim or dispute to arbitration within a period of 60 days of his receipt of

CONTRACTOR WITNESS 30

decision of the Engineer-in-charge of the competent authority in writing. In case the contractor fails to make such a written request within the stipulated period, the decision so conveyed to him by the Engineer-in-charge will be final and will not be subject matter of arbitration at all. In case the Engineer-in-charge fails to convey his decision or that of the competent authority in writing within a period of 90 days as referred to above, the contractor may make a request to the M.D within 60 days of the expiry of the said 90 days to refer the matter to arbitration and same shall be referred to arbitration in the manner provided hereinafter. The work under the contract shall not be stopped and shall continue during the arbitration proceedings.

(ii) That reference of dispute or differences referred to above for arbitration to an officer not below the rank of a Superintending Engineer, Nigam, shall be by designation. It will not be a valid objection to any such reference to the arbitration that the arbitrator so appointed is a servant of Nigam or he had to deal with the matters to which the contract relates or that the said arbitrator has expressed his views on all or any of the matter in dispute.

(iii) That in case the arbitrator appointed initially is transferred or dies, his successor in office shall be deemed to be an arbitrator as if he had been appointed initially by the M.D/Chief Engineer of the Nigam. In case the arbitrator is unable or unwilling to act as an arbitrator for any reason whatsoever, the M.D. shall be competent to appoint or nominate any other officer not below the rank of Superintending Engineer as the arbitrator and the arbitrator appointed shall be competent to proceed with the reference as if he had been appointed as the arbitrator initially.

(iv) That no person other than the one appointed by the M.D./ Chief Engineer shall act as arbitrator and for any reason, it is not possible to appoint such an arbitrator the matter shall not be referable to arbitration and the parties shall be at the liberty to avail of civil remedy.

(v) That arbitrator shall give reasoned and speaking award in case of total amount allowed to either party against the other in the award exceeds Rs.25,000/- , it shall be up to the arbitrator to give a reasoned award or not. The arbitrator shall give his award against each claim separately made by either party, whether originally or as a counter claim.

(vi) That the arbitrator shall or the claims and counter claims put forward by both the parties not withstanding that any particular party got the arbitrator appointed. This shall be subject to the provisions of this arbitration clause as a whole.

(vii) In case the party invoking the arbitration is the contractor, the reference for arbitration shall be maintainable only after the contractor furnishes to the satisfaction of Engineer-in-charge a cash security deposit @ 3% of the total amount claimed by him. The sum so deposited by the contractor shall on the termination of the arbitration proceedings, be adjusted against the cost of any amount awarded against the contractor. The remaining amount shall be refunded to the contractor within one month from the date of the award.

(viii) That the stamp fee due on the award shall be payable by the party discretion of the arbitrator and in the event of such party failing to pay the stamp fee, it shall be recoverable from any sum due to such party under this contact or any other contract.

(ix) The venue of the arbitration shall be such a place or places as may be fixed by the arbitrator from time to time at his sole discretion.

(x) Neither party shall be entitled to bring a claim for arbitration if no move in writing for that purpose to the M.D. / Chief Engineer has been made within 6 months:

(a) Of the date of completion of work as certified by the Engineer-in-charge or(b) Of the date of abandonment of the work or(c) Of its non commencement within 6 months from the date of abandonment or written

order by the Engineer-in-charge, or his representative to commence the work as applicable, or(d) Of the completion of work through any alternative agency or means after withdrawal

of work from the contractor a whole or in part and/ or its recession, or(e) Of receiving any intimation from the Engineer-in-charge that final payment due or

recovery from the contractor has been determined.Whichever of (a) or (c) above is the latest in the matter of time.If the matter is not referred to arbitration within the period prescribed above, all the rights

and claims of the parties against each, under the contract shall be deemed to have been forfeited or satisfied and barred by limitation.

(xi) That the pendency of arbitration proceeding shall not disentitle the Nigam or the Competent Authority to determine the contract and make alternative arrangements for completion of work. This shall be subject to the liabilities of the parties toward watch other under this contract.

CONTRACTOR WITNESS 31

(xii) The arbitrator shall be deemed to have entered the preference on the day fixed by the arbitrator for the appearance of the parties from the first time. The time for making and publishing the award by the arbitrator may be extended from time to time with the mutual written consent of the party.

(xiii) Subject to the stipulation made in this clause, the arbitration proceedings, shall be conducted in accordance with the provisions of the Arbitration Act, 1940.Note:Competent authority means Nigam whole time directors/ Engineer-in-charge according to financial implication involved and the competency under the delegation of powers. Engineer-in-charge means the Executive Engineer under whom the work is executed.

Clause 26: The contractor shall obtain from the stores of the Engineer-in-charge all stores and articles of European or American manufacture which maybe required for the work or any part thereof or making up articles required thereof or in connection therewith unless he has obtained permission in writing from the Engineer-in-charge to obtain such stores and articles else where. The value of such stores and articles as maybe supplied to the contractor by the Engineer-in-charge will be contract to the contractor in his account at the rate shown in the schedule attached to the contract, and if they are not entered in the schedule they will be debited at cost price which for the purpose of this contract, shall include the cost of carriage and all other expenses which shall have been incurred in obtaining delivery of the same at the stores aforesaid.

Clause 26(a): No alteration in the contract rates shall be admissible in consequence fluctuation in railway freight is on account of material which is required by a contractor in the manufacture of an article to be supplied under this contract e.g. fluctuation of railway freight on coal required for burning bricks will not be taken into consideration or for an article which forms part of a finished work, for purpose of this clause. Similarly, no alteration in rates will be allowed when a manufactured article is transported by rail from place A to B from part of a finished work.

Clause 27: When the estimate on which a tender is made includes lump sum in respect of parts of the contractor shall be entitled to payment in respect of the items of work involved or part of the work in question at the same rates as payable under this contract for such items, or if the work in question at the same rates as payable under this contract for such items, or if the work in question is not in the opinion of the Engineer-in-charge capable of measurement, the Engineer-in-charge may at his discretion pay the lump sum amount entered in the estimate and the certificate in writing of the Engineer-in-charge shall be final and conclusive against the contractor with regard to any sum or sums payable to him under the provision of this clause.

Clause 28: In the case of any class of work for which there is no such specification as is mentioned in rule 1, such work shall be carried out in accordance with the district specifications and in the event of there being no district specification, then in such case the work shall be carried out in all respects in accordance with the instructions and requirements of the in-charge.

Clause 29: The expression “work” or “works” where used in these conditions shall unless there be something either in the subject or context repugnant to such conditions be constructed and taken to mean the works by or by virtue of the contract contracted to be executed whether temporary or permanent and whether original, altered, substituted or additional.

Clause 30: The percentage referred to at page 3 of the tender will be calculated on the gross amount (value of finished work including cost of materials whether purchased from Government or direct) of (1) the items of works to which the rates in the tender apply and also (2) the terms of work for which rates exist in the schedule of rates of the district.

Clause 31: The terms and conditions of the agreement have been explained to me/us and I/we clearly understand them.

Clause 32: The schedule showing material to be issued by Nigam, Additional conditions, Haryana Public Works Department contractor’s labour regulations, fair wage clause and rule for the protection of Health & sanitary arrangements for works employed by Hr. P.W.D. or its contractors, shall be deemed to be part of this contract and any breach thereof shall be deemed to be a breach of this contract.

Special note:- In case material is issued by the department, necessary recovery thereof shall

be made from the contractor’s bill as per Haryana PWD specifications, HSR rates (with latest amendment) and or analysis of rates.

CONTRACTOR WITNESS 32

ADDITIONAL CONDITIONS

1. The tender shall be complete in all respects and should be written in an unambiguous language. The tender should also be in conformity with specifications. The clarification, addition/ alteration etc. given by the tenderer after the date and time of opening of the tender will not be entertained.

2. The rates quoted for each item should be indicated in figures as well as in words in such a way that interpolation is not possible. The tenderer shall initial all corrections/ insertions and sign all pages of his tender including specifications and drawings. Non- compliance of this condition may tender it liable to rejection.

3. The rates given herein for work complete in all respects inclusive of royalty, octroi, terminals, sales and other taxes including those payable in respect of the materials supplied by the UHBVN. Nigam to the contractor for the execution of the work covered by this contract, water charges cost of scaffolding, tools or other things used for the execution of the contract.

4. Tendered rates should be quoted keeping in view that the offer shall remain valid and open up to 90 calendar days from the date of opening of Price bid . No fluctuation in market rates from the date of opening of tender shall be considered valid and neither any claim on this account will be entertained

5. Any tenderer who imposes any condition after the opening of the tender may make his tender invalid and may also render himself liable for the forfeiture of earnest money.

6. The Nigam reserve the right to delete any items from the contract as well as from the comparative statement while comparing the estimate as well as with other tenders for which the department feels that the rates have been tendered on the higher side.

7. On acceptance of the tender, the name of the authorised representative (s) of the tenderers who would be responsible for taking instructions from the Engineer-in-charge and making compliance shall be communicated in writing with his signatures duly attested by the tenderers.

8. The tenderer whose tender is accepted will be required to affix non judicial stamp on

face of agreement form or attach non judicial stamp valuing Rs. 100/ as required under the Indian

Stamp Act.

9. The date of start of work will be considered after the layout at site or 15 days after the issue of detailed work order whichever is earlier

10. In the event of non supply of materials in time, contractor shall plan the employment of labour accordingly for which no claim will be considered and decision of the Executive Engineer in this regard will be final and legally binding, if any dispute arises.

11. In case the work is delayed due to non-availability of any controlled commodity, the contractor may only be entitled to extension of time and any claim for delay will be rejected.

12. No claim on account of fluctuation of price due to war or any cause shall be entertained. No claim for any labour having been rendered idle on account of stoppage of work or any other reason shall be entertained subject to the provision of general clause 25.

13. The contractor shall be responsible for making his own arrangement for properties of Licenses for materials including cement, iron and steel.

14. The contractor shall be responsible for any loss/ damage to the materials after they are issued from the departmental stores and directly charged to work.

CONTRACTOR WITNESS 33

15. 5 % security will be deducted from all the bills. 75% security will be refunded after three months of completion of work and finally accepted by Engineer-in-Charge and balance 25% will be released after one year of completion of work.

16. Extra items if any which are not include in the contract, will be paid at the rates contained in Haryana schedule of rates 1988 plus/ minus the tendered premium/ abatement where the rates for non agreement items does no exist in the said schedule of rates, the rates shall be determined by analysis and the Executive Engineer (Engineer-in-charge) will sanction the rates provided the total amount of all such items under one contract is within his competency to accord technical sanction. When the total amount of all such items under one contract exceeds his financial limit he shall refer the matter to the Superintending engineer who will sanction the rates if total amount of all such items including those already sanctioned by the Executive Engineer is within his power to accord technical sanction, otherwise the matter will be referred to the Chief Engineer who has full powers to sanction such rates.

17. The water tightness of the tank is major responsibility of contractor. In case there is any leakage the same will have to be set right by the contractor at his cost. Nothing extra will be allowed. Final payment will only be allowed after successful working of the work.

18. No pits should be dug or taking earth in any land (whether or not) situated within a radius of one hundred yards from the building site and also beyond that without the prior approval of the Engineer-in-charge. In case of non compliance with the provision, the contractor shall be liable to pay such compensation as may be fixed by the Engineer-in-charge and the UHBVN shall without prejudice to rights and remedies be entitled to deduct the amount so fixed from the amount due to the contractor from the UHBVN under this or any other contract or any account whatsoever.

19. All wood work or aluminium work viz. doors, windows and other joinery works. C.S.W.S, etc. to be used for the work shall be put by the contractor for inspection and approval of the Engineer-in-charge or his representative before putting in position, any of these items used without the prior inspection and approval of the Engineer-in-charge, shall be liable for rejection and their use shall be disallowed. No claim for dismantlement or removal of such rejected materials shall be entertained.

20. The contractor shall have to abide by the rules and regulations of the fair wage clause and P.W.D contractor labour regulations, etc. rigidly.

21. The contractor shall be responsible for the housing, sanitation and medical treatment of the labourers employed by him and shall carry out in these respects all rules framed on the subject

22. The amount and the quantity of work can be increased/ decreased to the extant of plus minus 25% according to requirement of the Nigam and no claim whatsoever on this account will be entertained. However, individual item may vary upto any extant.

23. The Nigam reserves option to take away any items of work or part thereof at any time during the currency of the contract and reallot it to another agency with due notice to the contractor without liability/ compensation.

24. The work shall be carried out strictly as per Tender Specifications/ Haryana P.W.D Specification latest edition including correction slip issued from time to time. The other provisions of the tender notice, specifications of the estimate and instructions of the Engineer-in-charge shall also be applicable and binding on the contractor. In case of dispute on any point, the decision of the Engineer-in-charge (Executive Engineer) shall be final and legally binding on the contractor.

25. All work executed shall be paid for according to measurement taken by and under the order of the officer-in-charge of the work and according to the quantity given in any estimate.

26. (1) the contractor shall be responsible for loss/ damages to any materials issued to him by the department from any cause whatsoever.( In case the material such as cement, steel or any other commodity issued to the contractor by the Engineer-in-charge for use directly on the aforesaid work or in the manufacture of material required in connection therewith is not utilized for

CONTRACTOR WITNESS 34

the purpose for which it is issued and is otherwise disposed off by him or spoiled, or lost or allowed to get deteriorated or used in excess of the quantity actually required to be used as per specification herein stipulated of those fixed by the Engineer-in-charge, the cost of such quantity of that materials shall, without prejudice to other rights and remedies available to Govt. be recoverable from the contractor at double the rate at which in it is agreed to b supplied to the contractor.)

27. Income tax/ sales tax/ service tax and other levies and duties will be deducted from the bill of the contractor as applicable according to section 194-C, of the Income Tax 1961 and instructions from time to time

88. It is presumed that contractor has made himself thoroughly conversant with the drawing specification and site conditions before tendering for the work and no claim whatsoever shall be entertained on this account.

29. Unless there is something repugnant in the subject or contrary appears from the context or except to the extent that they are modified by the above conditions, the general rules and directions for guidance of contractors as well as conditions of contract on the printed form F-1 for work shall apply.

30. All the material brought at site of work by the contractor for bonafide use in the work shall be in accordance with the Tender specifications. Engineer-in-charge will get the material tested as per PWD specifications and/ or as per relevant IS specifications. The sampling of the material will be done as per relevant PWD/ IS specifications. The cost of testing will be borne by contractor.

31. If any contractor fails to commence the work or does not complete the work and work has to be put to retendering, the deptt. shall without pre-judice to any other right or remedy, be at liberty to forfeit the deposit amount of earnest money/security deposit and shall retain each payment/ earnest money/security deposit / Bank guarantee amount due to the contractor and from any of the work under execution in the division to make good the amount of risk and cost involved, he shall stand debarred from issue of tender by the Nigam, will render himself liable for black listing.

32. The earnest money will be forfeited in case where it is discovered at any stage before and even during the currency of work, if allotted to the contractor, that he has made misleading or false statements in order to get the work allotted. This would be in addition to and without prejudice to the right of the department to take any other legal action against the contractor.

33. In addition to penalties for breach of contract, a contractor will render himself liable for black listing. In case where the agency who purchased the bid documents but does not submit his bid without any valid and sufficient reason.

CONTRACTOR WITNESS 35

FAIR WAGES CLAUSE (REFERRED IN CLAUSE-32)

a) The contractor shall pay not less than fair wages to labour engaged by him on the work explanation. Fair wage whether for time or piece work modified at the time of inviting tenders for the work and where such wages have not been notified, the wages prescribed by the Chief Engineer, Building and Roads Branch, Chandigarh for the district in which the work is done.

b) The contractor shall not withstanding the provisions of any agreement to the contrary, caused to be paid fair wages to labourers, indirectly engaged by him on the work including any labour engaged by his sub-contractors in connection with the said work, as if the labourer had been directly employed by him.

c) In respect of all labour directly or indirectly employed on the works for the performances of the contractor’s part of this agreement the contractor shall comply with or cause to be complied with the Haryana PWD. Contractor’s labour’s regulations made by government from time to time in regard to payment of wage period deductions from wages recovery of wages not paid and deductions unauthorisedly made maintenance of wage book, wage slip, application of wages and other terms of employment inspection and submission of periodical returns and all other matters of alike nature.

d) The Executive Engineer or the Sub-Divisional Engineer concerned shall have the right to deduct from the moneys due to the contractor, any sum required or estimated to be required for making good the loss suffered by a worker or workers by reason of non-fulfilment of the conditions of the contract for the benefit of the workers. Non payment of wages which are not justified by the item of contract or for non observance of the regulations referred to in clause (‘c’).

e) Vis-à-vis the Haryana Government, the contractor, shall be primarily liable for all payments to be made under and for the observance of the regulation aforesaid without prejudice to his right to claim indemnity from his sub-contractors.

f) The regulations aforesaid shall be deemed to be a part of this contract and any breach thereof shall be deemed to be a breach of this contract.

It will be the responsibility of the contractor to ensure that tree in the composite and the facility, their fruits, etc. are not damaged by his labour or Agent. Cost of such damage if any will be assessed at the discretion of the in charge and deducted from the bill of contractor.Amount of work can be increased or decreased according to the requirement of the department and claim on this account will be entertained.The contractor shall be responsible to provide at his own cost the following amenities for the labourers employed by him.1) Suitable temporary hut accommodation as in the opinion of the Engineer-in-charge may be necessary.2) Trenches, latrines, bathing enclosures and platform separately for men and women and their cleanliness to the satisfaction of medical officer in-charge.

In the event of his failure to provide any of these amenities the same shall be provided by the Govt. and cost recovered from the contractor. Any dispute regarding the above points shall be settled by the officer in charge whose decision will be binding.Should the tender without modifying of the tender opening of the tender, his earnest money shall stand forfeited to the Nigam.In case the contractor is not registered with the Excise and Taxation Department as a dealer, necessary recovery on account of sales tax in respect of materials issued to him of the department, be made from the dues by the Engineer in charge.The contractor will be required to submit to Labour Welfare Officer/ Executive Engineer, on the tenth of every month a return on the prescribed form for the payment to wages under the fair wage clause. The failure of the contractor to do so will be considered as breach of the contract and will be dealt with as such.

CONTRACTOR WITNESS 36

CONTRACTOR’S LABOUR REGULATION (REFERRED TO IN CLAUSE-3)

SHORT TITLE: The regulation may be called Punjab Public Works Department Contractor’s Labour Regulations.

DEFINITIONIn these regulations, unless otherwise expressed, or indicated the following words and expressions shall have the meaning hereby assigned to them respectively, that is to say:

(i) “Labour” means workers employed by a public works department contractor directly or indirectly through a sub-contractor or other persons or by an agent on his behalf

(ii) Fair wages means, whether for item or piece work, notified at the time of inviting tenders for the work and where such wages have not been notified the wages prescribed by the Public Works Department for the district in which the work is done.

(iii) Contractor shall include every person whether a sub-contractor or headman or agent employing labour on the work, taken on contract.

(iv) “Wages” shall have the same meaning as defined in the payment of wages act,1963 and includes time and piece rate wages.

(v) Display of notice regarding wages to:The contractor shall before he commences his work on contract, display and correctly maintain and continue to display and correctly maintain in a clean and legible condition in conspicuous places on the work notice in English and in the local language spoken by the majority of the workers, give the fair wages notified or prescribed by the P.W.D and hours of workers for which wages are earned.

PAYMENT OF WAGES:

1. Wages due to every worker shall be paid to him direct.2. No wages shall be paid in current coins or currency or in both.

FIXATION OF WAGE PERIODS:

1. The contractor shall fix the wage periods in respect of which the wages shall be payable.2. Wage period shall not exceed one month.3. Wages of every workman employed on the contract shall be paid before the expiry of

seven days after the last day of the wages period in respect of which the wages are payable.

4. When the employment of any worker is terminated by or on behalf of the contractor, the wages earned by him shall be paid before the expiry of the day succeeding the one on which his employment is terminated.

5. All payment of wages shall be made on a working day.6. Wages register and wages slip, etc.

1. The contractor shall maintain a wage register of each worker in such a form as may be convenient but the same shall include the following particulars:-

a) Rate of daily or monthly wagesb) Nature of work for which employedc) Total amount of day work during each wage period.d) Total amount payable for the work during each wage periode) All deductions made from the wages with an indication in each case of the

ground for which the deduction is made.

2. The contractor shall also maintain a wage slip for each worker employed to work.3. The authority competent to accept may grant exemption from the maintenance of wage book and wage slips to a contractor who in his opinion may not directly or indirectly employ more than 81 persons on work

7. Fine and deductions which may be made from wages:1. The wages of worker shall be paid to him without any deduction of any kind except

the following:a) Fines

CONTRACTOR WITNESS 37

b) Deductions for absence from duty i.e. from the place where by the terms of his employment is required to work The amount of deduction shall be in proportion to the period for which he was absent.c) Deduction for damage to or loss of goods, expressly, entrusted to the employed person or custody, or for loss of money for which he is required to account, where such damage or loss is directly attributable to his neglect or default.d) Any other deductions, which the P.W.D may from time to time allow.

2. No fine shall be imposed on a worker and no deduction for damage or loss shall be made from his wages until the worker has been given an opportunity of showing cause against such fines or deductions.

3. The total amount of fines which may be imposed to any wages period on a worker shall not exceed an amount equal to half an anna in a rupee of the wage payable to him in respect to period.

4. No fine imposed on any worker shall be recovered from him by instalments, or after the expiry of 60 days from the date in which it was imposed.

8. Register of fines etc:1. The contractor shall maintain a register of fine and of all deductions for damage or

loss. Such a register shall maintain the reason for which fine was imposed or deduction for damage or loss was made.

2. The contractor shall maintain both in English and local Indian language, clearly defining the acts and commissions for which penalty or fine can be imposed. He shall display such list and maintain it in a clean legible condition in conspicuous place on a work.

9. Preservation of registersThe wage book, the wage slips and the Register of fines, deductions required to be maintained under these regulations shall be preserved for 12 months after the date of last entry made in them.

10. Power of Labour Welfare Officer to make Investigation EnquiryThe labour welfare officer or any person authorised by the Haryana government on their behalf

shall have powers to make enquiries with a view to ascertaining and enforcing due and proper

observance of the fair wage clause and provisions of these regulations. He shall be investigating

into any complaint regarding the default made by the contractor or the sub-contractor in regard to

such provision.

11. Report of Labour Welfare OfficerThe labour welfare officer or any other person authority aforesaid shall submit a report of the result of his investigation or enquiry to the Executive Engineer concerned, indicating the extent if any to which the default has been committed and the amount of fine recoverable in respect of the acts of the omission or the labour with a note that necessary deduction from the contractor will be made and the wages and other dues be paid to the labour.

12. Appeal against the decision of Labour Welfare OfficerAny person aggrieved by the decision and recommendation of the Labour Welfare Officer or other person so authorised may appeal against such decision to the Regional Labour Commissioner but subject to such appeal, the decision of the Officer shall be final and binding upon the contractor.

13. Inspection of registers & cardsThe contractor shall allow inspection of the registers and cards to any of his workers or his agent at a convenient time and place after due notice is served or to the Labour Welfare Officer or any other person authorised by the Haryana Government on his behalf.

14. Submission of returnsThe contractor shall submit periodical returns as may be specified from time to time.

12. AmendmentsThe Haryana Government may from time to time add or amend these regulations on any question as to time, application, interpretation or effect of these regulations. The decisions of the Labour Commissioner of Haryana Government or any other person authorized by the Haryana Government in that behalf shall be final.

CONTRACTOR WITNESS 38

SPECIAL CONDITIONS OF THE CONTRACT

1. The work shall be carried out as per Haryana P.W.D. Specifications Latest edition (up to date corrected) unless otherwise specified in the tender documents.

2. The bidders shall visit the site of work and get him acquainted with the surrounding before quoting the tender.

3. The contractor shall make his own arrangements for obtaining electric connection and make necessary payments directly to the department concerned.

4. Any error or omission in nomenclature, rate or unit in the scheduled item shall be deemed to be corrected according to HSR-1988 – second edition as amended to date.

5. In the tender document wherever the word Haryana State electricity Board inadvertently appears, the same shall be substituted with Uttar Haryana Bijli Vitran Nigam Ltd. (UHBVN).

6. The quantities in the NIT are tentative and can increase or decrease. Individual item can vary to any extent even any item(s) of work can be deleted/ withdrawn as a whole. The new items not covered in the schedule of quantities can vary to any extent. No claim on this account whatsoever shall be entertained. The contractor must be prepared to start the execution of work at site on the dates as per program and shall complete the execution of work at site on the dates as per program and shall complete the execution of all works contemplated under the scope of this contract, including variation up to 25% of work with proportionate increase/ decrease in periods indicated in the same schedule. The quoted rates shall remain firm during the contract period including extended period if any.

7. The contractor should submit the tentative program of working within 10 days of award of work. The contractor would have to work as per program approved by the department.

8. The contractor shall establish permanent BENCH MARK at his own cost, under the guidance of the department. Under no circumstances shall the contractor remove or disturb any permanent marks without the written permission of the Engineer-in-charge. The contractor shall carefully maintain and protect all benchmarks and reference points and shall layout all his work by accurate reference thereto.

9. The drawings enclosed with the tender document are for the purpose of tender only. Works are to be carried out as per approved construction drawings only when shall be supplied from time to time to the contractor during the course of work.

10. The contractor shall immediately on the receipt of letter of indent, construct his storage area and cement shed, sufficient to store enough to meet with the requirement and also construct temporary office for the use of department at no extra cost to Nigam.

11. On completion of work contractor shall remove all temporary structures, debris from site and give clearly levelled possession of the area to the Nigam.

12. No payments shall be made to the contractor for any damage/ loss caused due to rains, floods, fire or any natural cause during the execution of work. The damage, if any, to the work shall be made good by the contractor at his cost and no claim on this account shall be entertained.

13. No mobilisation advance shall be given to the contractor.

14. Each and every page of the tender shall bear the signature and seal of the contractor.

15. For maintaining regular control over quality of material and workmanship the contractor shall provide free of cost facilities for carrying out tests at site of work. In case testing facilities are not available at site, the materials shall be got tested from the reputed test laboratory duly approved by the Engineer-in-charge at the contractor’s cost.

CONTRACTOR WITNESS 39

16. The date of start of work will be considered after the layout at site or 15 days after the issue of detailed work order whichever is earlier

17. Recovery of any tax excess/ liabilities as per prevailing rules/ laws shall be made from the dues of the contractor without any notice.

18. These special conditions shall prevail upon the corresponding provisions mentioned in any other section of this contract.

19. Proper coordination is to be maintained by the contractor with the contractors of other works being executed simultaneously at the site of the work.

20. The contractor will submit PERT Chart within a week of allotment of work before the start of work and should be got approved from the Engineer – in – charge.

21. Dues of electricity if not paid to the department the same shall be deducted from the bills of the agency.

CONTRACTOR WITNESS 40

(SECTION – 4)

SPECIAL CONDITIONS

FOR THE

CIVIL WORKS

CONTRACTOR WITNESS 41

SECTION - 4

SPECIAL CONDITIONS FOR THE CIVIL WORKS

1 GENERAL

1.1 All items mentioned in the contract schedule of rate (CSR) shall be carried out strictly in accordance with the Haryana P.W.D. specification book 1990 edition, with upto date correction slips(unless otherwise specified). If the specifications for any item are not available in the Haryana P.W.D. specification 1990 edition, the relevant I.S.I. specifications shall be followed. In case any specifications are not available, the decision of the Executive Engineer (Civil), UHBVN, Panchkula given in writing shall be final.

1.2 The rates given against each item of the schedule are for complete work including cost of all materials, labour, tools and plants and water etc. unless otherwise specified.

1.3 All clauses and notes given in the Haryana P.W.D. schedule of rates 1988 2nd edition with upto-date correction slips shall be applicable to all items mentioned in the HSR. (Unless otherwise specified)

1.4 Chapter numbers with items referred are as per Haryana P.W.D. schedule of rates, 1988 edition with upto-date corrected slips.

1.5 No claim will be entertained from the contractor in case of any mistake in description, rate or unit occurs in any of the item in the contract schedule of rates, or on account of typing. If there will be any mistake the same shall be rectifiable at any stage as per Haryana P.W.D. schedule of rates, 1988 with amendments received from time to time. The mistake if any shall be rectified even after opening of tenders and during execution of the contract agreement, which shall be binding to the contractor.

1.6 The contractor shall be required to make dewatering arrangements to make the area dry for construction work. No separate payment shall be paid to the contractor for dewatering.

1.7 Bearing capacity tests shall be got done it its const by the agency wherever required.

1.8 Approximate quantities are given in the contract schedule of rates. Actual quantities of completed and accepted work shall only be paid.

1.9 Any other items of work not provided in the contract schedule of rates but required to be executed will be paid at the Haryana P.W.D. schedule of rates 1988 with ceiling premium exhibited in the D.N.I.T. for various chapters where the items exists in the schedule of rates, 1988 subject to premium or discount tendered by the contractor. In case of Non-schedule items, this will be governed by clause-12 of the tender documents.

1.10 The list of ceiling premium on various items contained in the various chapters of the Haryana P.W.D. schedule of rates, 1988 is attached with the D.N.I.T. and shall form the part and parcel of the contract schedule of rates. The same ceiling premium will be allowed on the various items contained in the contract schedule of rates. On all items which do not fall within the Haryana P.W.D. schedule of rates, 1988 i.e. approved items the ceiling premium shall be zero.

1.11 Not withstanding the sub-division of the documents into these separate sections and volumes every part of each shall be deemed to be supplementary to and complementary of every other part and shall be read with and into the Contract so far as it may be practicable to do so.

CONTRACTOR WITNESS 42

1.12 The contractor shall provide such recesses, holes, opening etc. as directed by the Engineer-in-charge, as required for the electricals / sanitary / Fire fighting and other services work and nothing shall be payable on this account.

1.13 No pit shall be dug by the contractor near the site of the work for taking out earth for use on the work. In case of default, the pit so dug will be filled in by the department at the cost of the contractor plus 14% departmental charges.

1.14 Any trees, branches, bushes, crops, which may be required to be cut during the execution of the work, shall be handed over to the Department.

1.15 The water to be used for the work will be got tested by the contractor at his own cost from the approved laboratory with regard to its suitability for use in the work and nothing extra shall be paid on this account.

1.16 Nothing extra shall be paid on account of any damage due to rain, flood or any other act of God.

1.17 Material collected in excess shall not be paid for and if the same is not removed from the site of work within one month from the date of final measurement, the same shall become the property of the UHBVN.

1.18 No claim on account of fluctuation in prices due to war or any other cause will be entertained.

1.19 The firm shall deploy key tool ,plant, equipment and machinery at site of work as per annexure -I and technical staff as per annexure - II of the bid document

1.20 UHBVN reserve the option to take away any items of the work or part thereof at any time during the currency of the contract and re-allot it to another agency with due notice to the contractor without liability or compensation.

1.21 The contractor shall have to make arrangement crèche for nourishment of children where 10 or more women worker shall be engaged by him on work, the children shall be under the supervision of one women worker who shall provide them with milk and toys to play in a tent provided at site.

1.22 The contractor will not have any claim in case of delay by the department of removal of trees or shifting, raising removing of telegraph, telephone or electric lines (over head or under-ground) and other structure if any which comes in the way of the work.

1.23 Unless otherwise provided in the contract documents, material such as rubble, gravels, sand, Murrum, Kankar, earth soil etc. obtained from excavation and material obtained by dismantling of existing structure shall remain the property of the Govt./UHBVN. If deemed fit, the Executive Engineer-in Charge may with the approval of competent authority permit the use of such materials on the work in substitution of materials which the contractor would have otherwise provided, subject to the condition that a suitable deduction shall be made in the rate of the items in which such materials are used.

1.24 If due to any circumstances the site of work is shifted to another nearby site in the same town, the agency will have to execute the work on the same rates. Items & condition of allotment letter. No claim on account of change of site shall be entertained.

1.25 The rates included in the contract schedule of rates cover the cost of filling the water retaining structures; testing for water tightness to the full satisfaction of the Engineer-in-Charge.

CONTRACTOR WITNESS 43

1.26 The contractor shall plan transportation of construction materials components and equipments over public roads in accordance with traffic regulations as applicable at the time and without causing any obstruction to other traffic or causing accident. No claim whatsoever will be entertained on this account.

1.27 The contractor shall take all safety precautions pertaining to construction of works such as excavation, trenching blasting demolition provisions of scaffolds ladder working platforms, gangways, mixing asphalted materials, electric arc and gas welding, use of hoisting and construction machinery shall be governed by relevant provisions of HSR/ CPWD safety code and as directed by the Engineer-in-Charge and nothing extra shall be payable on this account.

1.28 The contractor shall make his own arrangements for water supply and electric power necessary required for the work and shall make necessary payments directly to the W/S & Electricity Department concerned and nothing extra shall be payable on this account only recommendatory letters shall be issued by the department if requested by the contractor, but shall be in no way be responsible for delay in getting required connections and no claim will be entertained in this regard. Dues shall be recovered by the department in case not paid by the agency from its bills.

1.29 A number of other agencies will also simultaneously execute the works like electrification, horticulture or external services and other building works etc. for the same project along with this work in particular. The contractor shall work in close co-ordination and shall provide necessary facilities for the same. No claim whatsoever in the matter shall be entertained.

1.30 Some restrictions may be imposed by the security staff etc. on the working and/or movement of laborers, materials etc. the contractor shall be bound to follow all such restrictions/instructions and nothing extra shall be payable on this account.

1.31 The Contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards day and night, speed limit boards, red flags, red lights and providing barriers. He shall be responsible for any damages and accidents caused to existing new work due to negligence on his part. No hindrance shall be caused to traffic/running of institution during the execution of the work.

1.32 The Contractor shall be responsible for the watch and ward of the building, safety of all fittings and fixtures including sanitary and water supply fittings and fixtures against pilferage and breakage during the period of installation and thereafter till the building is physically handed over to UHBVN.

1.33 The Contractor shall submit programme PERT / BAR CHARTS for successful completion of contract within 20 days from the date of award of work, in case he fails to do so Engineer-in-Charge will prepare such programme which shall be binding on him.

1.34 If the Contractor might be required to work in two or more shifts (including night work) and no claim whatsoever shall be entertained on this account notwithstanding the fact that the contractor will have to pay the labourers and other staff engaged directly or indirectly on the work according to the provisions of the labour regulations and the agreement entered upon and / or extra amounts for any other reasons.

1.35 All centering / shuttering and scaffolding materials such as shuttering plates, horizontal runners, vertical supports and bracing etc. shall be of steel.

1.36 The contractor shall provide at his own cost separate latrine, bathing enclosures and platform for use of the men and women labour and keep them clean to the satisfaction of the Engineer-in-charge. He should also arrange at his own expense for clean drinking water, housing, medical facilities necessary for the

CONTRACTOR WITNESS 44

welfare of the labour employed at his work. In case of his failure the same shall be provided by the UHBVN at contractor’s cost. Any dispute regarding this will be settled by the Engineer-in-charge whose decision will be final and binding. Contractor will also follow the fair wage clause attached.

2. EXECUTION OF WORK

2.1 The Contractor shall cooperate and coordinate with all trades and other agencies

working on the site. He shall make provision for hangers, sleeves, structural

openings and other requirements well in advance to prevent hold up of progress

of the construction schedule.

2.2 The work shall be executed strictly as per the time scheduled agreed upon

(within the stipulated time period of the contract) and activity wise pert / bar chart

shall be prepared & submitted for detailed monitoring.

2.3 In case the work of any item of work contains defects of a nature which do not

endanger the structural stability of the work, it may be accepted (subject to the

decision of the Chief Engineer) and the payment thereof shall be made to the

contractor at reduced rates. The decision of the Chief Engineer in this regard

shall be final and binding.

2.4 The contractor or his identified sub contractor should possess required valid

licenses for executing the electrification, fire fighting, water supply, sanitary /

sewerage works.

2.5 Mixer would be used for mixing of mortar in terms of provision of PWD

specification and nothing extra will be payable on this account.

2.6 The Contractor shall engage specialized agency for executing the following items

of work which has adequate technical capability and equipments and has the

experience of having executed at least two similar items of work of similar

magnitude:

(a) Water Proofing Treatment

(b) Factory made Door and window shutters

(c) Internal Electrical work.

CONTRACTOR WITNESS 45

(d) Plumbing / Sanitary work.

2.7 The specialized agency for the work shall be got approved from the Engineer-in-charge before commencement of the actual item of work. The Contractor shall submit the list of specialized agencies proposed to be engaged by him along with the information of their technical capability and list of similar works executed by the specialized agency in the past.

3. DRAWINGS

3.1 Contract drawings are diagrammatic but shall be followed as actual site conditions permit. Any deviations made shall be in conformity with the architectural and other services drawings.

3.2 Architectural drawings shall take precedence over Contract or other services drawings as to all dimensions.

3.3 Contractor shall verify all dimensions at site and bring to the notice of the Engineer-in-charge any or all discrepancy or deviations noticed. The decision of the Engineer-in-charge shall be final.

3.4 Large size details and manufacturer's dimensions for materials to be incorporated shall take precedence over small-scale drawings.

3.5 All drawings issued by the Engineer-in-charge for the work are the property of the Engineer-in-charge and shall not be lent, reproduced or used on any other works than intended, without the written permission of Engineer-in-charge.

REFERENCE DRAWINGS

3.6 The Contractor shall maintain one set of all drawings issued to him as reference drawings.

3.7 All corrections, deviations and changes made on the site shall be shown on these reference drawings for final incorporation in the completion drawings.

COMPLETION DRAWINGS

3.8 Completion drawings for water supply, sanitary work and external services: All the completion of the work and before issuance of certificate of virtual completion the contractor shall submit to the Engineer-in-charge three sets of layout drawings draw in at approved scale indicating the following:

a) Site plan showing final position of building block and internal electrical and public health services as actually executed showing distances, invert and formation levels of the lines etc.

b) All floor plans showing layout of pipes, sanitary wares, valves etc.

4. MATERIALS

4.1 The Contractor shall make his own arrangement for supply of materials including cement & steel. The contractor shall be responsible for all transportation and storage of the material at site and shall bear all the related cost. The Engineer-in-Charge shall be entitled at any time to inspect or examine all such materials. The contractor shall provide reasonable assistance for such inspection or examination as may be required.

4.2 All materials used on this work shall be new and conforming to the specifications.

4.3 Materials shall conform to the latest standards/ specifications as amended up to date and carry certification mark.

4.4 All materials brought on the project shall be got approved by contractor from the Engineer-in-charge before use.

CONTRACTOR WITNESS 46

4.5 Contractor may be required to purchase such materials of particular make or from a particular source if in the opinion of the Engineer-in-charge, the same is necessary and required for the proper and reasonable compliance of the specifications and in the interest of better quality of work.

4.6 The Engineer-in-Charge reserve the discretion to order the use of Tor or TMT or Mild steel as per structural requirement.

4.7 The Engineer-in-Charge reserves the discretion to get any type of material used as per new techniques / innovations from the contractor for any work done under this contract. However, the rates for such material/work shall be paid as per provision of the contract agreement.

4.8 Paint conforms to relevant IS specification and of make indicated in the contract, will be arranged by the contractor irrespective of note appended in HSR 1988 Special quality paint will be used with the approval of the Engineer-in-charge.

4.9 The cement paint primer, ready mixed paint, bitumen and distemper etc. shall be brought in the original sealed containers of the approved manufacturers by the contractors at the site of the work. The material brought to the site at one time shall be sufficient for the use in work for at least 12 days work. The empty containers shall not be removed from the site till the concerned item is completed fully and Engineer-in-charge give permission for its removal.

4.10 All material brought by the contractor to the site of work shall be open to suitable test by the Engineer-in-Charge and in accordance with the approved make. The contractor shall afford all such facilities and also bear the charges as the Engineer-in-Charge may require for collecting, forwarding and testing all such samples and shall hold the material represented by the sample until tests have been made the material found as per standard. The contractor will supply the material required for the test samples without any charges. No material, until it is approved by the Engineer-in-charge, will be used on the work.

4.11 Contractor shall be allowed to use only approved brand/make of various materials/fittings as per enclosed approved material list.

4.12 Any cement slurry added over base surface or for the continuation of concreting for better bond is considered to have been included in the item (unless otherwise explicitly stated) and nothing extra shall be payable or extra cement considered in consumption on this account.

4.13 The contractor if required on the instructions of the Engineer-in-charge will have to submit the proper record for procurement and use of materials and documentary proof in token of having purchased the steel etc. in the shape of bill & delivery challan along with test report.

4.14 The consignment of steel procured by the contractor can be further got tested from approved laboratory. The cost of same shall be born by the contractor.

4.15 Selection of marble and granite stone for the building will be done by a committee as constituted by Engineer-in-charge

4.16 Steel, bricks, tiles and other materials required for the work will be arranged by the contractor himself and the department will not consider / entertain any request / condition on this account.

4.17 STEEL

Steel will be procured by the contractor and following conditions must be fulfilled while arranging the steel.

CONTRACTOR WITNESS 47

i). The steel shall be purchased from those firms which are authorized manufacturer of steel as mentioned in the list of the approved makes ie. SAIL, TATA & RINL.

ii). The contractors / firms can be asked to give a documentary proof showing the details of manufacturer. The appropriate sample of the consignment of steel procured by the contractor/firms shall be got tested from any approved laboratory. The cost of the test shall be borne by the contractor.

iii). The contractor/firm will submit a documentary proof showing the test report of the manufacturer of the lot purchased by him.

iv). Steel bar-shall be confirming to IS: 1786-1985 and mild steel shall be confirming to IS: 432 (Part-I) 1966 with latest amendments.

v). Wherever structurally required the contractor will use TMT steel.

vi). Binding wire shall be used in double loop for binding the steel.

SITE LABORATORY The contractor shall install the laboratory at sites of work having following machinery equipments for day to day tests.i) Machine for testing of compressive strength of cement, concrete cubes.ii) Slump test apparatus.iii) Weighing machines of 2 kg/10kg capacity.iv) Oven v) I.S. sievesvi) Cube frames of size 120mm vii) F.M. Testing Machine.vi) Equipment for any other routine test as directed by Engineer-in-charge.

5 STORAGE OF MATERIALS

5.1 All materials shall be stored in a proper manner protected from natural elements so as to avoid contamination and deterioration.

5.2 Contractor's stores shall be open to inspection by the Engineer in-charge at all reasonable hours.

5.3 Location of stores and storage yards shall be approved by the Engineer in-charge prior to construction and occupation.

5.4 Contractor shall take adequate protection of the stores maintained by him at his own expense

6 INSPECTION AND TESTING OF MATERIALS

6.1 Contractor shall if required produce manufacturer's test certificates for the materials supplied by him. The test carried out shall be as per the relevant Indian Standards.

6.2 For examination and testing of materials and works at the site Contractor shall provide all testing and gauging equipment necessary for this purpose. All such equipment shall be tested for calibration at any approved laboratory, if required by the Engineer-in-charge.

6.3 The Contractor shall carry out the various tests as enumerated in the technical specifications of this tender document and the technical documents that will be furnished to him during the performance of the work at his own cost.

CONTRACTOR WITNESS 48

6.4 All the tests either on the field or outside concerning the execution of the work and supply of materials by the Contractor shall be carried out by the Contractor at his own cost.

6.5 The Contractor shall provide for the purpose of inspection access ladders, lighting and necessary instruments at his own cost.

6.6 All results of inspection and tests will be recorded in the inspection reports, proforma of which will be approved by the Engineer-in-charge. These reports shall form part of the completion documents.

6.7 The contractor shall at his own cost, change/replace all materials and equipment found defective and carry out the whole work again test to meet the requirements of specifications.

6.8 Contractor shall also perform all such tests as may be necessary and required by the local authorities to meet the municipal or other bye laws in force at his own cost.

7. SUPERVISION OF WORKS

7.1 The work shall be open for inspection at all times by the Engineer in- charge. The Contractor shall carry out all instructions given during inspection and shall ensure that the work is being carried out according to the technical specifications of this tender and technical documents furnished to him during the performance of work.

7.2 No concreting shall be carried out by the Contractor until the Engineer-in-Charge or his representative has inspected the form work and reinforcement and certified in writing that concreting may proceed. Any Concrete poured without such prior written approval shall be cut out and removed by the Contractor at his own cost.

7.3 In case samples have been drawn by the state vigilance bureau or by any other authority but the report and test result of samples have not been received, the payment of running bills; final bill & security will be released after the contractor furnished on undertaking in shape of indemnity bound on the following lines:-

“I ____________ son of Shri _________________ resident of _____________ do hereby undertake to bear the recoveries if any, levied by UHBVN on account of any adverse results for the samples taken by the State Vigilance Department or any other authority from the work of _____________. I further undertake that I will reconstruct the structure if declared unsafe due to result of the samples. I also undertake that in case of any item of work contains defect of nature which do not endanger the structural stability of the work, it may be accepted and the payment thereof shall be made to us at the reduced rates decided by the Engineer-in-charge which will be final and binding on us. I have no objection if all the recoveries are made from any other contract executed with UHBVN as well as with other Organization.”

8 METRIC CONVERSION

8.1 All dimensions and sizes of materials and equipment given in the tender documents are conventional metric sizes.

8.2 Any weights or sizes given in the tender having changed due to metric conversion, the nearest equivalent sizes accepted by Indian Standards shall be acceptable without any additional cost. Decision of the Engineer in- charge shall be final and binding on the Contractor.

9 REFERENCE POINTS

9.1 Contractor shall provide permanent bench marks, flag tops and other reference points for the proper execution of work and the same shall be preserved till the end of the work.

CONTRACTOR WITNESS 49

9.2 All such reference points shall be in relation to the levels and locations given by the Engineer-in-charge.

10. SITE ORDER BOOK

10.1 The Contractor shall maintain a site order book at the site office.

10.2 All instructions relating to the job shall be recorded by the Engineer in-charge with Contractor's compliance.

10.3 Contractor is bound to carry out all such instructions given to him.

11 SITE CLEARANCE & CLEAN UP

11.1 The Contractor shall, from time to time, clear away all debris and excess materials accumulated at the site.

11.2 After all the fixtures, equipment, panels, appliances etc. have been installed and commissioned, Contractor shall cleanup the same and remove all plaster and paint stains, stickers, other foreign matter and discoloration leaving system in a fit and ready to use condition.

11.3 The preparation of new approach road entrance or repair of the existing approach road and its maintenance during the execution of the work including its restoration shall all be carried out by the contractor and nothing extra shall be payable on this account.

11.4 Site shall mean the land(s) or other places on in into or through which the work is to be executed under the contract OR any adjacent land, path, OR street, through which the work is to be executed under the contract or any adjacent land path or street which may be allotted or used for the purpose of carrying out the contract.

11.5 The contractor shall get the layout for installation of plant / machinery, labour huts, stores, site office, workshop etc. approved from Engineer-in-Charge in advance. Nothing extra shall be payable on this account.

11.6 Clearance of sites at the commencement and completion of work shall be done by the Contractors at his own cost. It includes clearance of site, jungle, bushes, undulations trees drains, culverts, temporary structures including any underground features etc. before start of work and dismantling of underground or of other structures, features constructed by the Contractor for execution of works, after completion of work including disposal of malba.

12 LICENCES AND PERMITS

12.1 Contractor shall keep constant liaison with the local municipal authority and all other statutory authorities (like Power Department) whose approvals and permissions are required before, during course of execution and after execution of the work.

12.2 It shall be the Contractor's responsibility to obtain the approvals and permissions of work done by him to enable the Engineer-in-charge to apply for occupation certification. Contractor shall comply with all requirements of the appropriate authorities, submit documents, test reports and conduct such tests as may be required by the concerned authority to its full satisfaction. The contractor shall require to co-ordinate with the concerned authorities and pay for any and all fees and permits required for the installation and subsequent use of this work at his own cost.

13 VARIATION CLAUSE

The scope of work can be increased or decreased upto 25% of the estimated cost depending upon the site conditions and requirement of Deptt.

CONTRACTOR WITNESS 50

14 COMPLETION CERTIFICATE

On completion of work as per Clause – 6 (Section – 4) a certificate shall be furnished by the contractor, countersigned by the licensed supervisor, under whose direct supervision the installation was carried out. This certificate shall be in the prescribed form as required by the local authority. The contractor shall be responsible for getting the entire installation duly approved by the authorities concerned and shall bear all expenses in connection with the same.

12 QUALITY CONTROL AND MONITORING

The Contractor shall guarantee that the materials and workmanship are the best of their respective kinds for the service intended and that all items of work will be free from all inherent defects in workmanship and materials. He shall also guarantee that during the works will not fail in any respect due to quality of materials, workmanship and methods of construction. The specifications assume a proper degree of skill on the part of contractor and workmen Employed.

16 DEFECT LIABILITY PERIOD

a) The defect liability period will be one year starts from the date of completion of the work.

b) The contractor shall do the routine maintenance of building to the required standards in the manners as per Haryana PWD specifications latest edition, DNIT, agreement conditions and keep the whole building in defect free condition during defect liability period as defined above.

c) The routine maintenance standards shall meet with the following minimum requirements to the entire satisfaction of Engineer-in-charge:-

i) Plaster work and flooring work to be repaired soon after these appear or brought to his notice either during contractor’s monthly inspection or by the Engineer-in-charge or otherwise. Repair shall be carried out in a manner which does not affect the aesthetics.

ii) Defective joinery such as door, window, cup board shutters, chowkhat, wire gauge, glass panes, fitting, fixtures etc. to be rectified / replaced immediately after the defects appear.

iii) Any structural damage / fault / defect to be rectified as soon as the same appears.

iv) All rain water pipes, sun-shades and the like components to be inspected every fortnightly and cleaned as and when required.

v) Leakage of water of any kind in the building to be rectified immediately on priority.

vi) All electrical / public health installations including wiring, pipelines etc. made in the building to be repaired / rectified / replaced as soon as any defect has appeared / notice.

vii) The contractor shall make good all the items / works damaged during the repair being done by him and bring the same in original form.

viii) Any other maintenance operation required to keep the building use worthy at all the time during the maintenance period.

ix) The contractor shall maintain a register in the building for daily recording the defects, damages, shortcomings noticed by user and address the problem within three days else he will approach the Engineer-in-charge for extension of this time.

d) To fulfil the objectives laid down in sub clauses of 12 above, the contractor shall undertake detailed inspection of the building at least once in a month. The

CONTRACTOR WITNESS 51

Engineer-in-charge can reduce this frequency in case of emergency. The contractor shall forward to the Engineer-in-charge the record of inspection and rectification every month. The contractor shall pay particular attention on the maintenance of building during rains and rainy season.

e) The Engineer-in-charge may issue notice to the contractor to carry out maintenance of defects, if any for brought to his notice. The contractor shall remove the defects within the period specified in the notice and submit to the Engineer-in-charge a compliance report. Absence of notice, will not absolve the contractor from his responsibility.

f) In case the contractor fails to make good the defects, the Engineer-in-charge may employ and other person to make good such defects and all expenses consequent and incidental there to shall be borne by the contractor.

g) The contractor shall not be considered as completed until a maintenance certificate has been signed by the Engineer-in-charge and delivered to the contractor stating that the works have been completed and maintained to his satisfaction. The maintenance certificate shall be given by the Engineer-in-charge.

17 PERFORMANCE GUARANTEE

The Contractor shall guarantee the performance of equipment / machinery / materials system during the defect liability period as specified above.

18 ACCESSIBILITY

The Contractor shall verify the sufficiency of the size of shafts and openings of clearance in cavity walls and suspended ceilings for the proper installation of his cabling. His failure to communicate insufficiency of any of the above shall constitute his acceptance of sufficiency of the same. The contractor shall locate all equipment which must be serviced, operated or maintained in fully accessible positions. The exact location and size of all access panels required for each concealed equipment or other devices requiring service shall be finalised and communicated in sufficient time, to be installed in the normal course of work; failing which, the Contractor shall make all the necessary repair and changes at his own expense.

EXECUTIVE ENGINEER

SIGNATURE OF THE TENDERER

SPECIAL CONDITIONS / NOTES TO THE CONTRACTOR ON GREEN BUILDINGS

To secure these ratings, a high degree of responsibility and cooperation is necessary from the contractors employed.

CONTRACTOR WITNESS 52

The following write-up provides the general concept of green, green building rating and the expectations from each one of those involved in this project:

1.00 GENERAL NOTE ON GREEN BUILDING PRACTICES

All materials and systems used in the project are intended to maximize energy efficiency for operation of Project throughout service life (substantial completion to ultimate disposition – reuse, recycling, or demolition) with an emphasis on top quality. Materials and systems are to maximize environmentally-benign construction techniques, including construction waste recycle, reusable delivery packaging, and reusability of selected materials. All vendors / contractors must adhere to best practices related to Green Buildings. Other than the general guidelines outlined here, all vendors/contractors will be furbished with a supplementary set of guidelines more specific to their nature of service/product.

1.01 GREEN BUILDING PRACTICES:

Ensure healthy indoor air quality in final Project.

Maximize use of products with low embodied energy (harvesting, mining, manufacturing, transport, installation, use, operations, recycling and disposal). Exceptions might include materials that result in net energy conservation during their useful life in building and building’s life cycle.

1. Where possible, select materials harvested and manufactured regionally, within a 800-km radius of the project site.

2. Maximize use of durable products.

3. Maximize use of products easy to maintain, repair, and that can be cleaned using non-toxic substances.

4. Maximize recycled content in materials, products, and systems.

5. Maximize use of reusable and recyclable packaging.

6. Where possible and feasible, provide for non-destructive removal and re-use of materials after their service life in this building.

7. Re-use existing building materials to extent feasible within design concept expressed in Contract Documents. Provide materials that utilize recycled content to maximum degree possible without being detrimental to product performance or indoor air quality.

Use construction practices such as material waste reduction and dimensional planning that maximize efficient use of resources and materials.

Provide or contribute to O&M Manuals wherever applicable.

Be conversant with the Site Waste Management Program Manual and actively contribute to its compilation. Assist the author of the Manual by estimating the nature and volume of waste generated by the process/installation in question.

Minimize pollution: Select materials that generate least amount of pollution during mining, manufacturing, transport, installation, use, and disposal.

1. Avoid materials that emit greenhouse gases2. Avoid materials that require energy intensive extraction, manufacturing,

processing, transport, installation, maintenance, or removal.3. Avoid materials that contain ozone-depleting chemicals (e.g. CFCs or HCFCs).4. Avoid materials that emit potentially harmful volatile organic chemicals (VOCs).5. Employ construction practices that minimize dust production and combustible by-

products.

CONTRACTOR WITNESS 53

6. Avoid materials that can leach harmful chemicals into ground water; do not allow potentially harmful chemicals to enter sewers or storm drains.

7. Protect soil against erosion by wind or storm-water and topsoil depletion.8. Minimize noise generation during construction; screen mechanical equipment to

block noise.9. Select materials that can be reused or recycled and materials with significant

percentage of recycled content; conform with or exceed specified Project recycled content percentages for individual materials; avoid materials difficult to recycle.

10. Protect natural habitats; restore natural habitats where feasible within scope of Project.

CONTRACTOR WITNESS 54

2.00 CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES

The contractor shall strictly adhere to the following conditions as part of his contractual obligations:

2.01 SITE

2.01.01 The contractor shall ensure that adequate measures are taken for the prevention of erosion of the top soil during the construction phase. The contractor shall implement the Erosion and Sedimentation Control Plan (ESCP) provided to him by the Project Manager as part of the larger Construction Management Plan (CMP). The contractor shall obtain the Erosion and Sedimentation Control Plan (ESCP) Guidelines from the Landscape Architect and then prepare “working plan” for the following month’s activities as a CAD drawing showing the construction management, staging & ESCP. At no time soil should be allowed to erode away from the site and sediments should be trapped where necessary.

2.01.02 The contractor shall ensure that all the top soil excavated during construction works is neatly stacked and is not mixed with other excavated earth. The contractors shall take the clearance of the architects / landscape consultant before any excavation. Top soil should be stripped to a depth of 20 cm (centimeters) from the areas to be disturbed, for example proposed area for buildings, roads, paved areas, external services and area required for construction activities etc. It shall be stockpiled to a maximum height of 40 cm in designated areas, covered or stabilised with temporary seeding for erosion prevention and shall be reapplied to site during plantation of the proposed vegetation. Top soil shall be separated from subsoil, debris and stones larger than 50 mm (millimeter) diameter. The stored top soil may be used as finished grade for planting areas.

2.01.03 The contractor shall carry out the recommendations of the soil test report for improving the soil under the guidance of the landscape consultant who would also advise on the timing of application of fertilizers and warn about excessive nutrient levels.

2.01.04 The contactor shall carry out post-construction placement of topsoil or other suitable plant material over disturbed lands to provide suitable soil medium for vegetative growth. Prior to spreading the topsoil, the sub-grade shall be loosened to a depth of 50mm to permit bonding. Topsoil shall be spread uniformly at a minimum compacted depth of 50mm on grade 1:3 or steeper slopes, a minimum depth of 100mm on shallower slopes. A depth of 300mm is preferred on relatively flatter land.

2.01.05 The Contractor should follow the construction plan as proposed by the architect / landscape consultant to minimize the site disturbance such as soil pollution due to spilling. Use staging and spill prevention and control plan to restrict the spilling of the contaminating material on site. Protect top soil from erosion by collection storage and reapplication of top soil, constructing sediment basin, contour trenching, mulching etc.

2.01.06 No excavated earth shall be removed from the campus unless suggested otherwise by architects/ landscape consultant/ green building consultant. All subsoil shall be reused in backfilling/landscape, etc as per the instructions of the architects/ landscape consultant/ green building consultant.

2.01.07 The contractor shall not change the natural gradient of the ground unless specifically instructed by the architects / landscape consultant. This shall cover all natural features like water bodies, drainage gullies, slopes, mounds, depressions, rocky outcrops, etc. Existing drainage patterns through or into any preservation area shall not be modified unless specifically directed by the Landscape Architect / Architect/ Engineer-in-charge.

CONTRACTOR WITNESS 55

2.01.08 The contractor shall not carry out any work which results in the blockage of natural drainage.

2.01.09 The contractor shall ensure that existing grades of soil shall be maintained around existing vegetation and lowering or raising the levels around the vegetation is not allowed unless specifically directed by the landscape architect/architect/engineer-in-charge

2.01.10 Contractor shall reduce pollution and land development impacts from automobiles use during construction.

2.01.11 Overloading of trucks is unlawful and creates and erosion and sedimentation problems, especially when loose materials like stone dust, excavated earth, sand etc. are moved. Proper covering must take place. No overloading shall be permitted.

2.02 CONSTRUCTION PHASE AND WORKER FACILITIES

2.02.01 The contractor shall specify and limit construction activity in pre-planned/designated areas and shall start construction work after securing the approval for the same from the Project Manager. This shall include areas of construction, storage of materials, and material and personnel movement.

2.02.02 Preserve and Protect Landscape during Construction

2.02.02a The contractor shall ensure that no trees, existing or otherwise, shall be harmed and damage to roots should be prevented during trenching, placing backfill, driving or parking heavy equipment, dumping of trash, oil, paint, and other materials detrimental to plant health. These activities should be restricted to the areas outside of the canopy of the tree, or, from a safe distance from the tree/plant by means of barricading. Trees will not be used for support; their trunks shall not be damaged by cutting and carving or by nailing posters, advertisements or other material. Lighting of fires or carrying out heat or gas emitting construction activity within the ground, covered by canopy of the tree is not to be permitted.

2.02.02b The contractor shall take steps to protect trees or saplings identified for preservation within the construction site using tree guards of approved specification.

2.02.02c The contractor shall conserve existing natural areas and restore damaged areas to provide habitat and promote biodiversity. Contractor should limit all construction activity within the specified area as per the Construction Management Plan (CMP) proposed by the architect / Landscape consultant. All the existing trees should be preserved, if not possible than compensate the loss by re-planting trees in the proportion of 1:3.

2.02.02d The contractor shall avoid cut and fill in the root zones, through delineating and fencing the drip line (the spread limit of a canopy projected on the ground) of all the trees or group of trees. Separate the zones of movement of heavy equipment, parking, or excessive foot traffic from the fenced plant protection zones.

2.02.02d The contractor shall ensure that maintenance activities shall be performed as needed to ensure that the vegetation remains healthy. The preserved vegetated area shall be inspected by the Landscape Architect / Architect / Engineer-in-charge at regular intervals so that they remain undisturbed. The date of inspection, type of maintenance or restorative action followed shall be recorded in the logbook.

2.02.03 Contractor shall be required to develop and implement a waste management plan, quantifying material diversion goals. He shall establish goals for diversion from disposal in landfills and incinerators and adopt a construction waste management plan to achieve these goals. A project-vide policy of “Nothing leaves the Site” should be followed. In such

CONTRACTOR WITNESS 56

a case when strictly followed, care would automatically be taken in ordering and timing of materials such that excess doesn’t become “waste”. The Contractor’s ingenuity is especially called towards meeting this prerequisite/ credit (IGBC LEED India, New Construction v1.0 & GRIHA). Consider recycling cardboard, metal, brick, acoustical tile, concrete, plastic, clean wood, glass, gypsum wallboard, carpet and insulation. Designate a specific area(s) on the construction site for segregated or commingled collection of recyclable material, and track recycling efforts throughout the construction process. Identify construction haulers and recyclers to handle the designated materials. Note that diversion may include donation of materials to charitable organizations and salvage of materials on-site.

2.02.04 Contractor shall collect all construction waste generated on site. Segregate these wastes based on their utility and examine means of sending such waste to manufacturing units which use them as raw material or other site which require it for specific purpose. Typical construction debris could be broken bricks, steel bars, broken tiles, spilled concrete and mortar etc.

2.02.05 The contractor shall provide clean drinking water for all workers

2.02.06 The contractor shall provide the minimum level of sanitation and safety facilities for the workers at site. The contractor shall ensure cleanliness of workplace with regard to the disposal of waste and effluent; provide clean drinking water and latrines and urinals as per applicable standard. Adequate toilet facilities shall be provided for the workman within easy access of their place of work. The total no. to be provided shall not be less than 1 per 30 employs in any one shift. Toilet facilities shall be provided from the start of building operations, connection to a sewer shall be made as soon as practicable. Every toilet shall be so constructed that the occupant is sheltered from view and protected from the weather and falling objects. Toilet facilities shall be maintained in a sanitary condition. A sufficient quantity of disinfectant shall be provided. Natural or artificial illumination shall be provided.

2.02.07 The contractor shall ensure that air pollution due to dust/generators is kept to a minimum, preventing any adverse effects on the workers and other people in and around the site. The contractor shall ensure proper screening, covering stockpiles, covering brick and loads of dusty materials, wheel-washing facility, gravel pit, and water spraying. Contractor shall ensure the following activities to prevent air pollution during construction:

- Clear vegetation only from areas where work will start right away- Vegetate / mulch areas where vehicles do not ply. - Apply gravel / landscaping rock to the areas where mulching / paving is

impractical- Identify roads on-site that would be used for vehicular traffic. Upgrade

vehicular roads (if these are unpaved) by increasing the surface strength by improving particle size, shape and mineral types that make up the surface & base. Add surface gravel to reduce source of dust emission. Limit amount of fine particles (smaller than 0.075mm) to 10 – 20%

- Water spray, through a simple hose for small projects, to keep dust under control. Fine mists should be used to control fine particulate. However, this should be done with care so as not to waste water. Heavy watering can also create mud, which when tracked onto paved public roadways, must be promptly removed. Also, there must be an adequate supply of clean water nearby to ensure that spray nozzles don’t get plugged. Water spraying can be done on:a. Any dusty materials before transferring, loading and unloadingb. Area where demolition work is being carried outc. Any un-paved main haul roadd. Areas where excavation or earth moving activities are to be

carried out

CONTRACTOR WITNESS 57

- The contractor shall ensure that the speed of vehicles within the site is limited to 10 km/hr.

- All material storages should be adequately covered and contained so that they are not exposed to situations where winds on site could lead to dust / particulate emissions.

- Spills of dirt or dusty materials will be cleaned up promptly so the spilled material does not become a source of fugitive dust and also to prevent of seepage of pollutant laden water into the ground aquifers. When cleaning up the spill, ensure that the clean-up process does not generate additional dust. Similarly, spilled concrete slurries or liquid wastes should be contained / cleaned up immediately before they can infiltrate into the soil / ground or runoff in nearby areas

- Provide hoardings of not less than 3m high along the site boundary, next to a road or other public area

- Provide dust screens, sheeting or netting to scaffold along the perimeter of the building

- Cover stockpiles of dusty material with impervious sheeting

- Cover dusty load on vehicles by impervious sheeting before they leave the site

2.02.08 Contractor shall be required to provide an easily accessible area that serves the entire building and is dedicated to the separation, collection and storage of materials for recycling including (at a minimum) paper, corrugated cardboard, glass, plastics, and metals. He shall coordinate the size and functionality of the recycling areas with the anticipated collections services for glass, plastic, office paper, newspaper, cardboard, and organic wastes to maximize the effectiveness of the dedicated areas. Consider employing cardboard balers, aluminium can crushers, recycling chutes, and collection bins at individual workstations to further enhance the recycling program

2.02.09 The contractor shall ensure that no construction leach ate (Ex: cement slurry), is allowed to percolate into the ground. Adequate precautions are to be taken to safeguard against this including, reduction of wasteful curing processes, collection, basic filtering and reuse. The contractor shall follow requisite measures for collecting drainage water run-off from construction areas and material storage sites and diverting water flow away from such polluted areas. Temporary drainage channels, perimeter dike/swale, etc. shall be constructed to carry the pollutant-laden water directly to the treatment device or facility (municipal sewer line).

2.02.10 Staging (dividing a construction area into two or more areas to minimize the area of soil that will be exposed at any given time) should be done to separate undisturbed land from land disturbed by construction activity and material storage.

2.02.11 The contractor shall comply with the safety procedures, norms and guidelines (as applicable) as outlined in the document Part 7 _Constructional practices and safety, 2005, National Building code of India, Bureau of Indian Standards. A copy of all pertinent regulations and notices concerning accidents, injury and first-aid shall be prominently exhibited at the work site. Depending upon the scope & nature of work, a person qualified in first-aid shall be available at work site to render and direct first-aid to causalities. A telephone may be provided to first-aid assistant with telephone numbers of the hospitals displayed. Complete reports of all accidents and action taken thereon shall be forwarded to the competent authorities.

CONTRACTOR WITNESS 58

2.02.12 The contractor shall ensure the following activities for construction workers safety, among other measures:

- Guarding all parts of dangerous machinery.- Precautionary signs for working on machinery- Maintaining hoists and lifts, lifting machines, chains, ropes, and

other lifting tackles in good condition. - Durable and reusable formwork systems to replace timber

formwork and ensure that formwork where used is properly maintained.

- Ensuring that walking surfaces or boards at height are of sound construction and are provided with safety rails or belts.

- Provide protective equipment; helmets etc.- Provide measures to prevent fires. Fire extinguishers and buckets

of sand to be provided in the fire-prone area and elsewhere.- Provide sufficient and suitable light for working during night time.

2.02.13 Adopt additional best practices, prescribed norms as in Doc No. CED 46(6086), July 2003: Draft National Building Code of India: Part 7 Constructional practices and safety, issued by Bureau of Indian Standards

2.02.14 The storage of material shall be as per standard good practices as specified in Part 7, Section 2 – Storage, Stacking and Handling practices, NBC 2005 and shall be to the satisfaction of the Project Manager to ensure minimum wastage and to prevent any misuse, damage, inconvenience or accident. Watch and ward of the Contractor’s materials shall be his own responsibility. There should be a proper planning of the layout for stacking and storage of different materials, components and equipment’s with proper access and proper maneuverability of the vehicles carrying the materials. While planning the layout, the requirements of various materials, components and equipment’s at different stages of construction shall be considered. The Owner shall not take any responsibility on any account.

2.02.15 The contractor shall provide for adequate number of garbage bins around the construction site and the workers facilities and will be responsible for the proper utilization of these bins for any solid waste generated during the construction. The contractor shall ensure that the site and the workers facilities are kept litter free. Separate bins should be provided for plastic, glass, metal, biological and paper waste and labelled in both Hindi and English.

2.02.16 The contractor shall prepare and submit ‘Spill prevention and control plans’ before the start of construction, clearly stating measures to stop the source of the spill, to contain the spill, to dispose the contaminated material and hazardous wastes, and stating designation of personnel trained to prevent and control spills. Hazardous wastes include pesticides, paints, cleaners, and petroleum products.

2.02.17 Contractor shall collect the relevant material certificates for materials for structural use like TMT steel and RMC mix with fly-ash etc.(see appendix)

2.02.18 Contractor shall collect the relevant material certificates for rapidly renewable materials such as bamboo, wool, cotton insulation, agrifiber, linoleum, wheat board, strawboard and cork.

2.02.09 Contractor shall adopt an IAQ (Indoor Air Quality) management plan to protect the HVAC system during construction, control pollutant sources, and interrupt

CONTRACTOR WITNESS 59

pathways for contamination. He shall sequence installation of materials to avoid contamination of absorptive materials such as insulation, carpeting, ceiling tile, and gypsum wallboard. He shall also protect stored on-site or installed absorptive materials from moisture damage.

2.02.19 The contractor shall ensure that a flush out of all internal spaces is conducted prior to handover. This shall comprise an opening of all doors and windows for 14 days to vent out any toxic fumes due to paints, varnishes, polishes, etc.

2.02.20 Contractor shall make efforts to reduce the quantity of indoor air contaminants that are odorous or potentially irritating harmful to the comfort and well-being of installer and building occupants. Contractor shall ensure that the VOC (Volatile Organic Compounds) content of paints, coatings and primers used must not exceed the VOC content limits mentioned below:Paints Non-flat - 150 g/L Flat (Mat) - 50 g/L Anti corrosive/ anti rust - 250 g/L Coatings Clear wood finishes Varnish - 350 g/L Lacquer - 550 g/L Floor coatings - 100 g/L Stains - 250 g/L Sealers Waterproofing sealer - 250 g/L Sanding sealer - 275 g/L Other sealers - 200 g/L

The VOC (Volatile Organic Compounds) content of adhesives and sealants used must be less than VOC content limits mentioned:

Architectural Applications VOC Limit (g/l less water)

Indoor Carpet adhesives - 50

Carpet Pad Adhesives - 50

Wood Flooring Adhesive - 100

Rubber Floor Adhesives - 60

Sub Floor Adhesives - 50

Ceramic Tile Adhesives - 65

VCT and Asphalt Tile adhesives - 50

Dry Wall and Panel Adhesives - 50

Structural Glazing Adhesives - 100

Multipurpose Construction Adhesives - 70Substrate Specific Application VOC Limit (g/l less water) Metal to Metal - 30

Plastic Foams - 50

CONTRACTOR WITNESS 60

Porous material (except wood) - 50

Wood - 30

Fiber Glass – 80

2.02.21 Wherever required, Contractor shall meet and carry out documentation of all activities on site, supplementation of information, and submittals in accordance with GRIHA program standards and guidelines. Towards meeting the aforementioned building environmental rating standard(s) expert assistance shall be provided to him up on request.

2.02.22 Water Use during Construction

Contractor should spray curing water on concrete structure and shall not allow free flow of water. After liberal curing on the first day, all the concrete structures should be painted with curing chemical to save water. Concrete structures should be kept covered with thick cloth/gunny bags and water should be sprayed on them. Contractor shall do water ponding on all sunken slabs using cement and sand mortar.

2.02.23 The Contractor shall remove from site all rubbish and debris generated by the Works and keep Works clean and tidy throughout the Contract Period. All the serviceable and non-serviceable (malba) material shall be segregated and stored separately. The malba obtained during construction shall be collected in well-formed heaps at properly selected places, keeping in a view safe condition for workmen in the area. Materials which are likely to cause dust nuisance or undue environmental pollution in any other way, shall be removed from the site at the earliest and till then they shall be suitable covered. Glass & steel should be dumped or buried separately to prevent injury. The work of removal of debris should be carried out during day. In case of poor visibility artificial light may be provided.

2.02.24 MATERIALS & FIXTURES FOR THE PROJECT

2.02.25 The contractor shall endeavor to source most of the materials for construction at this project from a distance of 800 km radius from the project site. Contractor shall collect the relevant material certificates to prove the same

a) Any material that is to be sourced from outside the prescribed radius shall be done after securing the necessary approval from the architects and the Project Manager.

b) All cement used at site for reinforced concrete, precast members, PCC, mortar, plaster, building blocks, etc shall be PPC (Portland Pozzolana Cement). The PPC must meet the requirements of IS 1489: 1991. (Minimum 30% replacement of cement with fly ash in PPC (Portland Pozzolona Cement) by weight of the cement used in the overall RC for meeting the equivalent strength requirements).

c) As a measure to reduce wastage and water consumption during construction, the contractor shall source or set up the infrastructure for a small scale ready mix concrete. All concreting works at site shall utilise only ready mix concrete and not a site mix.

d) The contractor has to comply as per MoEF issued notification 8.0.763(E) dated 14th Sept.1999 containing directive for greater fly ash utilization, where it stipulates that ii. Every construction agency engaged in the construction of buildings within a radius of 50 km radius of a Thermal Power Plant, have to use of 100% fly ash based bricks/blocks in their construction. Any brick/block containing more than 25% fly ash is designated as fly ash brick/block. As per GRIHA credits, bricks / blocks should contain more than 40% fly ash.

CONTRACTOR WITNESS 61

e) The contractor shall ensure that quarry dust is used in place of sand in an all concreting works unless specifically instructed otherwise by the architects.

f) Timber and aluminium use should be minimised in the project. If used, timber shall constitute of reclaimed timber and aluminium shall constitute recycled content. The source of such reclaimed timber shall be approved by the Architects and the Project Manager.

g) The contractor shall ensure that nontoxic anti-termite and other pest control is strictly used.

h) The contractor shall ensure that all paints, polishes, adhesives and sealants used both internally and externally, on any surface, shall be Low VOC products. The contractor shall get prior approval from the Architects and the Project Manager before the application of any such material.

i) No recycled steel shall be used. The approved make of SAIL / TATA/ RINL steel will be used.

j) All plumbing and sanitary fixtures installed shall be as per the prescription of the Architects and shall adhere to the minimum LPM and LPF mentioned.

k) The contractor shall employ 100% zero ODP (ozone depletion potential) insulation; HCFC (hydro-chlorofluorocarbon)/ and CFC (chlorofluorocarbon) free HVAC and refrigeration equipment’s and / halon-free fire suppression and fire extinguishing systems.

l) The contractor shall ensure that all composite wood products/agro-fibre products used for cabinet work, etc do not contain any added urea formaldehyde resin.

2.02.26 RESOURCES CONSUMED DURING CONSTRUCTION

a. The contractor shall ensure that the least amount of water and electricity is wasted during construction. The Project Manager can bring to the attention any such wastage and the contractor will have to ensure that such bad practices are corrected.

b. The contractor shall install necessary meters and measuring devices to record the consumption of water, electricity and diesel on a monthly basis for the entire tenure of the project.

c. The contractor shall ensure that all run-off water from the site, during construction is collected and reused to the maximum.

d. The contractor shall use treated recycled water of appropriate quality standards for construction, if available.

e. No lights shall be turned on during the period between 6:00 AM to 6:00 PM, without the permission of the Project Manager.

f. The contractor is encouraged to use bio-diesel in place of petroleum diesel for the running of generators during construction.

CONTRACTOR WITNESS 62

2.02.27 CONSTRUCTION WASTE

a) Contractor shall ensure that wastage of construction material is kept to a maximum of 3%.

b) All construction debris generated during construction shall be carefully segregated and stored in a demarcated waste yard. Clear, identifiable areas shall be provided for each waste type. Employ measures to segregate the waste on site into inert, chemical, or hazardous wastes.

c) All construction debris shall be used for road preparation, back filling, etc, as per the instructions of the Architects and the Project Manager, with necessary activities of sorting, crushing, etc.

d) No construction debris shall be taken away from the site, without the prior approval of the Project Manager.

e) The contractor shall recycle the unused chemical/hazardous wastes such as oil, paint, batteries, and asbestos.

f) If and when construction debris is taken out of the site, after prior permissions from the Project Manager, then the contractor shall ensure the safe disposal of all wastes and will only dispose of any such construction waste in approved dumping sites.

g) Inert waste to be disposed of by Municipal Corporation/ local bodies at landfill sites.

2.02.28 Documentation

a) The contractor shall, during the entire tenure of the construction phase, submit the following records to the Project Manager on a monthly basis:

i) Water consumption in litres

ii) Electricity consumption in ‘kwh’ units

iii) Diesel consumption in litres

iv) Quantum of waste generated at site and the segregated waste types divided into inert, chemical and hazardous wastes.

v) Digital photo documentation to demonstrate compliance of safety guidelines as specified here and in the Appendix on Safety Conditions.

b) The contractor shall, during the entire tenure of the construction phase, submit the following records to the Project Manager on a weekly basis:

i) Quantities of material brought into the site, including the material issued to the contractor by the client.

ii) Quantities of construction debris (if at all) taken out of the site

iii) Digital photographs of the works at site, the workers facilities, the waste and other material storage yards, pre-fabrication and block making works, etc as guided by the Project Manager

c) The contractor shall submit one document after construction of the buildings, a brief description along with photographic records to show that other areas have not been disrupted during construction. The document should also include brief explanation and photographic records to show erosion and sedimentation control measures adopted.

CONTRACTOR WITNESS 63

(Document CAD drawing showing site plan details of existing vegetation, existing buildings, existing slopes and site drainage pattern, staging and spill prevention measures, erosion and sedimentation control measures and measures adopted for top soil preservation during construction

d) The contractor shall submit to the Project Manager after construction of the buildings, a detailed as built quantification of the following:

iv) Total materials used,

v) Total top soil stacked and total reused

vi) Total earth excavated,

vii) Total waste generated,

viii)Total waste reused,

ix) Total water used,

x) Total electricity, and

xi) Total diesel consumed.

e) The contractor shall submit to the Project Manager, before the start of construction, a site plan along with a narrative to demarcate areas on site from which top soil has to be gathered, designate area where it will be stored, measures adopted for top soil preservation and indicate areas where it will be reapplied after construction is complete.

f) The contractor shall submit to the Project Manager, a detailed narrative (not more than 250 words) on provision for safe drinking water and sanitation facility for construction workers and site personnel.

g) Provide supporting document from the manufacturer of the cement specifying the fly-ash content in PPC used in reinforced concrete.

h) Provide supporting document from the manufacturer of the pre-cast building blocks specifying the fly ash content of the blocks used in an infill wall system.

i) The contractor shall, at the end of construction of the buildings, submit to the Project Manager, submit following information, for all material brought to site for construction purposes, including manufacturer’s certifications, verifying information, and test data, where Specifications sections require data relating to environmental issues including but not limited to:

i) Source of products: Supplier details and location of the supplier.

ii) Project Recyclability: Submit information to assist Owner and Contractor in recycling materials involved in shipping, handling, and delivery, and for temporary materials necessary for installation of products.

iii) Recycled Content: Submit information regarding product post industrial recycled and post consumer recycled content. Use the “Recycled Content Certification Form”, to be provided by the Commissioning Authority appointed for the Project.

iv) Product Recyclability: Submit information regarding product and product’s component’s recyclability including potential sources accepting recyclable materials.

v) Provide certification for all wood products provided by a Forest Stewardship Council (FSC - or equivalent organization) accredited certifier.

vi) Provide final certification of well-managed forest of origin to provide final documentation of certified sustainably harvested status: Acceptable wood “certified sustainably harvested” certifications shall include:

CONTRACTOR WITNESS 64

a) Wood suppliers’ certificate issued by one of the Forest Stewardship Council-accredited certifying agencies;

b) Suppliers’ invoice detailing the quantities of certified wood products for project;

c) Letter from one of a certifying agency corroborating that the products on the wood supplier’s invoice originate from certified well-managed forests.

vii) Clean tech: Provide pollution clearance certificates from all manufacturers of materials

viii) Indoor Air quality and Environmental Issues: Submit emission test data, sourced from the manufacturers, produced by acceptable testing laboratory listed in Quality Assurance Article for materials as required in each specific Specification section.

a) Certifications from manufacturers of Low VOC paints, adhesives, sealant and polishes used at this particular project site.

b) Certification from manufacturers of composite wood products/agro fibre products on the absence of added urea formaldehyde resin in the products supplied to them to this particular site.

c) Submit environmental and pollution clearance certificates for all diesel generators installed as part of this project.

j) Provide total support to the Architects / Project Manager / Green Building Consultants appointed by the owner in completing all Green Building Rating related formalities, including signing of forms, providing signed letters in the contractor’s letterhead.

2.02.29 EQUIPMENT

a) To ensure energy efficiency during and post construction all pumps, motors and engines used during construction or installed, shall be subject to approval and as per the specifications of the architects.

b) All lighting installed by the contractor around the site and at the labour quarters during construction shall be CFL bulbs of the appropriate illumination levels. This condition is a must, unless specifically prescribed.

The contractor is expected to go through all other conditions of the GRIHA rating stipulations, which can be provided to him by the architects.

Failure to adhere to any of the above mentioned items, without necessary clearances from the architects and the Project Manager, shall be deemed as a violation of contract and the contractor shall be he held liable for penalty as determined by the Engineer in charge / architects.

CONTRACTOR WITNESS 65

(SECTION – 5)

SPECIAL CONDITIONS

FOR

THE PLUMBING & FIRE FIGHTING

WORKS

CONTRACTOR WITNESS 66

SECTION – 5SPECIAL CONDITIONS FOR THE PLUMBING SYSTEM

1. GENERAL

Unless otherwise specified the work shall be carried out as per PWD specification (with latest amendments). Before use all the material will be tested as per the latest PWD / BIS specifications. The agency or sub contractor should have valid license for the plumbing system. Appointment of licensed sub contractor, if any for plumbing work shall be got approved from Engineer-in-charge.

2 TESTING C.I. PIPE

2.1 Testing after installation shall be carried out as per relevant provisions of P.W.D. / B.I.S specifications.

2.2 A test register shall be maintained and all entries shall be signed and dated by Contractors and representatives of Engineer-in-charge.

3 PAINTING

3.1 All pipes above ground shall be painted with one coat of zinc chromatic primer and two coats of synthetic enamel paint of approved shade and quality.

3.2 All pipes below ground or in chase shall be protected against corrosion by the application of two coats of bitumastic paint, wrapped with fibre tissue and finished with one layer of bitumastic paint.

4 TESTING G.I. PIPES, FITTING AND S.W. PIPESTesting after installation shall be carried out as per relevant provisions of P.W.D. specifications.

5 Contractor shall be responsible for damage / pilferage of the plumbing / sanitary fittings till the houses are handed over to the department.

EXECUTIVE ENGINEER

SIGNATURE OF THE TENDERER

CONTRACTOR WITNESS 67

SECTION I Special Condition of Contract

1.0 GENERAL REQUIREMENTS

1.1 Scope of Work

1.1.1 The form of Contract shall be according to the “Special Conditions of Contract”. The following clauses shall be considered as an extension and not in limitation of the obligation of the Contractor.

1.1.2 Work under this contract shall consist of furnishing all labour, materials, equipment and appliances necessary and required. The Contractor is required to completely furnish all the Plumbing and other specialized services as described hereinafter and as specified in the Schedule of Quantities and/or shown on the Plumbing Drawings.

1.1.3 Without restricting to the generally of the foregoing, the sanitary installations shall include the following:-

A. Plumbing Worksa. Sanitary ware Installation

b. Water Supply System (Hot & Cold).

c. Under ground water tanks with all sleeves.

d. Sewerage & Storm water drainage system.

e. Garden Irrigation System.

f. High side works.

g. Sewage treatment plant.B. Fire Fighting Works

a. Hydrant Systemb. Sprinkler Systemc. Fire Extinguishers

1.1.4 Services rendered under this section shall be done without any extra charge.

1.2 Specifications

1.2.1 Work under this contract shall be carried out strictly in accordance with Specifications attached with the tender.

1.2.2 Items not covered under these Specifications due to any ambiguity or misprints, or additional works, the work shall be carried out as per Specifications of the latest Haryana Public Works Department with upto date amendments as applicable in the contract and or as per the requirement of the client or its representative.

1.2.3 Works not covered above in para 1.2.1 and 1.2.2 shall be carried out as per relevant Indian Standards and in case of its absence as per British Standard Code of Practice.

1.3. Execution of Work

1.3.1 The Contractor should visit and examine the site of work and satisfy himself as to the nature of the existing roads and other means of communication and other details pertaining to the work and local conditions and facilities for obtaining his own information on all matters affecting the execution of work. No extra charge made in consequence of any misunderstanding, incorrect information on any of these points or on ground of insufficient description will be allowed.

CONTRACTOR WITNESS 68

1.3.2 The work shall be carried out in conformity with the Plumbing drawings and within the requirements of Architectural, HVAC, Electrical, Structural and Other specialized services drawings.

1.3.3 The Contractor shall cooperate with all trades and agencies working on the site. He shall make provision for hangers, sleeves, structural openings and other requirements well in advance to prevent hold up of progress of the construction schedule.

1.3.4 On award of the work, Contractor shall submit a schedule of construction in the form of a PERT Chart or BAR Chart for approval of the Engineer-in-charge. All dates and time schedule agreed upon should be strictly adhered to, within the stipulated time of completion/commissioning along with the specified phasing, if any.

1.4 Drawings

1.4.1 Plumbing drawings are diagrammatic but shall be followed as closely as actual construction permits. Any deviations made shall be in conformity with the Architectural and other services drawings.

1.4.2 Architectural drawings shall take precedence over Plumbing or other services drawings as to all dimensions.

1.4.3 Contractor shall verify all dimensions at site and bring to the notice of the Engineer-in-charge all discrepancies or deviations noticed. Decision of the Engineer-in-charge shall be final.

1.4.4 Large size details and manufacturers dimensions for materials to be incorporated shall take precedence over small scale drawings.

1.4.5 All drawings issued by the Architects/Consultant for the work are the property of the Architects/Consultant and shall not be lent, reproduced or used on any works other than intended without the written permission of the Architects/Consultant/Engineer-in-charge.

1.5 Inspection and Testing of Materials

1.5.1 Contractor shall be required, if requested, to produce manufacturers Test Certificate for the particular batch of materials supplied to him. The tests carried out shall be as per the relevant Indian Standards.

1.5.2 For examination and testing of materials and works at the site Contractor shall provide all Testing and Gauging Equipment necessary but not limited to the followings:-

a) Theodolite, Steel tapesb) Dumpy levelc) Weighing machined) Plumb bobs, Spirit levels, Hammerse) Micrometers, Tachometers f) Thermometers, Stovesg) Hydraulic test machineh) Smoke test machine

1.5.3 All such equipment shall be tested for calibration at any approved laboratory, if required by the Engineer-in-charge.

1.5.4 All Testing Equipment shall be preferably located in a special room meant for the purpose.

1.5.5 Samples of all materials shall be got approved before placing order and the approved samples shall be deposited with the Engineer-in-charge or kept at site in a sample room as prepared by the owners. Any materials declared defective by Engineer-in-charge shall be removed from the site within 48 hours.

CONTRACTOR WITNESS 69

1.6 Metric Conversion

1.6.1 All dimensions and sizes of materials and equipment given in the tender document are commercial metric sizes.

1.6.2 Any weights, or sizes given in the tender having changed due to metric conversion, the nearest equivalent sizes accepted by Indian Standards shall be acceptable without any additional cost.

1.7 Reference Points

1.7.1 Contractor shall provide permanent Bench Marks, Flag Tops and other reference points for the proper execution of work and these shall be preserved till the end of the work.

1.7.2 All such reference points shall be in relation to the levels and locations given in the Architectural and Plumbing drawings.

1.8 Reference Drawings

1.8.1 The Contractor shall maintain one set of all drawings issued to him as reference drawings. These shall not be used on site. All important drawings shall be mounted on boards and placed in racks indexed. No drawings shall be rolled.

1.8.2 All corrections, deviations and changes made on the site shall be shown on these reference drawings for final incorporation in the completion drawings. All changes to be made shall be initialed by the Engineer-in-charge.

1.9 Shop Drawings

1.9.1 The Contractor shall submit to the Engineer-in-charge three copies of the shop drawings.

1.9.2 Shop drawings shall be submitted under following conditions:-

(a) Showing any changes in layout in the plumbing drawings.

(b) Equipment layout, piping and wiring diagram.

(c) Manufacturer’s or Contractor’s fabrication drawings for any materials or equipment supplied by him.

1.9.3 The Contractor shall submit two copies of catalogues, manufacturer’s drawings, equipment characteristics data or performance charts as required by the Engineer-in-charge.

1.10 Completion Drawings

1.10.1 On completion of work, Contractor shall submit one complete set of original tracings and two prints of “as built” drawings to the Engineer-in-charge. These drawings shall have the following information.

a) Run of all piping, diameters on all floors, vertical stacks and location of external services.

b) Ground and invert levels of all drainage pipes together with location of all manholes and connections upto outfall.

c) Run of all water supply lines with diameters, locations of control valves, access panels.

d) Location of all mechanical equipment with layout and piping connections.

No completion certificate shall be issued unless the above drawings are submitted.

CONTRACTOR WITNESS 70

1.10.2 Contractor shall provide two sets of catalogues, service manuals manufacturer’s drawings, performance data and list of spare parts together with the name and address of the manufacturer for all electrical and mechanical equipment provided by him.

1.10.3 All “Warranty Cards” given by the manufacturers shall be handed over to the Engineer-in-charge.

1.11. Contractors Rates

1.11.1 Rates quoted in this tender shall be inclusive of cost of materials, labour, supervision, erection, tools, plant, scaffolding, service connections, transport to site, taxes, octroi and levies, breakage, wastage and all such expenses as may be necessary and required to completely do all the items of work and put them in a working condition.

1.11.2 Rates quoted are for all heights and depths and in all positions as may be required for this work.

1.11.3 All rates quoted must be for complete items inclusive of all such accessories, Fixtures and fixing arrangements, nuts, bolts, hangers as are a standard part of the particular item except where specially mentioned otherwise.

1.11.4 All rates quoted are inclusive of cutting holes and chases in walls and floors and making good the same with cement mortar/concrete/water proofing of appropriate mix and strength as directed by Engineer-in-charge. Contractor shall provide holes, sleeves and recesses in the concrete and masonry work as the work proceeds.

1.11.5 The Contractor shall furnish the Engineer-in-charge with vouchers and test certificates, on request, to prove that the materials as specified and to indicate that the rates at which the materials are purchased in order to work out the rate analysis of non tendered items which he may be called upon to be carried out.

1.12 Testing

1.12.1 Piping and drainage works shall be tested as specified under the relevant clause(s) of the specifications. (Sub-sections)

1.12.2 Tests shall be performed in the presence of the Engineer-in-charge.

1.12.3 All materials and equipment found defective shall be replaced and whole work tested to meet the requirements of the specifications.

1.12.4 Contractor shall perform all such tests as may be necessary and required by the local authorities to meet Municipal or other bye-laws in force.

1.12.5 Contractor shall provide all labour, equipment and materials for the performance of the tests.

1.13 Site Clearance and Cleanup

1.13.1 The Contractor shall, from time to time clear away all debris and excess materials accumulated at the site.

1.13.2 After the Fixtures, equipment and appliances have been installed and commissioned, Contractor shall clean-up the same and remove all plaster, paints stains, stickers and other foreign matter of discoloration leaving the same in a ready to use condition.

1.13.3 On completion of all works, Contractor shall demolish all stores, remove all surplus materials and leave the site in a broom clean condition, failing which the same shall be done at Contractors risk and cost.

CONTRACTOR WITNESS 71

1.14 License Permits and Authorities

1.14.1 Contractor must keep constant liaison with the Municipal/statutory authority and obtain all approval of all drainage, water supply and other works carried out by him.

1.14.2 Contractor shall obtain, from the Municipal and other authority’s necessary completion certificate(s) with respect to his work as required for occupation of the building. Contractor shall obtain permanent water supply and drainage connections from authorities concerned. Employer shall pay all fees/deposits as required to be paid to the authorities towards connection charges.

1.15 Recovery of Cost for Materials issued to Contractors Free of Cost

1.15.1 If any materials issued to the Contractor free of cost, are damaged or pilfered, the cost of the same shall be recovered from the Contractor on the basis of actual cost to owner which shall include all freight and transportation, excise duty, sales tax, octroi, import duty etc. plus 100%. The decision on the actual cost given by the Employer shall be final and binding on the Contractor.

1.16 Cutting of Water Proofing Membrane

No walls, terraces shall be cut for making and opening after water proofing has been done without written approval of Engineer-in-charge. Cutting of water proofing membrane shall be done very carefully to ensure that other portion(s) of water proofing is (are) not damaged. On completion of work at such place the water proofing membrane shall be made good and ensured that the opening/cutting is made fully water proof as per specifications and details of water proofing approved by Engineer-in-charges.

1.17 Cutting of Structural Members

No structural member shall be chased or cut without the written permission of the Project Manager.

1.18. Materials Supplied by Owner

1.18.1 The Contractor shall verify that all materials supplied by the Employer confirm to the specifications of the relevant item in the tender. Any discrepancy found shall be brought to the notice of the Project Manager.

1.19 Materials

1.19.1 Unless otherwise specified and expressly approved in writing by the Engineer-in-charge, only materials of makes and specifications mentioned in the list of approved makes attached with the specifications shall be used.

1.19.2 If required, the Contractor shall submit samples of materials proposed to be used in the works. Approved samples shall be kept in the office of the Engineer-in-charge and returned to the Contractor at the appropriate time.

CONTRACTOR WITNESS 72

SECTION-II

SANITARY FIXTURES

2.1 SCOPE OF WORK

2.1.1 Work under this section shall consist of furnishing all material and labour as necessary and required to completely install all sanitary fixtures, brass and chromium plated fittings and accessories as required by the drawings and specified hereinafter or given in the schedule of quantities.

2.1.2 Without restricting to the generally of the foregoing the sanitary fixtures shall include all sanitary fixtures, C.P. fittings and accessories etc. necessary and required for the building.

2.1.3 Whether specifically mentioned or not all fixtures and appliances shall be provided with all fixing devices, nuts, bolts, screws, hangers as required.

2.2 GENERAL REQUIREMENTS

2.2.1 All fixtures and fittings shall be provided with all such accessories as are required to complete the item in working condition whether specifically mentioned or not in the schedule of quantities, specifications, drawings or not.

2.2.2 All fixtures and accessories shall be fixed in accordance with a set pattern matching the tiles or interior finish as per architectural/interior designer’s requirements. Wherever necessary the fittings shall centre to dimensions and pattern desired.

2.2.3 Fixing screws shall be half round head chromium plated brass with C.P. washers wherever required as per directions of Engineer-in-charge.

2.2.4 All fittings and fixtures shall be fixed in a neat workmanlike manner true to levels and heights shows on the drawings and in accordance with the manufacturer’s recommendations. Care shall be taken to fix all inlet and outlet pipes at correct positions. Faulty locations shall be made good and any damage to the finished floor, tiling or terrace shall be made good at contractors cost.

2.2.5 When directed, contractor shall install fixtures and accessories in a mock-up room for the approval of the Engineer-in-charge. Sample room fixtures may be reused on the works if undamaged, but no additional payment for fixing or dismantling shall be admissible.

2.3. INDIAN W.C.

2.3.1 Indian W.C. pan shall be Orissa pattern of size as specified in the schedule of quantities. Each W.C. shall be provided with a 100mm dia cast iron or porcelain or PVC P or S trap with or without vent horn.

2.3.2 W.C. shall be flushed by means of a C.I. high level flushing cistern or low level cistern of polyethylene body complete with accessories on an exposed or concealed type flush valve or as specified in bill of quantities.

2.3.3 The W.C. shall be fixed in level in a neat workmanlike manner. The W.C. and trap shall be set in cement concrete 1:2:4 mix (1 cement: 2 coarse sand: 4 stone aggregate 20mm nominal size). Joints between W.C. and flush pipe shall be made with a putty or white lead and linseed oil and caulked well or with an approved rubber joint.

2.4 ANGLO INDIAN W.C.

2.4.1 Anglo Indian W.C. shall be wash down type 'P' or 'S' Trap set.

2.4.2 Each Anglo Indian W.C. set shall be provided with a solid plastic seat with cover of colour given in the schedule of quantities, rubber buffers and chromium plated hinges.

CONTRACTOR WITNESS 73

2.4.3 Plastic seat shall be so fixed that it remains absolutely stationary in vertical position without falling down on the W.C.

2.4.4 Each Anglo Indian W.C. shall be flushed with a porcelain flushing cistern or an exposed or concealed type flush valve. Flush pipe/bend shall be connected to the W.C. by means of a suitable rubber adapter.

2.5. EUROPEAN W.C.

2.5.1 European W.C. shall be wash down, single or double symphonic type, floor or wall mounted set, flushed by means of porcelain/PVC dual flushing cistern (3/6 liters), or an exposed or concealed type flush valve (dual flush 3/6), as specified in schedule of quantities. Flush pipe/bend shall be connected to the W.C. by means of suitable rubber adapter. Wall hung w.c. shall be supported by C.I. floor mounted chair.

2.5.2 Each W.C. seat shall be so fixed that it remains absolutely stationary in vertical position without falling down on the W.C.

2.6 URINALS

2.6.1 Urinals shall be lipid type half shall white glazed vitreous China of approx. size 630x420x380mm size or as specified in bill of quantities.

2.6.2 Half stall Urinals shall be provided with 15mm dia C.P. spreader, 32mm dia C.P domical waste and C.P. cast brass bottle trap with pipe and wall flange, and shall be fixed to wall by one C.I. bracket and two C.I. wall clips as recommended by manufacturers complete as directed by Engineer-in-charge.

2.6.3 Half stall urinals shall be fixed with C.P. brass screws and shall be provided with 32mm dia domical waste leading to urinals trap.

2.6.4 Urinals shall be flushed by means of automatic porcelain/PVC flushing cistern or exposed or concealed type urinal flush valve (sensor type), as specified in schedule of quantities.

2.6.5 Flushing cistern for urinals shall be automatic type cast iron or vitreous china as given in the schedule of quantities. Each flushing cistern shall have a copper siphon and inlet noose cock to control the flow. Flushing cistern shall be fixed to wall with R.S. or C.I. brackets. Cast iron cistern and brackets shall be painted with two coats of white enamel paint. Cistern may be concealed in pipe shafts or false ceilings where required as directed by Engineer-in-charge.

2.6.6 Flush pipes of flushing cistern with sizes of main and branch flush pipes shall be as follows:

No. of Capacity Size of Size of Size of Urinals of cistern main flush branch Connectionin range litres pipe flush pipe to urinalOne 5 -- -- 15Two 10 20 -- 15Three 10 25 -- 15

2.6.7 Alternatively, urinals may be flush with flush valves, exposed or concealed type.

2.6.8 Waste pipes for urinals shall be any one of the following:

a). G.I. pipes

b). Rigid P.V.C.

c). Lead pipes.

CONTRACTOR WITNESS 74

Waste pipes may be exposed on wall or concealed in chase as directed by the Engineer-in-charge. Specifications for waste pipes shall be same as given in sub-section III.

2.7 LAVATORY BASIN

2.7.1 Lavatory basins shall be white glazed vitreous chine or poly marble of size, shape and type specified in the bill of quantities.

2.7.2 Each basin shall be provided with R.S. or C.I. brackets and clips and the basin securely fixed to wall. Placing of basins over the brackets without secure fixing shall not be accepted.

2.7.3 Each basin shall be provided with 32mm dia C.P. waste with overflow, pop-up waste or rubber plug and chain as given in the bill of quantities, 32mm dia C.P. Brass bottle trap with C.P. pipe to wall and flange.

2.7.4 Each basin shall be provided with CP fittings (push type) or mixing fitting as specified in the bill of quantities.

2.7.5 Basins shall be fixed at proper heights as shown on drawings. If height is not specified, the rim level shall be 79 cms above the floor or as directed by Engineer-in-charge.

2.8 SINKS

2.8.1 Sinks shall be of precast Terrazzo marble, or white glazed fireclay or vitreous china or stainless steel or any other material as specified in the schedule of quantities.

2.8.2 Each sink shall be provided with R.S. or C.I. brackets and clips and securely fixed. Counter top sinks shall be fixed with suitable angle iron clips or brackets as recommended by the manufacturer. Each sink shall be provided with 40mm dia C.P. waste with chain and plug or P.V.C. waste. Fixing shall be done as directed by Engineer-in-charge.

2.8.3 Supply fittings for sinks shall be mixing fittings or C.P. taps as specified in the bill of quantities.

2.9 MIRRORS

2.9.1 Mirrors shall be electro coated copper 5.5mm thick of guaranteed reputed make. The size shall be as specified in the bill of quantities or shown on the drawings. The image shall be clear and without waviness at all angles of vision.

2.9.2 Mirrors shall be provided with backing of 12mm thick marine plywood sheet fixed with C.P. brass semi-round headed screws and cup washers or C.P. brass clamps as specified or instructed by Engineer-in-charge.

2.10 SHOWER SET

2.10.1 Shower set shall comprise of one/two C.P. Brass concealed stop cocks with two long body brass/C.P. brass bib cock, or bath spout or as given in the bill of quantities.

2.10.2 Each shower set shall also be provided with C.P. Shower arm with wall flange and shower head of approved quality as specified in the bill of quantities.

2.10.3 Concealed stop cocks shall be so fixed as to keep the wall flange clear off the finished wall. Wall flanges embedded in the finishing shall not be accepted.

CONTRACTOR WITNESS 75

2.11 ACCESSORIES

2.11.1 Contractor shall install all chromium plated and porcelain accessories as shown on the drawings or directed by Engineer-in-charge, and given in the bill of quantities.

2.11.2 All C.P. accessories shall be fixed with C.P. brass half round head screws and cup washers in wall with rawl plugs or nylon sleeves and shall include cutting and making good as required or directed by Engineer-in-charge.

2.11.3 Porcelain accessories shall be fixed in walls and set in cement mortar 1:2 (1 cement: 2 coarse sand ) and fixed in relation to the tiling work.

2.12 URINAL PARTITIONS

2.12.1 Urinal partitions shall be white glazed vitreous china or 25mm thick marble of size specified in the schedule of quantities.

2.12.2 Porcelain partitions shall be fixed at proper heights with C.P. brass bolts, anchor fasteners and M.S. clips as recommended by the manufacturer and directed by Engineer-in-charge.

2.13 MEASUREMENT

2.13.1 Rate for providing and fixing of sanitary fixtures accessories, urinal partitions shall include all items and operations stated in the respective specifications and bill of quantities and nothing extra is payable.

2.13.2 Rates for all items under specifications para above shall be inclusive of cutting holes and chases and making good the same, C.P. screws, nuts, bolts and any fixing arrangements required and recommended by manufacturers, testing and commissioning.

CONTRACTOR WITNESS 76

SECTION IIISOIL, WASTE, VENT & RAINWATER PIPES & FITTINGS

3.SOIL, WASTE, VENT & RAINWATER PIPES & FITTINGS

3.1 Scope of Work

3.1.1 Work under this section shall consist of furnishing all labour, materials, equipments and appliances necessary and required to completely install all soil, waste, vent and rainwater pipes and fittings as required by the drawings, and given in the Schedule of Quantities.

3.1.2 Without restricting to the generally of the foregoing, the soil, waste, vent pipes system shall include the followings:-

1. Vertical and horizontal soil, waste and vent Pipes, and fittings, joints, clamps, connections to fixtures.

2. Connection of pipes to sewer lines as shown on the drawings at ground floor levels.

3. Basement drainage, channels, gratings and floor drains.

4. Floor and urinal traps, cleanout plugs, inlet fittings and rainwater heads /Khurras.

5. Testing of all pipe lines.

3.2. General Requirements

3.2.1 All materials shall be new of the best quality conforming to specifications and subject to the approval of Project Manager.

3.2.2 Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a neat workmanlike manner.

3.2.3 Pipes shall be fixed in a manner as to provide easy accessibility for repair and maintenance and shall not cause obstruction in shafts, passages etc.

3.2.4 Pipes shall be securely fixed to walls and ceilings by suitable clamps at intervals specified.

3.2.5 Access doors for fittings and cleanouts shall be so located that they are easily accessible for repair and maintenance. Any access panel required in the Civil structure, false ceiling or marble cladding etc. shall be clearly reported to the Owner in the form of shop drawings so that other agencies are instructed to provide the same.

3.3 Piping System

3.3.1 Soil, Waste and Vent Pipes

a) The soil and waste pipe system above ground has been planned as a “Two pipe system” having separate pipes for waste for kitchen sinks, wash basins, AHU’s, condensate drains and floor drains and soil from the WCs and Urinals.

b) All waste water from AHU’s plant and pump rooms, floor channels in basements (if any) will be provided with a deep seal trap before connecting to the main drain or vertical stack.

c) Vertical soil and waste stacks shall be connected to a separate horizontal drain / single horizontal drain at basement ceiling generally as shown on the drawings.

d) Toilet layouts have been so arranged that the W.C outlets shall be with “P” trap above ground level.

CONTRACTOR WITNESS 77

e) All soil/waste from areas in basement areas will be collected in sumps and pumped into sewer lines or as specifically designed.

f) Head (Starting point) of drains and sewage/waste water sumps (as and where applicable) having a length of greater than 4m upto connection to the main drain or manhole shall be provided with a 80/100mmvent pipe terminating above roof / a Maxi-Filtra with an ACF cartridge shall be provided close to the MH as directed by the Project Manager.

3.4 Rainwater Pipes

a) All open terraces shall be drained by rain water down takes.

b) Rainwater down takes are separate and independent of the soil and waste system and will discharge into the underground storm water drainage system of the complex.

c) Rainwater in open courtyards shall be collected in catch basins and connected to the storm water drains.

d) Any dry weather flow from waste appliances e.g. AHU’s, Parking and Drainage Sumps shall connected to the Storm Water Network and Sewerage Sumps will be connected to the Sewerage System.

3.5 Balcony/Planter Drainage

Wherever required, all balconies, terraces, planters and other formal landscape areas will be drained by vertical down takes or other type of drainage system shown on the drawings and directed by the Project Manager.

3.6 Soil Waste and Vent Pipes and Fittings above Ground

3.6.1 Soil, waste, vent, anti- syphonage and rain water pipes shall be cast iron pipes.

3.6.2 All pipes shall be straight and smooth and inside free from irregular bore, blow holes cracks and other manufacturing defects. Pipes shall be centrifugally spun iron so pipes conforming to IS 3989-1979 and fittings shall be conforming to IS 3989-1979.

3.6.3 Fittings

3.6.3.1 Fitting shall conform to the Indian Standard as for pipes. Contractor shall use pipes and fittings of matching specifications.

3.6.3.2 Fittings shall be of the required degree of curvature with without access door.

3.6.3.3 Access door shall be up with 3MM thick insertion rubber washer and white lead. The bolts shall be lubricated with grease or white lead for easy removal. The fixing shall be air and water tight.

3.6.4 Floor Traps & Urinal Traps

Floor traps shall be cast iron, deep seal with an effective seal of 50 mm. The trap and waste pipes shall be set in cement concrete blocks firmly supported on the structural floor. The blocks shall be in 1:2:4 mix (1 Cement: 2 Coarse sand: 4 stone aggregate 20 mm nominal size) and extended to 40 mm below finished floor levels. Contractor shall provide all necessary shuttering and centering for the block. Size of the block shall be 30 x 30 cms of the required depth.

CONTRACTOR WITNESS 78

3.6.5 CLEANOUT PLUGS

Contractor shall provide cast brass cleanout plugs as required. Cleanout plugs shall be thread and provided with key holes for openings. Cleanout plugs shall be fixed the pipes by a G.I. socket drip seal caulked. (Detail with sketch).

3.6.6 Jointing (CI Soil Pipes & Fittings)

Joints for cast iron soil, waste vent, anti syphonage and rainwater pipes shall be made with drip seal / pipe seal compound and sufficient skein of jute rope dipped in coal tar shall be caulked to leave a minimum space for the sealant compound.

3.6.7 Cleanout Plugs

Floor Clean Out PlugClean out plug for soil, waste or rain water pipes laid under floors shall be provided near pipe junctions bends, tees, “Yes” and on straight runs at such intervals as required as per site conditions. Clean out plugs shall terminate flush with the floor levels. They shall be cast brass suitable for the pipe dia. With screwed to a G.I socket. The socket shall be joined to the pipe with drip seal/pipe seal.

3.7 Waste Pipe from Appliances

3.7.1 Waste pipe from appliances e.g. washbasins, sinks, urinals shall be of galvanized steel in toilets, kitchens, pantries and service areas where so required, and as given in the Schedule of Quantities or as shown on the drawings.

3.7.2 All pipes shall be fixed in gradient towards the connection to stack or drains. Pipes inside all toilets room shall be in chase unless otherwise shown on drawings. Where so required and shown on drawings or directed by the Project Manager.

3.7.3 (a) Galvanized Pipes (Where specified or required at site for sump drainage only)

Pipes shall be galvanized steel tubes conforming to IS: 1239 (medium class) and quality certificates shall be furnished. Pipes shall be provided with all required fittings e.g. Tees, Couplings, Bends, Elbows, Unions, Reducers, Nipples, Plugs. All G.I. waste pipes shall be terminated at the point of connection with the appliance with an outlet of suitable diameter. Pipes in chase shall be painted with two coats of black bitumen paint and exposed pipes with one coat of red oxide primer and two or more coats of synthetic enamel paint or as given in the Schedule of Quantities. G.I. waste pipes buried in ground or sunken slab shall be protected with multi layer bitumen membrane tape 3mm thick with a final coat of hot or cold applied bitumen. "Pypkote" or equivalent.

3.7.3 (b) uPVC Pipes (Where specified or required at site for waste/rain only)

Pipes shall be uPVC confirming to IS: 4985-2000 (quick fit type) and quality certificates shall be furnished as required. Pipes shall be provided with all required fittings e.g. Tees, Couplings, Bends, Elbows, Unions, Reducers, Nipples, and Plugs. All waste pipes shall be terminated at the point of connection with the appliance with an outlet of suitable diameter.

3.8 Drainage under floor/above floor (service floors, basement ceiling etc.)

3.8.1 All drainage lines passing under building, in exposed position above ground e.g. service floors, basement ceiling etc. shall be Multilayered as per details given in sub-clause 3.10 above or shall be as per details given below. Position of such pipes shall generally be shown on the drawings.

CONTRACTOR WITNESS 79

3.8.1 (a) SOCKET PIPES

3-layered reinforced polypropylene (PP) sewage pipes, halogen and lead free, with integral push-fit socket and factory-fitted lip ring, tested and monitored according to the Product Standard EN 1852 – 1, having internal layer of PP in light grey color, intermediate layer of PP in grey/titanium-grey color, external layer of PP in copper brown color.

3.8.2 Fittings

3-layered reinforced polypropylene (PP) sewage pipes, halogen and lead free, with integral push-fit socket and factory-fitted lip ring, tested and monitored according to the Product Standard EN 1852 – 1. Fittings upto dimension DN/OD 200 are manufactured by injection molding (1-layer), above DN/OD 200 (250 and above)

The fittings are butt or extrusion welded by the manufacturer. Fabrication of fittings at site shall not be permitted.

3.8.4 Cleanout on Drainage Pipes (CO Plugs)

a) Cleanout plugs shall be provided on head of each drain and in between at locations indicated on plans or directed by. Cleanout plugs shall be of size matching the full bore of the pipe but not exceeding 150mm dia. CO plugs on drains of greater diameters shall be 150mm dia. Fixed with a suitable reducing adapter.

b) Floor cleanout plugs shall be cast brass as given in para 3.10.6 above.

c) PP plugs of material as in item 3.12 above provided at ceiling level pipe shall be fixed to a socketed end piece.

3.8.5 Pipe Joints

Field-proven push-fit connection with improved and modified lip ring of high ageing-resistant shall be provided with the pipes and fittings for easy push-fit installation, installation procedure as given in clause 3.10 above shall be followed.

3.9 Encasing in Cement Concrete

3.9.1 Encasing of pipes is required to provide stability to the line and prevent its damage during construction.

3.9.2 Soil and waste pipes under floor

Pipes laid in sunken slabs and in wall chases (when cut specially for the pipe) shall be encased in cement concrete 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 12mm size) 75mm in bed and all round. When pipes are running

well above the structural slab, the encased pipes shall be supported with suitable cement concrete pillars of required height at intervals of 1.8m. All drainage pipes except when fixed above ground or in exposed locations shall be encased in cement concrete as specified above for soil and waste pipes. The bed and encasing thickness shall however be 150mm in bed and all round as shown on the drawing/specified in the BOQ.

3.10 Painting

3.10.1 Paints used shall be of approved quality and shade. Where directed pipes shall be painted in accordance with approved pipe color code.

CONTRACTOR WITNESS 80

3.10.3 G.I waste pipes buried in ground or fixed in chase shall be protected with 2mm thick bitumen membrane tape with a final coat of hot or cold applied bitumen. Exposed waste pipes shall be painted with two or more coats of synthetic enamel paint.

3.11 Cutting and Making Good

3.11.1 Contractor shall provide all holes cut outs and chases in structural members necessary and required for the pipe work as building work proceeds. Wherever cut outs, holes are left in the original construction, they shall be made good with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 stone aggregate 20mm nominal size) or cement mortar 1:2 ( 1 cement : 2 coarse sand) and the surface restored as in original condition.

3.12 Sleeves/Cutouts

3.12.1 Contractor shall utilize all cutout and sleeves provided during construction to prevent breaking. The annular space between the pipe and the sleeve shall be filled up with approved type of fire hydrant sealant. When sleeves are misplaced or inaccurately located contractor shall make the holes in the wall or structural members at his own cost but only with the prior permission of the Project Manager.

3.13 Testing

3.13.1 Testing procedure specified below apply to all soil, waste and vent pipes above ground including Multilayered PP pipes laid in basement ceiling.

3.13.2 Entire drainage system shall be tested for water tightness and smoke tightness during and after completion of the installation. No portion of the system shall remain untested. Contractor must have adequate number of expandable rubber bellow plugs, manometers, smoke testing machines, pipe and fitting work test benches and any other equipment necessary and required to conduct the tests.

3.13.3 All materials obtained and used on site must have manufacturers hydraulic test certificate for each batch of materials used on the site.

3.14 Measurements

3.14.1 General

a) Rates quoted for all items quoted shall be inclusive of all work and items given in the specifications and Schedule of Quantities

b) Rates are applicable for the work in basements, under the ground, floors, in shafts at ceiling level area for all depths and building upto 45m in height.

3.14.2 Rates are inclusive of cutting holes and chases in masonry work and making good the same.

3.14.3 Rates are inclusive of pre testing and on site testing of the installations, materials and commissioning of the works.

3.14.4 Pipes (unit of measurement. Linear meter to the nearest centimeter)

3.14.5 Soil, waste, vent, anti symphonic, rain water pipes, and drainage pipes shall be measured net when fixed correct to a centimeter including all fittings along its finished length.

3.14.6 G.I. pipes/uPVC shall be measured per running meter correct to a centimeter for the finished work, which shall include fittings e.g. Bends, Tees, Elbows, Reducers, Crosses, Sockets, Nipples and Nuts. The length shall be taken along center line of the pipes and fittings. All pipes and fittings shall be classified according to their diameter, method of jointing and fixing substance, quality and finish. The diameter shall be diameter of internal bore.

CONTRACTOR WITNESS 81

3.14.7 Cement concrete around pipes shall be measured along the center of the pipe line measured per linear meter and include any Masonry Supports, Shuttering and Centering Cutting complete as described in the relevant specifications.

3.14.8 Slotted angles/channels shall be measured per linear meter of finished length and shall include support bolts and nuts embedded in masonry walls with cement concrete blocks and nothing extra will be paid for making good the same.

3.14.9 Fittings (excluding pipe fittings) (Unit of measurement by numbers)

Urinal traps, trap gratings, hoppers, cleanout plugs shall be measured by number per piece and shall include all items described in the relevant specifications and Schedule of Quantities.

3.14.10 Painting

Painting of pipes and fittings shall be measured per running meter.

3.14.11 Excavation for soil pipes:

No extra payment shall be admissible with respect to excavation, refilling and disposal of surplus earth for pipes laid below ground, in sunken slabs or over basement rafts.

3.15 Air Admittance Valves (AAV)

Air admittance valves shall be made in ABS/PVC capable of operating at temperatures between 0 degree c and 60 degree c. The AAV shall be of suitable for

flow rate and installed in main discharge stacks and / or branches. Design based on air flow capacity required in proportion to the discharge unit capacities. The vendor is to supply data sheet showing relevant calculations and drawings indicating location and type of AAV as required.

AAV’s to have following performance parameter:

Temperature range: -20 degree Celsius to 60 degree Celsius. Open pressure: -70 pa (-0.010 psi) Max. Pressure rating tightness: 10,000 pa (1 m/40” h2o) at 0 pa or higher

3.16 Maxi Filtra:

Maxi Filtra shall be in black ABS to be installed at the outlet of the vent pipe discharging gases in the atmosphere. They are fitted with active carbon filters with iodine being 1050mg/g. The replaceable carbon filters must be changed regularly as per manufacturer’s specifications.

CONTRACTOR WITNESS 82

SECTION IV WATER SUPPLY SYSTEM

4. WATER SUPPLY SYSTEM

4.1 Scope of Work

4.1.1 Work under this section consists of furnishing all labour, materials equipment and appliances necessary and required to completely install the water supply system as required by the drawings, specified hereinafter and given in the Schedule of Quantities.

4.1.2 Without restricting to the generality of the foregoing, the water supply system shall include the following:-

a) Distribution system from main supply headers to all fixtures and appliances for cold/hot water.

b) Cold water supply lines from tube-wells and city water connections to fire and underground water tanks.

c) Municipal water and Bore-well connections to U.G. water tanks.

d) Garden Irrigation system

e) Excavation and refilling of pipes trenches.

f) Pipe protection and painting.

g) Control valves, masonry chambers and other appurtenances.

h) Connections to all plumbing fixtures, tanks, appliances and Municipal mains

i) Inserts for RCC tank.

4.2 General Requirements

4.2.1 All materials shall be new of the best quality conforming to specifications. All works executed shall be to the satisfaction of the Project Manager.

4.2.2 Pipes and Fittings shall be fixed truly vertical, horizontal or in slopes as required in a neat workmanlike manner.

4.2.3 Short or Long bends shall be used on all main pipe lines as far as possible. Use of Elbows shall be restricted for short connections.

4.2.4 Pipes shall be fixed in a manner so as to provide easy accessibility for repair and maintenance and shall not cause obstruction in shafts, passages etc.

4.2.5 Pipes shall be securely fixed to walls and ceilings by suitable clamps at intervals specified.

4.2.6 Clamps, hangers and supports on RCC walls, columns and slabs shall be fixed only by means of approved made of expandable metal fasteners inserted by use of power drills.

4.2.7 All pipe clamps, supports, nuts, bolts, washers shall be galvanized MS steel throughout the building. Painted MS clamps & MS nuts, bolts and washers shall not be accepted.

4.2.8 Valves and other appurtenances shall be so located as to provide easy accessibility for operations, maintenance and repairs.

4.3 Water Supply System

4.3.1 Contractor should study the site plan and water supply system diagram for an overview of the system.

CONTRACTOR WITNESS 83

4.3.2 Source

Water supply will be acquired from Municipal Corporation water mains to a service connection and captive tube-wells within the site and collected in water storage tanks located in basement.

4.4 G.I. Pipes, Fittings & Valves (In Plant rooms and for Equipments)

4.4.1 All pipes inside the buildings and where specified, outside the building shall be galvanized steel tubes conforming to I.S. 1239 of medium/ heavy class as specified in the BOQ.

4.4.2 Fittings shall be malleable iron with a reinforcing ring over the threaded ends upto 50mm dia and without reinforcing rings for sizes 65mm dia and above. Each fitting shall have manufacturer’s trade mark stamped on it. Fittings for G.I. pipes shall include Couplings, Bends, Tees, Reducers, Nipples, Unions, and Bushes. Fittings shall conform to I.S:1879 (Part I to X).

4.4.3 Pipes and fittings shall be jointed with screwed joints. Care shall be taken to remove burr from the end of the pipe after reaming with a proper time.

4.4.4 Pipe threaded joints will be made by applying suitable grade of TEFLON tape used for drinking water supply.

4.4.5 All pipes shall be fixed in accordance with layout and alignment shown on the drawings. Care shall be taken to avoid air pockets. G.I. pipes inside toilets shall be fixed in wall chases well above the floor. No pipes shall be run inside a sunken floor as far as possible. Pipes may be run under the ceiling or floors and other as shown on drawings.

4.5 Pipe Supports

4.5.1 All pipes clamps, supports, hangers, rods, pipe supports, nuts and washers shall be factory made galvanized MS steel or alternatively galvanized after fabrication to suit site requirements.

4.5.2 G.I pipes in shafts and other locations shall be supported by galvanized M.S clamps of design approved by pipes in wall chases shall be anchored by G.I hooks, pipes at ceiling level shall be supported on structural clamps fabricated from M.S structural steel. Pipes in typical shafts shall be supported on Galvanised slotted angles/channels as specified elsewhere.

4.6 Clamps

G.I. pipes in shafts and other locations shall be supported by M.S. clamps of design approved by Project Manager. Pipes in wall chases shall be anchored by iron hooks, Pipes at ceiling level shall be supported on structural clamps fabricated from M.S. structural steel as described above. Pipes in typical shafts shall be supported on slotted angles/channels as specified.

4.7 Anchor Fasteners

4.7.1 All pipe supports, hangers and clamps to be fixed on RCC walls, beams, columns, slabs and masonry walls 230mm thick and above by means of galvanised expandable anchor fasteners in drilled holes of correct size and model to carry the weight of pipes. Drilling shall be made only by approved type of power drill as recommend and approved by manufacturer of the anchor fasteners. Failure of any fastening devices shall be the entire responsibility and contractor shall redo or provide additional supports at his own cost. He shall also compensate the owner for any damage that may be caused by such failures.

CONTRACTOR WITNESS 84

4.8 Unions

Contractor shall provide adequate number of unions on all pipes to enable easy dismantling later when required. Unions shall be provided near each gunmetal valve, stop cock, or check valve and on straight runs as necessary at appropriate locations as required and/or directed by Project Manager.

4.9 Flanges

Flanged connections shall be provided on pipes as required or where shown on the drawings, all equipment connections as necessary and required or as directed by connections shall be made by the correct number and size of GI nuts, bolts & washers with 3 mm thick gasket. Where hot water or steam connections are made insertion gasket shall be of suitable high temperature grade and quality approved by Bolt hole dia for flanges shall conform to match the specification for C.I. sluice valve to I.S.780. and C.I. butterfly valve to IS: 3095.

4.10 CPVC and UPVC Pipes and Fittings:

Chlorinated Poly Vinyl Chloride (CPVC) compound shall meet cell class 23447 B as defined by ASTM D 1784 and have a design stress of 2000 psi and a maximum service temperature upto 93 degree Celsius. Pipes shall be as per SD 11, material as per ASTM 1784, specifications as per ASTM D2846 and cpvc jointing solvent shall be as per ASTM F493. SCHEDULE PIPES 40 and 80 shall be as per ASTM F441. (for Hot water and Cold water applications)

Clamping for cpvc pipe shall be as per manufacturer’s recommendations only.

4.11 Trenches

All water supply pipes below ground shall be laid in trenches with a minimum cover of 60 cms. The width and depth of the trenches shall be as follows

Dia of pipe Width of Trench Depth of Trench15mm to 50mm 30 cms 75cms65mm to 100mm 45 cms 100 cms

4.12 Sand filling

Pipes in trenches shall be protected with fine sand 15 cms all round before filling in the trenches.

4.13 Painting

All pipes above ground shall be painted with one coat of red lead and two coats of synthetic enamel paint of approved shade and quality. Pipes shall be painted to standard color code given in this document or specified by Project Manager.

4.14 Pipe protection

4.14.1 All GI pipes in wall chase and below floor in toilets (where so fixed) shall be protected against corrosion by the application of two coats of bitumen paint covered with polythene tape and a final coat of bitumen paint.

4.14.1 G.I. water supply pipes, if buried in ground or sunken slab, shall be protected with multi layer bitumen membrane tape 3mm thick with a final coat of hot or cold applied bitumen. "Pypkote" or equivalent.

CONTRACTOR WITNESS 85

4.15 Valves

4.15.1 Ball Valves

Valves upto 50 mm dia. shall be screwed type Ball Valves with stainless steel balls spindle teflon seating and gland packing tested to a hydraulic pressure of 20 kg/sq.cm., and accompanying couplings and steel handles.( to BIS 5351 )

4.16 Butterfly Valves – Slim Seal Type

4.16.1 Valves 65 mm dia and above shall be cast iron butterfly valve to be used for isolation. The valves shall be bubble tight, resilient seated suitable for flow in either direction and seal in both direction with accompanying flanges and steel handle.

4.16.2 Butterfly valve shall be of best quality conforming to IS: 13095.

4.17 Non Return Valve (Dual Slim Type)

Where specified, non return valve shall be provided through which flow shall occur in one direction only.

Each Butterfly and Slim Type Swing Check (NRV) Valve shall be provided with a pair of flanges screwed or welded to the main line and having the required number of nuts, bolts and washers of correct length.

4.18 Storage tanks Underground & Overhead Tank. (Accessories & Connections)

4.18.1 Storage tanks for water supply shall be in reinforced cement concrete built by the building contractor.

4.18.2 Each tank shall be provided with a 560mm Dia Heavy Duty Cast Iron manhole frame and cover.

4.19 Storage Tanks

4.19.1 Underground

Underground storage tanks for water supply shall be reinforced cement concrete built by the building contractor.

Each tank shall be provided with a 560mm Dia Heavy Duty Cast Iron manhole frame and cover or as approved by local municipal authority.

4.20 Outlets and overflow

All nozzles for puddle flanges in RCC tank for inlet, outlet, overflow and scour etc. shall be provided by civil contractor or as given in the Schedule of Quantities, further connections and accessories shall be provided under this contract.

4.21 Testing

All pipes, fittings and valves, after fixing at site, shall be tested by hydrostatic pressure of 1.5 times the working pressure or 7 kg / sq.cm whichever is higher. Pressure shall be maintained for a period of at least thirty minutes without any drop. A test register shall be maintained and all entries shall be signed and dated by Contractor (s) and Project Manager.

In addition to the sectional testing carried out during the construction, Contractor shall test the entire installation after connections to the overhead tanks or pumping system or mains. He shall rectify all leakages and shall replace all defective materials in the system. Any damage done due to carelessness, open or burst pipes’ or failure of fittings, to the

CONTRACTOR WITNESS 86

building, furniture and fixtures shall be made good by the Contractor during the defects liability period without any cost.

After commissioning of the water supply system, Contractor shall test each valve by closing and opening it a number of times to observe if it is working efficiently. Valves, which do not effectively operate, shall be replaced by new ones at no extra cost and the same shall be tested as above.

Hot water pipes chased into the walls shall be provided with a 6mm thick insulation with elastic flexible material having hermetic closed cell structure of expanded synthetic material rated for 60ºC hot water supply.

4.22 Measurement

a) Pipes above ground shall be measured per linear meter (to the nearest cm) and shall be inclusive of all fittings e.g. coupling, tees, bends, elbows, unions, flanges and U clamps with nuts, bolts & washers fixed to wall or other standard supports.

b) Jointing with teflon tape, white lead, solvent, crimping and insertion gasket of appropriate temperature grade.

c) Cutting holes, and chases in walls, floors, any pipe support required for pipes below ground & making good the same.

d) Excavation, backfilling, disposal of surplus earth and restoring the ground & floor in original condition.

4.23 Pipe Supports

Fabricated and / or galvanised supports shall be measured by weight. Weight for each type of clamp shall be calculated on basis of the quantity of structural’s and MS used from the theoretical weight calculated on basis of the components theoretical weight of the sections.

4.24 Rate quoted for supports & hangers shall be inclusive of :

a) Expandable anchor fastens. b) Galvanising of all supports & hangers. c) Cutting holes in walls, ceilings on floors and making good where permitted.d) Nuts, bolts and washers for fixing and assembling. e) Wooden / PVC pipe saddles for vertical or horizontal runs.

4.25 Valves

Gunmetal, cast iron, butterfly and non return valves and puddle flanges shall measured by numbers and shall include wheels I caps, GI nuts, bolts, washers, insertion gasket.

4.26 Painting/pipe protection/insulation

Painting/pipe protection /insulation for pipes shall be measured per linear meter over finished surface and shall include all valves and fittings for which no deduction shall be made. No extra payment shall be made for fittings, valves or flanges.

CONTRACTOR WITNESS 87

SECTION VDRAINAGE

5. DRAINAGE (Sewers & Storm Water Drains)

5.1 Scope of work

5.1.1 Work under this section shall consist of furnishing all labour, materials, equipment and appliances necessary and required to completely install all the drainage system as required by the drawings and specified hereinafter or given in the Schedule of Quantities.

5.1.2 Without restricting to the generality of the foregoing, the drainage system shall include:-

5.1.2.1 Sewer lines including excavations, pipelines, manholes, drop connections and connections to the existing sewer.

5.1.2.2 Storm water drainage, excavation, pipelines, manholes, catch basins, drain channels and connections to the existing storm water drain.

5.2 General requirements

5.2.1 All materials shall be new of the best quality conforming to specifications and subject to the approval of the Project Manager.

5.2.2 Drainage lines and open drains shall be laid to the required gradients and profiles.

5.2.3 All drainage work shall be done in accordance with the local municipal bye-laws.

5.2.4 Contractor shall obtain necessary approval and permission for the drainage system from the municipal or any other competent authority.

5.2.5 Location of all manholes, etc. shall be got confirmed by the Contractor from the Engineer-in-charge. As far as possible, no drains or sewers shall be laid in the middle of road unless otherwise specifically shown on the drawings or directed by the Project Manager.

5.3 Excavation

5.3.1 Alignment and grade

The sewer pipes shall be laid to alignment and gradient shown on the drawings but subject to such modifications as shall be ordered by the Project Manager. No deviations from the lines, depths of cutting or gradients of sewers shown on the plans and sections shall be permitted except by the express direction in writing of the Project Manager.

5.3.2 Excavation in tunnels

The excavation for sewer works shall be open cutting only, unless the permission of the Project Manager is obtained for laying pipes in tunnel where sewers have to be constructed along narrow passages or difficult ground.

5.3.3 Opening out trenches

In excavating the trenches, etc. the solid road metalling, pavement, kerbing, etc. and turf is to be placed on one side and preserved for reinstatement when the trenches or other excavation shall be filled up. Before any road metal is replaced, it shall be carefully sifted. The surface of all trenches and holes shall be restored and maintained to the satisfaction of the Project Manager.

The Contractor shall grub up and clear the surface over the trenches and other excavations of all trees, stumps roots and all other encumbrances affecting execution of the work and shall remove them from the site to the approval of the Project Manager.

CONTRACTOR WITNESS 88

5.3.4 Obstruction of roads

The Contractor shall not occupy or obstruct by his operation more than one half of the width of any road or street and sufficient space shall then be left for public and private transit, he shall remove the materials excavated and bring them back again when the trench is required to be refilled. The Contractor shall obtain the consent of the Project Manager.

5.3.5 Removal of filth

All night soil, filth or any other offensive matter met with during the execution of the works, immediately after it is taken out of any trench, sewer or cess pool, shall not be deposited on to the surface of any street or where it is likely to be a nuisance or passed into any sewer or drain but shall be at once put into the carts and remove to a suitable place to be provided by the Contractor.

5.3.6 Excavation to be taken to proper depths

The trenches shall be excavated to such a depth that the sewer shall rest on concrete as described in the several clauses relating thereto and so that the inverts may be at the levels given in the sections.

5.3.7 Refilling

After the sewer or other work has been laid and proved to be water tight, the trench or other excavations shall be refilled. Utmost care shall be taken in doing this, so that no damage shall be caused to the sewer and other permanent work. The filling in the haunches and upto 75cms above the crown of the sewer shall consist of the finest selected materials placed carefully in 15cms layers and flooded and consolidated. After this has been laid, the trench and other excavation shall be refilled carefully in 15cms layers with materials taken from the excavation, each layer is being watered to assist in the consolidation unless the Project Manager.

5.3.8 Contractor to restore settlement and damages

The contractor shall, at his own costs and charges make good promptly during the whole period the works are in hand, any settlement that may occur in the surfaces of roads, berms, footpaths, gardens, open spaces etc. Whether public or private caused by his trenches or by his other excavations and he shall be reliable for any accidents caused thereby. He shall also at his own cost and expenses and charges, repair any make of any damage done to the buildings and other property.

5.3.9 Disposal of Surplus Earth

The Contractor shall at his own costs and charges provide places for disposal of all surplus materials not required to be used on the works. As each trench is refilled the surplus soil shall be immediately removed, the surface properly restored and roadways and sides left clear.

5.3.10 Timbering of sewer and trenches

a) The contractor shall at all times support efficiently and effectively the sides of the sewer trenches and other excavations by suitable timbering, pilling and sheeting and they shall be closed, timbered in loose of sandy strata and below the surface of the sub soil water level.

b) All timbering, sheeting and piling with their walling and supports shall be of adequate dimensions and strength and fully braced and strutted so that no risk of collapse of subsidence of the walls of the trench shall be take place.

c) The contractor shall be held responsible and will be accountable for the sufficiency of all timbering, bracings, sheeting and piling used as also for, all damage to persons

CONTRACTOR WITNESS 89

and property resulting from improper quality, strength, placing, maintaining or removing of the same.

5.3.11 Shoring of Buildings

The Contractor shall shore up all buildings, walls and other structures, the stability of which is liable to be endangered by the execution of the work and shall be fully responsible for all damages to persons or property resulting from any accident.

5.3.12 Removal of water from sewer, trench etc

a) The Contractor shall at all times during the progress of the work keep the trenches and excavations free from water which shall be disposed of by him in a manner as will neither cause injury to the public health nor to the public or private property nor to the work completed or in progress nor to the surface of any roads or streets, nor cause any interference with the use of the same by the public.

b) If any excavation is carried out at any point or points to a greater width than the specified cross section of the sewer with its envelope, the full width of the trench shall be filled with concrete by the Contractor at his own expenses.

5.3.13 Width of trench

5.3.14 Recommended width of trenches at the bottom shall be as follows:-

100 mm dia pipe 55 cms150 mm dia pipe 55 cms225-250 mm dia pipe 60 cms300 mm dia pipe 75 cms

Maximum width of the bed concrete shall also be as above. No additional payment is admissible for widths greater than specified.

5.4 Salt glazed stoneware pipes (Where applicable)

5.4.1 Stoneware pipes shall be of first class quality salt glazed and free from rough texture inside and outside and straight. All pipes shall have the manufacturers name marked on it and shall comply to I.S. 65.1

5.4.2 Laying and jointing of stoneware salt glazed pipes

Pipes are liable to be damaged in transit and notwithstanding tests that may have been made before dispatch each pipe shall be examined carefully on arrival at the site. Each pipe shall be rung with a wooden hammer or mallet and those that do not ring true and clear shall be rejected. Sound pipes shall be carefully stacked to prevent damage. All defective pipes should be segregated, marked in a conspicuous manner and their use in the works prevented.

The pipes shall be laid with sockets leading uphill and rest on solid and even foundations for the full length of the barrel. Socket holes shall be formed in the foundation sufficiently deep to allow the pipe jointer room to work right round the pipe and as short as practicable to admit the socket and allow the joint to be made.

Where pipes are not bedded on concrete the trench bottom shall be left slightly high and carefully bottomed up as pipe laying proceeds so that the pipe barrels rest on firm ground. If excavation has been carried too low it shall be made up with cement concrete at the Contractor's cost and charges.

If the bottom of the trench consists of rock or very hard ground that cannot be easily excavated to a smooth surface, the pipes shall be laid on cement concrete bed to ensure even bearing.

CONTRACTOR WITNESS 90

5.4.3 Jointing of pipes

Tarred gaskin shall first be wrapped round the spigot of each pipe and the spigot shall then be placed into the socket of the pipe previously laid, the pipe shall then be adjusted and fixed in its correct position and the gaskin caulked tightly home so as to fill not more than one quarter of the total length of the socket.

The remainder of the socket shall be filled with stiff mix of cement mortar (I cement: I clear sharp washed sand). When the socket is filled, a fillet should be formed round the joint with a trowel forming an angle of 45 degrees with the barrel of the pipe. The mortar shall be mixed as needed for immediate use and no mortar shall be beaten up and used after it has begun to set.

After the joint has been made any extraneous materials shall be removed from inside of the joint with a suitable scraper of "badger". The newly made joints shall be protected until set from the sun, drying winds, rain or dust. Sacking or other materials, which can be kept damp, shall be used. The joints shall be exposed and space left all round the pipes for inspection by the inside of the sewer must be left absolutely clear in bore and free from cement mortar or other obstructions throughout its entire length, and shall efficiently drain and discharge.

5.5 UPVC Pipes & Fittings.

a) Upvc pipes shall be straight and smooth conforming to IS 4985-1983 of class as specified in Schedule of Quantities.

b) Joints shall be done as per the manufacturer’s recommendations. The pipes and fittings must have matching dimension for perfect joints in the system shall be with solvent cement as per manufacturers requirements.

5.6 Testing

All lengths of the sewer and drain shall be fully tested for water tightness by means of water pressure maintained for not less than 30 minutes. Testing shall be carried out from manhole to manhole. All pipes shall be subjected to a test pressure of at least 1.5 meter head of water. The test pressure shall, however, not exceed 6 meter head at any point. The pipes shall be plugged preferably with standard design plugs with rubber plugs on both ends. The upper end shall, however, be connected to a pipe for filling with water and getting the required head.

Sewer lines shall be tested for straightness by: (i) inserting a smooth ball 12 mm less than the internal diameter of the pipe. In the absence of obstructions such as yarn or mortar projecting at the joints the ball should roll down the invert of the pipe and emerge at the lower end. (ii) means of a mirror at one and a lamp at the other end. If the pipeline is straight the full circle of light will be seen otherwise obstruction of deviation will be apparent.

The Contractor shall give a smoke test to the drains and sewer at his own expense and charges, if directed by the Project Manager.

A test register shall be maintained which shall be signed and dated by Contractor.

5.7 Gully traps

Gully traps shall be of the same quality as described for stoneware pipes in clause 5.4.1 above and used where shown on drawings.

Gully traps shall be fixed in cement concrete 1:5:10 mix (1 cement: 5 coarse sand: 10 stone aggregate 40 mm nominal size) and a brick masonry chamber 30x30 cms inside plastered with cement mortar I:5 with 15x 15 cms grating inside and 30x30 cms C.I. sealed cover and frame weighing not less than 7.3 kg to be constructed as per standard

CONTRACTOR WITNESS 91

drawing. Where necessary, sealed cover shall be replaced with C.I. grating of the same size.

5.8 Reinforced cement concrete pipes

All underground storm water drainage pipes and sewer lines where specified (other than those specified cast iron) shall be centrifugally spun S & S RCC pipes of specified class. Pipes shall be true and straight with uniform bore, throughout. Cracked, warped pipes shall not be used on the work. All pipes shall be tested by the manufacturer and the Contractor shall produce, when directed a certificate to that effect from the manufacturer.

LayingR.C.C. spun pipes shall be laid on cement concrete bed or cradles as specified and shown on the detailed drawings. The cradles may be precast and sufficiently cured to prevent cracks and breakage in handling. The invert of the cradles shall be left 12 mm below the invert level of the pipe properly placed on the soil to prevent any disturbance. The pipe shall then be placed on the bed concrete or cradles and set for the line and gradient by means of sight rails and bonding rods etc. Cradles or concrete bed may be omitted, if directed by the Project Manager.

JointingAfter setting out the pipes the socket shall be centered over the spigot and filled in with tarred gaskin, so that sufficient space is left on either side of the collar to receive the mortar. The space shall then be filled with cement mortar 1:2 (1 Cement: 2 fine sand) and caulked by means of proper tools. All joints shall be finished at an angle of 45 degrees to the longitudinal axis of the pipe on both sides of the collar neatly.

Testing All pipes shall be tested to a hydraulic test of 1.5 m head for at least 30 minutes at the highest point in the section under test. Test shall also be carried out similar to those for stoneware pipes given above. The smoke test shall be carried out by the contractor, if directed by the Project Manager and a test register shall be maintained which shall be signed and dated by the Contractor/Project Manager.

5.9 Cement Concrete and masonry works (For Manholes and Chambers)

5.9.1 Materials

a) Water

Water used for all the construction purposes shall be clear and free from Oil, Acid, Alkali, Organic and other harmful matters, which shall deteriorate the strength and/or durability of the structure. In general, the water suitable for drinking purposes shall be considered good enough for construction purpose.

b) Aggregate for Concrete

The aggregate for concrete shall be in accordance with I.S. 383 and I.S. 515 in general, these shall be free from all impurities that may cause corrosion of the reinforcement. Before actual use these shall be washed in water, if required as per the direction of Project Manager. The size of the coarse aggregate shall be done as per I.S.383.

c) Sand

Sand for various constructional purposes shall comply in all respects with I.S 650 and I.S. 2116. It shall be clean, coarse hard and strong, sharp, durable, uncoated, free from any mixture of clay, dust, vegetable matters, mica, iron impurities soft or flaky and elongated particles, alkali, organic matters, salt, loam and other impurities which may be considered by the Project Manager.

CONTRACTOR WITNESS 92

d) Cement

The cement used for all the constructional purposes shall be Fly ash PPC cement or rapid hardening Portland cement conforming to I.S. 269.

e) Mild Steel Reinforcement

The mild steel for the reinforcement bars shall be in the form of round bars conforming to all requirements of I.S. 432 (Grade I).

f) Bricks

Bricks shall have uniform color, thoroughly burnt but not over burnt, shall have plan rectangular faces with parallel sides and sharp right angled edges. They should give ringing sound when struck. Brick shall not absorb more than 20% to 22% of water, when immersed in water for 24 hours. Bricks to be used shall be approved by the Project Manager.

g) Other Materials

Other materials not fully specified in these specifications and which may be required in the work shall conform to the latest I.S. All such materials shall be approved by the Project Manager before use.

5.9.2 Cement concrete (plain or reinforced)

a) Cement concrete pipes bedding, cradles, foundations and R.C.C. slabs for all works shall be mixed by a mechanical mixer where quantities of the concrete poured at one time permit. Hand mixing on properly constructed platforms may be allowed for small quantities by the rate for cement concrete shall be inclusive of all shuttering and centering at all depth and heights.

b) Concrete work shall be of such thickness and mix as given in the Schedule of Quantities.

c) All concrete work shall be cured for a period or at least 7 days. Such work shall be kept moist by means of gunny bags at all times. All pipes trenches and foundations shall be kept dry during the curing period.

5.9.3 Masonry

Masonry work for manholes, chambers, septic tanks, and such other works as required shall be constructed from 1st class bricks or 2nd class as specified in the Schedule of quantities in cement mortar 1:5 mix (1 cement: 5 coarse sand). All joints shall be properly raked to receive plaster.

5.9.4 Cement concrete for pipe support

Wherever specified or shown on the drawing, all pipes shall be supported in bed all round or haunches. The thickness and mix of the concrete shall be given in the Schedule of Quantities. Width of the bedding shall be as per para 5.3.1.4.

Unless otherwise directed by the Project Engineer, cement concrete for bed, all-round or in haunches shall be laid as follows: -

upto 1.5 m upto 3 m beyond 3 mdepth depth depth

----------------------------------------------------------------------------------------------------------------------Stoneware pipes All round Haunches All roundIn open ground (1:4:8) (1:4:8) (1:4:8)(no sub soil water)

R.C.C or SW All round Haunches Haunches(In sub soil water) (1:3:6) (13:6) (1:3:6)

C.I Pipes All round Haunches Haunches(In all conditions) (1:3:6) (13:6) (1:3:6)

CONTRACTOR WITNESS 93

R.C.C Pipes All round All round All roundOr C.I Pipes (1:3:6) (13:6) (1:3:6)Under or building(Ratio refer to cement: coarse sand: stone aggregate 40 mm nominal size)

R.C.C pipes or C.I. pipes may be supported on brick masonry or precast R.C.C or in situ cradles. Cradles shall be shown on the drawings. Pipes in loose soil or above ground shall be supported on brick or stone masonry pillars as shown on the drawings.

5.10 Manholes and chambers

5.10.1 All manholes, chambers and other such works as specified shall be constructed on brick masonry in cement mortar 1:5(1 cement: 5 coarse sand) as specified in the Schedule of Quantities.

5.10.2 All manholes and chambers, etc. shall be supported on base of cement concrete of such

thickness and mix as given in the Schedule or Quantities or shown in the drawings.

Where not specified, manholes shall be constructed as follows:- (all dimensions internal clear in cms)

Size of manhole 90x80 120x90 91 dia 122 dia type Rect. Rect. Conical Conical-------------------------------------------------------------------------------------------------------------------Maximum depth 120 240 167 168

Average thicknessOf R.C.C slab 15 15 - -

Size of cover and frame cms 60x45 50 dia 50 dia 50 dia

Weight of Cover 38 kg 116 or 116 or 116 orand frame ------ 208 kg 208 kg 208 kg------------------------------------------------------------------------------------------------------------------

5.10.3 All manholes shall be provided with cement concrete benching in 1:2:4 mix. The benching shall have a slope of 10 cms towards the channel. The depth of the channel shall be full diameter of the pipe. Benching shall be finished with a floating coat of neat cement. (1 cement: 2 coarse sand: 4 stone aggregate 20 mm nom. Size) as per standard details.

5.10.4 All manholes shall be plastered with 12mm thick cement mortar 1: 3 (1 cement: 3 coarse sand) and finished with a floating coat of neat cement inside. Manhole shall be plastered outside as above but with rough plaster mixed with water proofing compound.

5.10.5 All manholes with depths greater than 1 m. shall be provided with 20 mm square or 25 mm round rods plastic coated catch rings set in cement concrete blocks 25x10x10 cms in 1:2:4 mix 30 cms vertically and staggered. Foot rests shall be coated with coal tar before embedding.

5.10.6 All manholes shall be provided with cast iron/steel fiber reinforced plastic (SFRC) covers and frames and embedded in reinforced cement concrete slab. Weight of cover, frame and thickness of slab shall be as specified in the Schedule of Quantities or given above.

5.10.7 Road gullies, ramp drains, gratings in basement shall be cast iron with M.S. frame or Steel Fiber Reinforced Concrete (SFRC) with frame as specified in the Schedule of Quantities.

5.11 Making connections

CONTRACTOR WITNESS 94

5.11.1 Contractor shall connect the sewer line of the building to the main manhole by providing making holes and channels etc.

5.12 Measurement

5.12.1 Excavation

5.12.1.1 Measurement for excavation of pipe trenches shall be made per linear meter under the respective category of soil classification encountered at site and specified in the tender.

A) Ordinary soilB) Hard soil (hard moorum & soft rock)C) Hard rock requiring chiselingD) Hard rock requiring blasting

5.12.1.2 Trenches shall be measured between outside walls of manholes at top and the depth shall be the average depth between the two ends to the nearest cm. The rate quoted shall be for a depth up to 1.5 m or as given in the Schedule of Quantities.

5.12.1.3 Payment for trenches more than 1.5 m in depth shall be made for extra depth as given in the schedule of quantities and above the rate for depth up to 1.5 m.

5.12.1.4 Timbering and Shoring Timbering and shoring as described above shall be measured per sq m and paid for as per the type of timbering of shoring done at site and as per the relevant item in the Schedule of Quantities. Rate for timbering and shoring shall be for all depths and types of soil classifications including saturated soil.

5.12.1.5 Saturated Soil

No extra payment for pumping and bailing out water shall be made for excavation with an average depth of 1.5 m in saturated soil, surface water from rain falls or broken pipes lines, or sieves and other similar sources. An extra rate as quoted in the schedule of quantities shall be paid for excavation in saturated soil for pipe trenches above average depth of 1.5 m. No payment is admissible for water collected from surface sources and broken pipelines or sewers.

5.12.1.6 Refilling, Consolidation and Disposal of Surplus Earth

Rate quoted for excavation of trenches shall be inclusive of refilling, consolidation and disposal of surplus earth within a lead of 200 m.

5.12.2 Stoneware Pipes/RCC/C.I. pipes

Stoneware/R.C.C./C.I. pipes shall be measured for the finished length of the pipeline per linear meter i.e.

(a) Lengths between manholes shall be recorded from inside of one manhole to inside of other manhole

(b) Length between gully trap and manhole shall be recorded between socket of pipe near gully trap and inside of manhole. Rate shall include all items given in the schedule of quantities and specifications.

5.12.3 Gully Traps

Gully traps shall be measured by the number and rate shall include all excavation, foundation, concrete brick masonry, cement plaster inside and outside, C.I. grating and sealed cover and frame.

CONTRACTOR WITNESS 95

5.12.4 Cement Concrete for Pipes

Cement concrete in bed and all-round or in haunches shall be paid per running meter between the outside walls of manholes at bottom of the trench. No additional payment is admissible in respect of concreting done for widths greater than specified, for shuttering or centering and concreting in sub soil water conditions.

5.12.5 Manholes, Catch basins & Ramp drains

a) All manholes and catch basins shall be measured by numbers and shall include all items specified above and necessary excavation, refilling & disposal of surplus earth.

b) Manholes with depths greater than specified under the main item shall be paid for under "extra depth" and shall include all items as given for manholes. Measurement shall be done to the nearest cm. Depth of the manholes shall be measured from top of the manhole cover to bottom of chancel.

a) Ramp drains shall be measured per meter length.

5.12.6 Making Connections

Item for making connection to municipal sewer shall be paid for by number and shall include all items given in the Schedule of Quantities and specifications.

CONTRACTOR WITNESS 96

SECTION VI GARDEN IRRIGATION

6.0 Garden Irrigation System

6.1 Scope of Work

Work under this section consists of furnishing all labour, materials equipment and

appliances necessary and required to install garden hydrants and sprinklers and drip

Irrigation water supplies system as required by the drawings, specified hereinafter and as

given in the Schedule of Quantities (BOQ).

6.1.1 Without restricting to the generality of the foregoing, the water supply system shall

include the following:-

a) Connections from the water supply system to all hydrants, sprinklers and drip irrigation points.

b) Garden hydrants, surface sprinklers & pipe emitters.

c) Excavation and refilling of pipes trenches.

d) Control valves, masonry chambers and other appurtenances.

e) Connections to all pumps & appliances.

6.2 The System

6.2.1 The garden hydrant and sprinkler irrigation system will be new and fully working system

in the complex.

6.4.1 System components shall be pipes, valves, controllers, various types of sprinklers and drip irrigation lines with emitters as approved by the Project Manager.

6.5 General requirements

6.3.1 All materials shall be new of the best quality conforming to specifications. All works

executed shall be to the satisfaction of the Project Manager.

6.5.1 Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a neat workmanlike manner.

6.5.2 Short or long bends shall be used on all main pipe lines as far as possible. Use of elbows shall be restricted fur short connections.

6.5.3 Pipes shall be laid in a manner as to provide as far as possible easy accessibility for repair and maintenance. Pipes under roads shall be laid in RCC pipe sleeves.

6.5.4 Valves and other appurtenances shall be so located as to provide easy accessibility for operations, maintenance and repairs.

6.6 HDPE Pipes and Fittings.

CONTRACTOR WITNESS 97

6.6.1 Garden hydrant mains shall be HDPE pipes conforming to IS: 4984 of class specified. If class is not mentioned in the schedule of quantities the same shall be Material Grade PF100, unless other materials like uPVC schedule 40 or uPVC as per IS 4985 in accordance to specifications given above are specified in the BOQ.

6.6.2 Fittings for HDPE pipes shall be injection molded fitting suitable for thermal weld joints. Fittings must have suitable provision for expansion and shall be rated for the same working pressure as the pipeline, unless other materials like uPVC schedule 40 or uPVC as per IS 4985 in accordance to specifications given above are specified in the BOQ.

6.6.3 Thermal Joints shall be made in an approved manner as recommended by the manufacturer.

6.6.4 Provide flanges at intervals of 20-25 m. for all pipes 65 mm dia and above.

6.6.5 Provide suitable adapters for connection between pipes & valves.

6.6.6 Provide cement concrete supports and anchor blocks at all bends, tees and other locations as directed by the Project Manager. Connections at garden hydrant outlet, near valves must also be anchored.

6.6.7 Drip Irrigation Pipes

Pipes shall be LLDPE pies of UC 7510 resin conforming to ASAE S-435 standard or as per landscape designer.

6.6.8 G.I. Pipes & Fittings

Vertical connection for garden hydrant points shall be galvanised steel tubes to IS12:1239 (medium class) with matching malleable iron fitting of approved make.

6.7 Sprinklers

Pop-up Sprinklers Pop-up sprinklers shall be underground with rugged plastic high impact case with precision jet spray guide arm control with brass head, Sprinklers shall be suitable for pressure and coverage given in the schedule of quantities.

CONTRACTOR WITNESS 98

SECTION VII

PUMPING AND WATER TREATMENT PLANT SYSTEM

7.0 SCOPE OF WORK

a) Work under this section shall consist of furnishing all labour, materials equipment and appliances necessary and required to completely install all works described hereinafter and shown on the drawings.

b) Without restricting to the generality of the foregoing the system shall include the following:

a. Raw water, Treated water, Soft water and drainage pumps.

b. Water filtration plant with pressure filter and chlorination plant.

c. Water Softening plant.

7.1 GENERAL REQUIREMENT

7.1.1 All materials shall be new as per approved makes complying with the appropriate Indian Standards.

7.1.2 All pump should be at least BEE 5 Star rated pumps/motors wherever available.

7.1.3 EFF1 class motors are recommended.

7.1.4 All equipment other than specified in approved makes shall be of the best available make manufactured by reputed firms to the entire satisfaction of Resident Engineer.

7.1.5 The sample of the items shall be provided on the request of engineer-in-charge.

7.1.6 All equipment shall be so installed on suitable existing foundations, true to level and in a neat work- man like manner.

7.1.7 Equipment shall be installed so as to provide sufficient clearance between the end walls & between equipment to equipment.

7.1.8 Shop drawings for equipment layout with associated piping, control panels and wiring of equipment showing the route of conduit / cable from equipment to control panel shall be submitted by the Contractor for approval to engineer-in-charge before start ing the fabrication of panel and starting the work. On completion of the works, four sets of "As-installed" drawings incorporating all details like equipment layout, piping routes, location of panels etc. shall be furnished by the contractor.

7.2 WATER SUPPLY PUMPS

7.2.1 HYDROPNEUMATIC SYSTEM – Fresh Water Supply

7.2.1.1 Hydro pneumatic system pumps shall be multistage stage, vertical stainless steel pumps, having stainless steel casing, stainless steel pump foot and diffusers, stainless impeller, stainless steel shaft, ceramic bearings, tungsten carbide shaft protection bushes and hydro pneumatic pump make to mechanical seal driven by 2900 RPM, 220 Volts, 50 Cycles, AC 3 –phase TEFC vertical flange motor. Each pump shall be capable of operating within a performance pressure characteristics range sufficient below and above the required working pressure.

7.1.1.2 200 lits diaphragm tank fabricated from prime quality steel for long life the tanks are long lasting epoxy paint treatment for greater protection against atmospheric elements.

7.1.1.3 Pumps and motors shall be mounts on a common MS structural base plate.

CONTRACTOR WITNESS 99

7.1.1.4 Each pump shall be provides with a totally enclosed fan cooled induction motor of H.P and R.P.M specified in schedule of quantities.

7.1.1.5 Each pumping set shall be provides with a Gun Metal “Bourden” type pressure gauge with gunmetal isolation cock and connecting piping and also with pressure switch for its operation controlling.

7.1.1.6 Appropriate vibration eliminating pads shall be provides with each pump.

7.1.1.7 The pump set shall be provided with gun metal gate valve of appropriate sizes on delivery. a non-return valve of appropriate size and a pressure gauge with cock shall be provided on the delivery line.

7.1.1.8 Suction and delivery lines of the pumps shall be provided with double flanged reinforced Neoprene flexible pipe connectors. Connectors shall be suitable for a working pressure of each pump as specified in Schedule of Quantities.

7.1.1.9 Mega Control Device with one number variable frequency drive.

7.3 WATER TREATMENT PLANT FEED PUMPS7.3.1 Treatment plant feed pumps shall be single stage, vertical stainless steel pumps, having

stainless steel casing, stainless steel pump foot and diffusers, stainless impeller, stainless steel shaft, ceramic bearings, tungsten carbide shaft protection bushes and mechanical seal driven by 2900 RPM, 220 Volts, 50 Cycles, AC 3 –phase TEFC vertical flange motor. Each pump shall be capable of operating within a performance pressure characteristics range sufficient below and above the required working pressure.

7.3.2 Pumps and motors shall be mounts on a common MS structural base plate.

7.3.3 Each pump shall be provides with a totally enclosed fan cooled induction motor of H.P and R.P.M specified in schedule of quantities.

7.3.4 Each pump shall be provides with a Gun Metal “Bourden” type pressure gauge with gunmetal isolation cock and connecting piping.

7.3.5 Appropriate vibration eliminating pads shall be provides with each pump.

7.3.6 The pump set shall be provided with gun metal gate valve of appropriate sizes on delivery. a non-return valve of appropriate size and a pressure gauge with cock shall be provided on the delivery line along with suitable size of Y- strainer at suction side.

7.3.7 Suction and delivery lines of the pumps shall be provided with double flanged reinforced Neoprene flexible pipe connectors. Connectors shall be suitable for a working pressure of each pump as specified in Schedule of Quantities.

7.4 SUMP PUMPS

7.4.1 Pumps shall be submersible type as indicated in data sheet.

7.4.2 Pump shall be integral with submersible motor on a common shaft. The pumps shall have 2900 rpm synchronous speed unless stated otherwise in the data sheets.

7.4.3 The pump set shall be installed in vertical position in sumps with level controller cum operated float switches.

7.4.4 Pump casings shall be aluminum and impellers of SS. All pumps shall have combination ball and roller bearings and shaft seals should be mechanical. Motor shall be submersible and shall be rated for minimum hp specified or the BHP absorbed in the operating range of the pump.

7.5 DOSING PUMPDosing Pump shall be provided for the working pressure of System where the solution is to be dosed.

Metering Pump shall be provided for operation on 220 V, 50 Hz., AC Power Supply.

Piping from the Main Water Supply Line to the doser shall be PVC flexible pipe branded.All parts of the metering/dosing pump coming in contact with solution shall be of stainless steel of grade SS-304.

CONTRACTOR WITNESS 100

7.6 LEVEL CONTROLLER Contractor shall provide and install low voltage transistorized level controllers as

specified in Schedule of Quantities. Each level controller shall be provided with required number of PVC sheathed stainless steel probes with necessary wiring and conducting.

7.6.1 FOR FILTER FEED PUMPSTo cut off water treatment plant feed pumps on low water level in raw water tanks and high water level in ground floor treated water tank. To start pumps on low water level in treated water tanks.

7.6.2 FOR SOFTENER FEED PUMPSTo cut off water treatment plant feed pumps on low water level in Treated water tanks and high water level in ground floor Soft water tank. To start pumps on low water level in soft water tanks.

7.6.3 TREATED WATER TRANSFER PUMPS

To cut off treated water transfer pumps on low water level in treated water tank and high water level in overhead treated water tank and start sump on low water level in overhead treated water tank.

7.6.4 IRRIGATION WATER TRANSFER PUMPS

To cut off soft water transfer pumps on low water level in soft water tank and high water level in overhead soft water tank and start sump on low water level in overhead soft water tank.

7.6.5 FOR HYDROPNEUMATIC SYSTEM

To cut off hydro-pneumatic system pumps on low water level in ground level treated water tanks. To start pumps on opening of any taps.

7.7 WATER FILTERATION & SOFTENING PLANT

The water treatment equipment shall be based on the raw water criteria as mentioned.

S.No. Parameters Raw Water

(Inlet)

Properties of

water

Unit Desirable

Limits Drinking

Water as per IS

10500

Extended Limits

Drinking Water

as per IS 10500

1 Colour < 1 Max 5

2 Turbidity 0.2 NTU 5

3 PH Valve 7.6 Range 6.5 – 8.5

4 Total Dissolved Solid

800 Mg/l 2000

5 Chlorides (as Cl) 180 Mg/l 250 1000

6 Sulphate as SO4 190 Mg/l 400

7 Fluorides(as F) 0.2 Mg/l 1 1

8 Magnesium as Mg 3.1 Mg/l

9 Total Hardness, CaCO3

267 Mg/l

7.7.1 WATER FILTERS

Water filters shall be sand / gravel pressure filters downward or upward flow type suitable for a rate of filtration given in schedule of quantities.

Filter shall be vertical type of required diameter. The shell shall be fabricated from M.S. plate suitable to withstand a working pressure given in schedule of quantities. The

CONTRACTOR WITNESS 101

minimum thickness of shall will be 8 mm and dished ends shall be 10 mm. The filter shall have at least one pressure tight manhole cover. Each filter shall be provide with screwed or flanged connections for inlet, outlet individual drain connections and all other connections necessary and required. Filter shall be painted inside with two or more coats of non- toxic corrosion resistant paint and one coat of red oxide primer outside.

UNDER DRAIN SYSTEM: Each filter shall be provides with an efficient under drain system comprising of collecting pipes, gunmetal / poly propylene nozzles of manufacturer’s design. The entire under drain system shall be provides on M.S. plate cement concrete supports.

FACE PIPING: Each filter shall be provides with interconnecting face piping comprising of inlet, outlet, and backwash complete with valves. Piping shall be cast iron double flanged to I.S.1536-1967 and C.I. Double flanged fittings to I.S. 1537-1967. Sluice valves 65 mm dia. and above shall be cast iron Double flanged sluice valves to I.S. 780. Valves 50 mm and below shall be screwed type gunmetal full way gate valves. Water softener must be of multiport valve.

ACCESSORIES: Each filter shall be provided with following accessories:

Air release valve with connecting piping.

100 mm diameter dial Bourden type gunmetal pressure gauges with gunmetal isolation cock and connecting pipes.

Sampling cocks on raw water inlet and filtered water outlet.

Individual drain connection with gunmetal full way valve.

Connection with valve for air scouring.

Flow meter or water meter (if required).

FILTER MEDIA

Each filter shall be provided with clean and washed filter media. Following is recommended:

Pebbles 13.6mmsize (100mm deep)

Gravel 6-2.5mmsize (100mm deep)

Coarse sand 2.5-.25mm size (100 mm deep)

Fine sand 1.25-.08mm size (650-750mm deep)

Activated 600mm

The above filter media arrangement may be altered to suit contractor’s own design for the most efficient performance.

7.7.2 CHEMICAL DOSER ( Alum Doser, chlorinator )

Chemical doser shall be displacement type complete with rubber bag in vessel duly painted of 50 liters capacity or as mentioned in the schedule of quantities.

Doser shall be suitable for working pressure mentioned in the schedule quantities.

Each doser shall be provided with orifice plate assembly injection and corrosion proof piping. Piping from the main water supply line to the doser shall be G. I. pipes to IS : 1239 (heavy class).

CONTRACTOR WITNESS 102

7.7.3 WATER SOFTNER

Softener vessel shall be designed in accordance with the code of unfired pressure vessel conforming to BIS.

Softeners shall be designed to give ‘Soft Water’ of quality of Commercial Zero i.e. hardness less than 5 ppm for soft water tanks and less than 150 ppm for treated water tank. Softener shall provide with suitable grade of CATION exchange resin in quantity to be considered by the Contractor at the time of quoting.

Softener shall be fabricated out of mild steel and suitable for self-supporting arrangement.

Softener shall have a set of face piping for inlet, outlet brine injection with all valves. Suitable drain shall be provided (with multiport valve preferably).

One set of hydraulic injector with control valve and brine delivery pipes.

One cylindrical PVC/HDPE brine saturator and mixing tank, provided with brine delivery piping with adjustable level indicating clamp and control valves complete. The tank shall be of capacity as given in the schedule of quantities.

The first charge of resin, chemicals, media & consumables shall be included in the cost of water softening plant.

7.8 INSTALLATION AND TESTING

All pumps, water treatment equipments, R.O. plants and solar heater shall be laid out generally in accordance with the shop drawings (submitted by contractor and approved by engineer-in-charge achieving economy of space and piping.

All pumps, water treatment equipments, R.O. plants and solar heater shall be tested for the rated performance in the presence of the employer's representative and got approved.

7.9 Mode of measurement

Pumps for water supply with valves on suction & delivery side, non-return valve on delivery, pressure gauge on delivery, set of high/low control including wiring, foundation bolts, nuts etc. shall be measured as one unit and paid.

Sump pumps with motor, water proof cable, gun metal valve, and non return valve in delivery all installed in position will be measured as one unit and paid.

Level controllers shall be measured by numbers.

Water filter, Softener, Chemical dosers shall be measured by number and shall include all items given in schedule of quantities.

7.10 CATALOGUES & MANUAL

The Contractor shall furnish the operation & maintenance manual/ technical literatures in duplicate to engineer-in-charge.

CONTRACTOR WITNESS 103

SECTION VIII

FIRE HYDRANT SYSTEM

1.0 Scope of work

1.1 The scope of work shall cover supply, fabrication, installation, testing and commissioning of the fire hydrant system covering the following but not limited to:

1.1.1 Fire Hydrant pumps, electric and diesel driven as shown in the equipment schedule, drawings and as required.

1.1.2 Jockey pump, electric driven as shown in the equipment schedule, drawings and as required.

1.1.3 Engine Control Panel.

1.1.4 Hydrant mains, external ring and yard hydrants.

1.1.5 Wet risers in the building as specified and shown on drawings.

1.1.6 Landing valves, hose reels, hose cabinets etc.

1.1.7 Fire brigade breaching; inlet & outlet connections and connections to pumps and appliances.

1.1.8 The contractor shall get the Fire Fighting System approved by the Chief Fire Officer of Delhi Fire Service.

2.0 Standards

2.1 The fire hydrant installation shall conform to and meet with the requirements set out by the following:

2.1.1 As relevant IS Code of practice for the safety of buildings (General) firefighting equipment and its maintenance.

2.1.2 As relevant IS Code of practice for installation of internal fire hydrant in multi-storied building.

2.1.3 Compliance with the local fire brigade and the fire enforcing authorities as specifically laid down by them.

3.0 Fire pump

3.1 The fire pump shall be single stage / double stage suction centrifugal type with split casing type and direct driven by electric motor or diesel engine as specified. The pump rating and performance shall conform to the equipment schedule and meet the TAC duty requirements.

3.2 Pump casing shall be of close grained cast iron with bronze impeller. The shaft sleeve shall be brass or SS 304 and the trim shall be brass or bronze.

3.3 Pump shall be capable of delivering 150% of the rated capacity at 65% of the rated head and the no-delivery head shall be not more than 140% (150% in case of end suction type) of the rated delivery head. The pump casing shall withstand 1.5 times the no-delivery pressure or 2 times of the duty pressure whichever is higher.

3.4 The pump shall be either electrically driven or diesel driven with direct flexible coupling.

3.5 The electric drive motor shall be squirrel cage induction conforming to IS 325 - 1978 and rated for continuous duty (S1). Motor shall have not less than class F insulation and minimum enclosure of IP22. The starter shall be air cooled fully automatic star delta or auto transformer type. Starters shall conform to IS 8544 and rated for AC-3 duty conditions.

3.6 Drive rating shall be based on the largest of the following:

a) Rated pump discharge at rated head

b) 150% of rated discharge @ 65% of rated head

CONTRACTOR WITNESS 104

c) Maximum power absorbed by the pump in its operating range i.e. no-delivery to free discharge.

3.7 The diesel engine shall be naturally aspirated (non-turbocharged) and electrically started. The engine shall be complete with starting batteries full-wave selenium rectifier charger, isolator, leads, mounting frame etc. Engine rating shall be same as for the electric motor. The detailed specifications of the engine are at Clause no 6.0.

4.0 Accessories

4.1 The Fire Pumps shall be complete with the following accessories:

a) Suction and discharge eccentric reducers

b) Pump coupling guard

c) Common base frame, fabricated mild steel or cast iron.

4.2 Each pump shall have independent set of pressure switches. The pressure switch shall be snap action SP DT switch rated 10A @ 220 V operated through a stainless steel diaphragm. The switch shall have a pointer for manual adjustment of set point, and all electrical connections shall be terminated in a screwed terminal connector. The entire unit shall be encased in a cold drawn steel (heavy gauge) enclosure. The diaphragm shall be designed for a maximum operating pressure of the system. Each pressure switch shall be provided with a pressure gauge in parallel as shown on the drawings and all gauges and pressure switches shall be mounted in an instrument panel with necessary control piping and drainage facility.

5.0 System operation and control panels

5.1 The fire pump shall be started automatically on loss of pressure and the operation sequence of the booster and fire pumps shall be as follows:

5.1.1 Jockey Pump shall start when the system pressure drops by 0.35 kg/cm2 and stop when the system pressure is re-established.

5.1.2 The Fire Pump shall start when the system pressure drops by 1.0 kg/cm2 and shall continue to run till manually switched off.

5.1.3 Jockey and fire pump starting shall be indicated on the panel with a red indication lamp.

5.2 The motor starters (direct on line or star-delta) shall consist of electrically actuated contactors. The starter shall be complete with ON-OFF push buttons, timers and auxiliary contacts and shall be fully automatic. There shall be an indicating lamp with each of the pumps and an ammeter and selector switch with the fire pumps. Fire pump starting shall be annunciated through an electric siren.

5.3 The starter along with isolator shall be housed in a 14 SWG MS box duly rust inhibited through a process of degreasing and phosphating.

5.4 All cabling to and from the pumps to starter and control switch shall be carried out through armoured PVC cables of approved makes. Cables shall be laid in accordance with section "M V CABLING". The pump motors and panels shall be double earthed in accordance with IS 3043-1966 or as shown on drawings and as approved.

6.0 Fire hydrants and hose reels

6.1 Hydrants shall be provides internally and externally as shown on the drawings. Internal hydrants shall be provides at each landing of and escape staircase and additionally depending on the floor area as shown on drawings. Landing valve shall be single headed gunmetal valve with 63 mm dia outlets and 80mm inlet conforming to IS 5290-1969. Landing valve shall have flanged inlet and instantaneous type outlets and mounted at 1.0m above the floor level. Instantaneous outlets for the hydrants shall be of standard pattern approved and suitable for 63mm dia fire brigade hoses. Wherever necessary, pressure reducing orifices plate and shall be provided so as to limit the pressure to 3.5 kg/sqcm or any other rating as required by the Local Fire Authority.

6.2 Each landing valve shall have a hose reel cabinet as shown on drawings.

CONTRACTOR WITNESS 105

a) Landing valve with single 63 mm dia outlet and 80 mm dia inlet.

b) First-aid hose reel with 30 m long 25 mm dia high pressure double braided rubber hose (IS:444 marked ) with 25 m dia Ball Valve.

c) 2 Nos. 15.0 Meter long 63 mm dia Reinforced Rubber Lined (RRL) hoses with gun metal I.S. marked instantaneous couplings.

d) One gun metal branch pipe.

6.3 The First Aid Hose shall conform to IS 884-1969 and be wound on a heavy duty circular hose reel with a bracket. The hose shall be permanently connected on one end to the Wet Riser through a 25m Ball Valve with necessary hose adapter and a gun metal nozzle at the other end.

6.4 Hoses shall be in two lengths of 15.0 m each, of RRL type with instantaneous couplings, neatly rolled into bundles and held in position with steel brackets. Hoses shall be tested and certified by the manufacturer, to withstand an internal water pressure of not less than 35 kg/sqcm without bursting. The hose shall also withstand a working pressure of 7 kg/sqcm without leakage.

6.5 The hose cabinet shall be fabricated from 2mm mild steel sheet duly rust inhibited through a process of degreasing and phosphating. The cabinet shall have double flap hinged doors with 4mm clear glass and shall have necessary openings for riser main and brackets for all internals. The cabinet shall receive two coats of red oxide primer both inside and outside before two after coats of final paint of approved colour shade.

6.6 External hydrants shall be as per IS:5490 with hand wheel control and a 80 mm dia pipe stand post. Hydrants shall be located at least 2m away from and within 15m from the building wall.

6.7 Each hydrant shall be provided with a hose cabinet containing 2x15m 63 dia RRL hoses with couplings. The cabinet shall contain a branch pipe and nozzle. The cabinet shall be 900 x 600 x 400 fabricated out of 2 m mild steel sheet duly rust inhibited through a process of degreasing, phosphating etc. The cabinet shall receive two coats of red oxide primer, inside and outside, before 2 coats of final painting of approved shade. The cabinet shall be wall-mounted or free standing with its own steel legs depending on the site conditions and as shown on drawings and as approved.

6.8 The fire brigade connection shall consist of two / three/four headed as specified in BOQ 63mm dia gun metal outlets with built-in check valve and drain plugs connected to a 150mm dia outlet connection to the water reservoir or to the hydrant main. The fire brigade collecting head shall conform to IS 904-1965.

7.0 Test & commissioning

7.1 The fire pump starting and stopping shall be tested by opening the test valve and record the following and the valves should be as furnished below:

System pressure at start-up : 2.0 kg/sqcm

System pressure at stop : 3.5 kg/sqcm

Time elapsed from start to stop : 2 Seconds

8.0 Mode of measurement

8.1 Hydrant pump with mounting frame, excluding concrete foundation shall be measured per unit.

8.2 Jockey pump same as hydrant pump.

8.3 Instrument panel with pressure gauges, pressure switches, control piping etc. shall be measured as one unit.

8.4 Control cabling from pressure gauge panel to the respective starters shall be measured in running meter and paid at unit rates.

CONTRACTOR WITNESS 106

CONTRACTOR WITNESS 107

SECTION – IXPIPING FOR FIRE FIGHTING SYSTEM

1.0 Scope

1.1 The scope of work covers, supply, fabrication, laying, testing, painting and commissioning of the entire piping system for the fire fighting installation i.e. fire hydrant and sprinkler systems.

2.0 Piping

2.1 External

2.1.1 All External pipes shall be, unless otherwise specified, heavy quality mild steel tubes to IS 1239 using wrought GI steel heavy duty screwed fittings. Flanges shall be provided to mate with valves and other equipment and shall conform to IS 6392. Flanges shall be screwed type. Flanges shall be rated for 2.0 N/sqmm.

2.1.2 Black mild steel pipes, when laid underground, shall be protected against corrosion by two coats of hot bitumen and 2mm thick wrapping of pypkote. Fittings shall be weld able wrought iron, suitable for butt welding and 10% of the welded joints shall be radio graphically tested and found in order. The welded joints shall be random selected for testing in consultation with the Engineer-in-charge. All flanges shall be slip-on welded type to IS 6392 with a 3mm fibre-reinforced teflon gasket and rated for 2.0 N/sq. mm.

2.1.3 Underground mains shall be laid not less than 750 mm below the ground level and shall be at least 2m away from the building face and supported on concrete pedestals at every 3.5m and held on with galvanised iron clamps. Concrete thrust anchors shall be provided at all bends and tees as shown on drawing and as directed. All excavation for pipe laying shall be carried out with sufficient width for making proper joints. Backfilling shall be done only after the piping is hydro-statically pressure tested. Piping shall be constantly kept clean till tested.

2.1.4 All valves shall be housed in brick masonry chambers over 150mm cement concrete (1:3:6) foundation. The brick walls of the chamber shall be plastered inside and outside with 20mm cement sand plaster 1:4 with a floating coat of neat cement. Chambers shall be 650 x 650 mm clear for depths upto 1200 mm and 1000 x 1000 mm for depths beyond. Each chamber shall have a cast iron surface box approved by the Engineer in-charge.

2.1.5 Piping laid above ground shall be supported on cement concrete (1:2:4) pedestals raising the bottom of the pipe at least 150mm over the ground level and held to the pedestals with galvanised clamps. Pedestals shall be made at 3.0m centre to centre and as shown on drawings. Cement concrete 1:2:4 thrust anchors shall be provided at all tee-off points and change of direction as shown on drawings and as required. Pipes laid on walls and ceiling shall have galvanised steel brackets.

2.2 Internal

2.2.1 All internal pipes shall be, unless otherwise specified, heavy quality mild steel tubes to IS 1239 using wrought steel heavy duty screwed fittings. Flanges shall be provided to mate with valves and other equipment and shall conform to IS 6392. Flanges shall be screwed type. Flanges shall be rated for 2.0 N/sqmm.

2.2.2 Valves shall be suitable for external piping.

2.2.3 All pipes shall be of approved make and best quality without rust marks. Pipes and fittings shall be fixed in a manner as to provide easy accessibility for repair, maintenance and shall not cause obstruction in shafts, passages etc. Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a neat workmanship manner. Pipes shall be securely fixed to walls and ceilings by suitable supports at intervals specified. Only approved type of anchor fasteners shall be used for RCC ceiling and walls.

2.2.4 All pipes shall be adequately supported from ceiling or walls through structural supports fabricated from mild steel structural e.g. rods, channels, angels and flats generally as shown on drawings. Fasteners shall be shear type anchor fasteners in concrete walls and

CONTRACTOR WITNESS 108

ceilings and wrought steel spikes of at least 75mm long in brick walls. All pipes supports shall be painted with 1 coats of red oxide primer and two coats of black enamel paint.

2.2.5 All low point loops in the piping shall be provided with 25mm Ball Valves with rising spindle for draining the system. All valves shall have screwed brass caps. Likewise 25mm gun metal air vents shall be provided at all high point loops to prevent air-locking.

2.2.6 All piping shall have flanged joints at about 25m intervals to facilitate easy maintenance.

3.0 Pipe Jointing

3.1 All pipes shall be provided with threaded joints up to 50mm diameter and welded joints for pipe above 50mm diameters. Hold tite shall be used for sealing.

3.2 All welded joints shall be tested by radiography test.

3.3 Joints between CI and GI pipes shall be made by providing a suitable flanged tail or socket piece and MS flange on the GI pipe. Flanges shall have appropriate number of holes and shall be fastened with nuts, bolts and 1.5mm thick compressed asbestos gasket.

4.0 Valves and other accessories

4.1 Gate Valves

4.1.1 Sluice / Gate valves shall be used for isolation of flow in pipe lines For sizes upto 65 mm, gate valves shall be outside screw rising spindle type and shall be as per IS: 778 Class-I and Class-II, as applicable. For sizes 80 mm to 300 mm, gate valve shall be as per IS: 780, PN=1.0 and shall be of inside screw and non rising type and cast iron double flanged.

4.1.2 Gate valves shall be provided with a hand wheel, draining arrangement of seat valve and locking facility (as required). Gate valves shall have back setting bush to facilitate gland renewal during full open condition.

4.1.3 The Body, bonnet, Stuffing Box, cap and hand wheel shall be of cast iron to IS:210/70, grade FG 200 / 260. The non rising spindle shall be of solid forged high tensile brass or carbon steel to AISI 304 construction. The Body seating and wedge ring shall be of solid leaded gun metal. The Bonnet gasket shall be of high quality rubber.

4.1.4 The Valve shall be PN 1.0 rated but shall withstand tests of upto 20 kg / cm2. The ends shall be flanged. The batch number of the valve shall be punched on the top of the flange. The spindle shall be removable type, and shall be easily rotated.

4.2 Pressure Switch

4.2.1 The Pressure switches shall be employed for starting and shutting down operation of pumps automatically, dictated by line pressure. The Pressure Switch shall be diaphragm type. It shall be suitable for line pressures upto 15 kg / cm2. The scale range for cut in and cut out shall be from 0 to 10 kg / cm2.

4.2.2 The Switch shall be suitable for consistent and repeated operations without change in values. It shall be provided with IP:66 water and environment protection.

4.2.3 The enclosure shall be of aluminium and pressure element and wetted parts shall be of stainless steel. The switch shall be snap acting type with 1 number N O / N C contact.

4.3 Air Vessel

4.3.1 Air vessel shall be fabricated from 6 mm thick, 300mm x 1000mm MS plate suitable for 7kg/cm2 working pressure complete with air release valve, safety valve, pressure gauge etc. as required. The air vessel shall be continuous welded construction and painted with two coats of Postal red enamel outside over a coat of primer and epoxy paint inside.

4.4 Pressure Vessel

4.4.1 The Pressure Vessel shall be provided to compensate for slight loss of pressure in the system and to provide an air cushion for counter acting pressure surges whenever the pumping set comes into operation. It shall be normally partly full of water, the remaining being filled with air which will be under compression when the system is in normal operation.

CONTRACTOR WITNESS 109

4.4.2 Pressure vessel shall be fabricated from 8-10 mm thick MS plate with dished ends and suitable supporting legs. It shall be provided with a 50 mm dia flanged connections from pump, one 25 mm drain with ball valve, one water level gauge and 25 mm sockets for pressure switches. The pressure vessel shall be hydraulically tested as required.

4.4.3 The Pressure Vessel shall be for Hydrant Systems. The Pressure Switches shall be mounted on the drain end of each Vessel. The Vessel shall also be provided with an air release valve mounted at the top.

4.5 Pressure Gauge

4.5.1 The Pressure Gauge shall be constructed of die cast aluminium and stove enameled. It shall be weather proof with an IP 55 enclosure. It shall be a stainless steel Bourden tube type Pressure Gauge with a scale range from 0 to 16 Kg / CM2 and shall be constructed as per IS: 3624. Each Pressure Gauge shall have a siphon tube connection. The Shut off arrangement shall be by Ball Valve.

4.6 Ball Valve

4.6.1 The Ball Valve shall be made from die cast brass and tested to 14 Kg/cm2 pressure.

4.6.2 The valve shall be internally threaded to receive pipe connections.

4.6.3 The Ball shall be made from brass and machined to perfect round shape and subsequently chrome plated. The seat of the valve body- bonnet gasket and gland packing shall be of Teflon.

4.6.4 The handle shall be of chrome plated steel with PVC jacket. The handle shall also indicate the direction of `open' and `closed' situations. The gap between the ball and the teflon packing shall be sealed to prevent water seeping upto 14 Kg / cm2 pressure.

4.6.5 The handle shall also be provided with a lug to keep the movement of the ball valve within 90 degree. The lever shall be operated smoothly and without application of any unnecessary force.

4.7 Non Return Valve

4.7.1 Non-return valves shall be cast iron spring action swing check type. An arrow mark in the direction of flow shall be marked on the body of the valve. The valve shall bear IS:531 certification.

4.7.2 The Valve shall be of cast iron body and cover. The internal flap in the direction of water shall be of cast iron and hinged by a hinge pin of high tensile brass or stainless steel. Cast iron parts shall be conform to IS:210 / 70, grade 200 / 260 type.

4.7.3 The gasket shall be of high quality rubber and flap seat ring of leaded gun metal to BS 1400 LG 2C. At high pressure of water flow the flapper shall seat tightly to the seat. The Valve shall be capable of handling pressure upto 15 kg / cm2.

4.8 Butterfly Valve

4.8.1 The Butterfly Valve shall be suitable for waterworks and tested to minimum of 16 kg / sq cm pressure. The Valves shall fulfil the requirements of AWWA (American Water Works Association) C 504, API 609 and MSS-SP-67.

4.8.2 The body shall be of cast iron to IS:210 in circular shape and of high strength to take the minimum water pressure of 10 kg / cm2. The disc shall be heavy duty cast iron with anti corrosive epoxy or nickel coating.

4.8.3 The valve seat shall be of high grade elastomer or nitrile rubber. The Valve in closed position shall have complete contact between the seat and the disc throughout the perimeter. The elastomer rubber shall have a long life and shall not give away on continuous applied water pressure. The shaft shall be of EN 8 grade carbon steel.

4.8.4 The Valve shall be fitted between two flanges on either side of pipe flanges. The Valve edge rubber shall be projected outside such that they are wedged within the pipe flanges to prevent leakage.

CONTRACTOR WITNESS 110

4.8.5 The Valves shall be supplied with manual gear operated opening / closing system by lever.

5.0 Pipe supports

All pipes whether horizontal or vertical shall be suitably supported using galvanized mild steel clamps/clevis hanger manufactured by M/s Hitech Support (India) Pvt Ltd or equivalent product of good quality as approved by engineer in-charge.

5.1 Vertical Pipes

5.1.1 The pipes running vertical shaft shall be supported by galvanised mild steel rigid clamps fixed to wall with anchor bolts and studs.

5.1.2 When the horizontal distance between the centre line of two adjacent pipes is less than 300 mm a powder coated HITECH/or equivalent rail shall be fixed to wall the pipes independently clamped to the rail with `U' bolt clamps.

5.2 Horizontal Pipes5.2.1 Pipes running horizontal shall be supported from structural beam/slab by using

appropriate galvanised m.s. pipe clevis hangers.5.2.2 The spacing of supports shall be as follows:

GI Pipes/MS Pipes CI Spun PipesInternal Dia (mm) Spacing (mm) Internal dia (mm) Spacing (mm)15 1800 75-150 270020,25 2400 200-250 300032 2700 300 360040-50 300065-80 3600100 4000150 4500

5.2.3 Supports for horizontal piping longer than 15m in a stretch shall be provided with swivel clamps. Otherwise, the clamps shall be universal clamps or rigid clamps as required by the project engineer.

5.3 Fixing of clamps/rails etc.

All clamps, rails and accessories shall be fixed to the structure (beam, slab, walls etc.) by using approved good quality anchor fasteners of appropriate size.

6.0 Painting

6.1 All exposed piping for fire fighting shall be distinctly painted `Fire red' shade 536 to IS:5-1978. Pipes shall first receive two coats of red oxide primer uniformly applied and two coats of oil paint applied thereafter. All pipes supports shall be painted black as specified for support & clamps.

6.2 Painting Schedule6.2.1 All equipment and piping shall be painted in accordance with the following colour code:

Equipment Colour Distinguishing Marka) Pump motors Fire Red Shade

No.536 to IS: 5 -1978b) Internal piping "c) Landing valves &

Hose reel cabinets "d) External Hydrants "e) Fire brigade connection "f) Priming tank "

CONTRACTOR WITNESS 111

g) Air vessel "h) Electric panels Black & Redi) Fire Alarm Panel Black & Redj) Repeater panel Black & Redk) Break Glass Unit Fire Redl) Hooters/Speakers Fire Redm) Sprinkler pipes Fire Red

6.2.2 All surfaces to be painted shall be thoroughly cleaned with wire brush to remove completely rust and other extraneous substances. Over the cleaned surfaces one coat of red oxide primer shall be applied completely covering the exposed surfaces. Finishing coat of enamel paint shall be applied one day after the prime coat, after ensuring that the paint is dry. The second coat shall be done before the installation is handed over and after approval to do so from the Engineer-in-charge.

7.0 Testing & commissioning

All piping after installation shall be tested for a hydrostatic test pressure of 10.5 kg/sqcm or 1.5 times the working pressure (whichever is less) maintained for 24 hours. All joints and valves shall be checked for leaks and rectified and retested. During testing all valves except drain & air valves shall be kept fully open.

8.0 Makes of materials

For makes of materials refer to list of approved makes of material.

9.0 Mode of measurement

9.1 All external piping shall be measured along the centre line of the pipe and paid per unit length and shall include:

9.1.1 All pipes & fittings

9.1.2 Bituminous coating

9.2 All internal piping shall be measured similarly but shall include for the pipe supports and clamps.

9.3 All valves, air valves, drain valves together with flanges or tail pieces shall be measured per unit.

9.4 All excavation and concrete supports and thrust blocks shall be measured as per drawing and paid for per cum.

9.5 The cost of pipe supports described above form part of the rate quoted for piping and no extra shall be payable on the account.

All painting shall form part of the cost of equipment piping etc. No separate payment shall be admissible.

CONTRACTOR WITNESS 112

SECTION – X

SPRINKLER SYSTEM

1.0 Pendant type Sprinkler Head1.1 Sprinkler heads shall be of quartzoid bulb type with bulb, valve assembly, yoke and the

deflector. The sprinkler shall be of approved make and type with 15 mm nominal dia outlets.

1.2 The bulb shall be made of corrosion free material strong enough to withstand any water pressure likely to occur in the system. The bulb shall shatter when the temperature of the surrounding air reaches at 68o C / 79o C.

1.3 The nominal bore shall be 15 mm dia and colour of liquid shall be Red / Yellow. 1.4 The Sprinkler head shall be approved by UL / FM.

2.0 Upright type Sprinkler Head2.1 Upright sprinkler heads shall be similar to Pendent type in material construction and

performance but designed to throw water Droplets upwards in umbrella fashion, to cool the underside of ceiling and extinguish any fire involving combustibles on the floor below.

2.2 The Sprinkler head shall be approved by UL / FM. The nominal bore shall be 15 mm dia and the colour of liquid shall be red.

2.3 Upright Sprinkler heads shall be use in lower and upper basement parking areas and above the false ceiling.

3.0 Side Wall type Sprinkler Head3.1 Side wall sprinkler heads shall be similar to Pendent type in material construction and

performance but designed to throw water Droplets horizontally. 3.2 The Sprinkler head shall be approved by UL / FM. The nominal bore shall be 15 mm

diameter and the colour of liquid shall be red. 3.3 Side wall sprinkler heads shall be use in staircase landing and along the ramp.

4.0 Powder coated Sprinkler with Powder coated Twin plate Rosette. 4.1 Most areas below false ceiling shall be provided with powder coated pendant sprinkler

with twin plate sliding rosette. The sprinkler head shall be same as Pendent type above but powder coated white. The sprinkler head shall be provided with a double plate powder coated rosette that shall seal the gap between the false ceiling and he sprinkler head.

4.2 The adjustment allowable shall be 12 mm. The lower part shall have flared ends that shall fit tightly into the upper piece.

4.3 The Sprinkler head shall be approved by UL / FM. The nominal bore shall be 15 mm diameter and the colour of liquid shall be red.

5.0 Installation Control Valve for Sprinkler5.1 The Installation Control Valve shall be double seated clapper type check valve. The Body

and cover shall be made from Cast Iron to IS:210 Grade FG 200. The seat and seat clamp shall be made from bronze to IS: 318, LTB II grade. The sealing to the seat shall be neoprene gasket. The hinges pin and ball shall be from stainless steel.

5.2 It shall be vertically mounted and the direction of water travel shall be indicated on the surface. It shall be rated to 12 Kg / cm2 and tested to 25 Kg / cm2 pressure.

5.3 A By-pass check valve shall be fitted to adjust minor and slow variations in water pressure for balancing so as to avoid any false alarm.

5.4 The valve shall also be provided with a Test Control Box. The Box shall house a lever to test and operate the ICV. A brass strainer shall also be provided at the point of water supply to the Alarm gong. A Retarding Chamber shall also be provided.

5.5 The Chamber shall be able to balance the water pressure in case of water line surges.5.6 Each Installation Control Valve shall have two sets of Pressure Gauges with brass ball

valve type shut off.5.7 A Water Motor Alarm. shall also be provided. This shall be mechanically operated by

discharge of water through an impeller. The drive bearing shall be weather resistant. A strainer shall be provided on line before the nozzle. The Gong piece shall be constructed from bronze to IS 318, 2 TB II Grade, and base of cast iron. The Motor Housing, Rotor and Housing Cover shall be pressure die cast aluminium.

CONTRACTOR WITNESS 113

6.0 Flow Switch

6.1 Flow switch shall have a paddle made of flexible material of the width to fit within the pipe bore. The terminal box shall be mounted over the paddle / pipe through a connecting socket. The Switch shall be potential free in either N O or N C position as required. The switch shall be able to trip and make / break contact on the operation of a single sprinkler head. The terminal box shall have connections for wiring to the Annunciation Panel. The seat shall be of stainless steel. The Flow Switch shall have IP:55 protection.

6.2 The Flow Switch shall work at a minimum flow rate of 100 LPM. Further, it shall have a 'Retard' to compensate for line leakage or intermittent flows.

7.0 Makes of materials

For makes of materials refer to list of approved makes of material.

8.0 Mode of measurement

8.1 Sprinkler head including supports and clamps for fixing shall be measured as unit.8.2 All alarm control valves including drain valves, butterfly valve and all other accessories

together with flanges or tail pieces shall be measured per unit.8.3 All floor control valves including drain valves, butterfly valve, sight glass and all other

accessories together with flanges or tail pieces shall be measured per unit.

CONTRACTOR WITNESS 114

SECTION – XI

PORTABLE FIRE EXTINGUISHERS & EXIT SIGNAGES1.0 Scope

1.1 The scope of work covers the supply and installation of portable fire extinguishers. The following types are envisaged in these specifications and provided as shown in the schedule of portable fire extinguishers.

1.0.1 Dry powder extinguisher1.0.2 Carbon-dioxide extinguisher1.0.3 Mono ammonia phosphate extinguisher1.0.4 Water expelling type.2.0 Standards2.1 The following standards and rules and regulations shall be applicable:2.1.1 Fire protection manual of the tariff advisory committee, Fire Insurance Association of

India2.1.2 IS:2176 :Portable fire extinguisher Dry power type2.1.3 IS:2878 :Portable fire extinguisher carbon-dioxide type2.1.4 Local Fire Brigade/Authority2.2 All standards mean the latest.3.0 Extinguishers3.1 Dry powder type3.1.1 The extinguishers shall be 2, 5, 10 kg capacity and cartridge type unless specified

otherwise.3.1.2 The body shall be of cold rolled carbon steel grade D and 1.5mm thick upto 5 kg and

2mm for 10 kg. The construction shall be similar to `Soda Acid type' but of the following dimensions.Capacity (kg) Outside dia (mm) Filler opening (mm)

2.00 100 455.00 150 4510.00 175 45

3.1.3 The discharge fitting shall be with 500mm 10mm dia hose upto 5 kg and 750 mm 12.5 mm dia for 10 kg with a trigger controlled nozzle capable of discharging 85% of the contents as follows:Capacity (kg) Time (sec) Throw (m)

2.00 8 - 10 25.00 15 - 20 410.00 23 - 30 6

3.1.4 A carbon dioxide cartridge conforming to IS:4947 shall be fitted in a cartridge holder with an inner shell. A spring loaded piercing device shall be provided in the cap for piercing the seal of the gas cartridge. A syphon tube of copper or PVC shall be provided for upright operation. The cap and neck ring shall be similar to Soda Acid type extinguisher.

3.1.5 All internal and external components and surfaces shall receive anti-corrosive coating of not less than 12 microns shall be applied uniformly as indicated below:a) Body Mild steel Tin alloyb) Cage for acid Brass sheets Lead or tin alloy bottle and springc) Discharge fittings Leaded - Tin Tin alloy

Bronzed) Strainer Brass sheets Lead or Tin alloy

3.2 Carbon dioxide type3.2.1 The extinguishers shall be rated for 2.0 and 4.5 kg by weight or carbon dioxide, unless

stated otherwise. The contents shall be with a filling ratio not exceeding 0.667.3.2.2 The body shall be steel cylinder made according to IS:2872 and approved by the chief

controller of explosives.3.2.3 The discharge head shall be simple and safe to operate conforming to IS:3224 with a

safety release to IS:5903 set to 18.0 to 20.0 N/sqmm. A syphon tube of copper or PVC shall be fitted. A non-conducting discharge horn and a high pressure hose (27.5 N/sqmm pressure) shall be fitted with each extinguisher.

CONTRACTOR WITNESS 115

3.2.4 The discharge system shall be designed to expel 95% of the contents in continuous discharge as follows:

Capacity (kg) Time (Sec.)2.0 8 - 183.0 10 - 204.5 10 – 24

3.3 Mono ammonium phosphate type3.3.1 The capacities envisaged are 2 kg & 5 kg. The filling pressure shall be 0.95 +/- 0.055

N/sqmm.3.3.2 The body shall be cylindrical in shape and made of cold rolled carbon steel grade D/DD

or hot rolled steel plate with radiographically tested welded construction. Plate thickness shall conform to IS:11108.

3.3.3 Discharge valve mechanism shall be a simple and safe squeeze grip valve. 4.5 kg and above capacity shall have a high pressure (0.5 N/sqmm) hose and non-conducting horn and shall also be provided with a pressure gauge. 95% of the contents shall be discharged as follows:Capacity (kg) Time (sec) Throw (m)

2.00 8 - 16 25.00 15 - 24 4

3.3.4 The internal and external components and surface shall be treated for anti-corrosion as for dry powder type extinguishers.

3.4 Water CO2 Fire Extinguisher3.4.1 The extinguishing medium shall be primarily water stored under normal pressure, the

discharge being effected by release of carbon dioxide gas from a 60 gms cylinder.3.4.2 The capacity of the cylinder when filled shall be 9 litres +/- 5 %.3.4.3 The cylinder shall be fabricated from MS sheet, welded at seams, with dish and dome,

being of same thickness and of size not exceeding the diameter of the body. The neck shall be externally threaded with leaded tin bronze.

3.4.4 The cap shall be of leaded tin bronze. The siphon tube shall of brass or GI. The cartridge holder, knob, discharge fittings and plunger shall be of leaded tin bronze and plunger of stainless steel with spring also of stainless steel. The discharge tube shall be of braided nylon, of 10 mm dia and 600 mm length with a brass nozzle.

3.4.5 The extinguisher shall be treated for anti corrosion internally and externally and painted fire red externally. The cartridge shall be IS marked. The Extinguisher body shall be tested to 25 bar pressure for 2 minutes. The Extinguisher shall be IS:940 marked.

3.5 General requirements3.5.1 All extinguishers shall be standard products approved by the Tariff Advisory Committee

and Local Fire Authority and manufactured and tested strictly in accordance with the relevant Indian Standard. All markings and test results shall be stamped in the appropriate colour markings accordingly to the Indian Standards.

3.5.2 All extinguishers shall have a structurally designed galvanised steel handle and also a suitable wall mounting bracket.

4.0 Illumination signs/EXIT signageThe illuminated signs shall have the letters 'FIRE EXIT" or "NO FIRE EXIT" painted in red on a 6mm thick white perspex sheet as the front face of a sheet steel enclosure constructed with minimum 1.5mm thick sheet. The MS box shall be powder coated finished in white colour. The perspex sheet shall be back lit with a rechargeable maintenance free sealed battery integral with a battery charging circuit. The battery backup facility shall operate independent of the mains supply in the event of a mains failure. The batteries shall be of adequate rating so as to support the illumination of the signage for a minimum period of 1 hour without mains power. The preferred dimensions of the illuminated signs shall be 450 mm length and 225mm height with 100 mm high lettering. They shall be suitable for surface or recessed mounting or ceiling hung type as required including all arrangements for suspension, cutting/chasing and making good the defects etc. complete as approved.

5.0 Mode of measurement5.1 Each extinguisher with its mounting bracket shall be measured per unit and paid for.5.2 Exit signages with mounting plate shall be measured per sq.inch and paid for.

CONTRACTOR WITNESS 116

6.0 Makes of Equipment and materials Refer to list of approved makes.

CONTRACTOR WITNESS 117

SECTION - XII

ELECTRICAL WORK

1.0 Scope

1.1 The scope of this section comprises of fabrication, supply, erection, testing and commissioning of electric panels, wiring and earthing of all equipment components and accessories, including supply, installation and wiring of remote mounted push button stations.

1.2 All the electrical cables, termination, wires and accessories are also including in the Scope of Work. The main cable from the main distribution board will be supplied and erected by other Agency.

2.0 General

2.1 Work shall be carried out in accordance with the specifica tions of CPWD specifications, Indian Electricity Act 1910 and Indian Electricity Rules 1956 as amended up to date.

3.0 Construction Features

3.1 The control panel shall be metal enclosed sheet steel cubical, indoor type, floor mounting/wall mounting type as per BS 5486 Part 1, 190 & IEC 439-1. The control panel shall be totally enclosed, completely dust and vermin proof, Gaskets between all adjacent units and beneath, covers shall be provided to render the joints dust proof. Control panels shall be arranged in multitier formations. All doors and covers shall also have sealing & pad locking arrangement. All mild steel sheets used in the construction of control panels shall be minimum 2mm. thick or as specified and shall be folded and braced as neces sary to provide a rigid support for all components. Joints of any kind in sheet metal shall be seam welded, all slag grounded off and welding pits wiped smooth with plumber metal.

3.2 All panels and covers shall be properly fitted and square with the frame, and holes in the panel correctly positioned. Fixing screws shall enter into holes tapped into an adequate thickness of metal provided with hank nuts. Self thread ing screws shall not be used in the construction of control panels. Base channel shall be of 75mm x 40mm x 5mm thick shall be provided at the bottom. Minimum clear space of 250 mm between top of channel of control panel and bottom most unit shall be provided.

3.3 The control panels shall be of adequate size with a provision of 10% spare space to accommodate possible future additional switchgear. Knockout holes of appropriate size and number of cables shall be provided in the control panels in conformity with the location of incoming and outgoing conduits/cables. All equipment such as meters and indicating lamps, etc shall be located adjacent to the unit with which it is associated and care shall be taken to achieve a neat and symmetrical ar rangement. Facility shall be provided for termination of cables from both above and below the control panel. Where cables enter below, cables boxes shall be fitted at the rear and arranged in tiers to facilitate making connections to the upper and lower units. Clamps shall be provided to support the weight of the cables. All incoming and outgoing feeders shall be brought out to a terminal block of adequate size at suitable location inside the control panel. All wiring inside the control panel shall be color coded and labeled with approved plastic beads for identification. Circuit diagrams showing the arrangement of circuits shall be pasted on the inside of the panel door and covered with transparent plastic sheet and all labeling shall be provided on the front face of the panel board.

4.0 Circuit Compartments

4.1 Each circuit breaker, contactor and relay shall be housed in a separate compartment and shall be enclosed on all sides. Sheet steel hinged lockable door shall be duly interlocked with the breaker in the `ON' position. Safety interlocks shall be provided to prevent the breaker or Contactor from being drawn out when the breaker is in the draw out position of the panel. Instruments and indicating lamps shall not be mounted on the panel compartment door. Sheet steel barriers shall be provided between the tiers in a vertical section.

CONTRACTOR WITNESS 118

5.0 Instrument Accommodation

5.1 Separate and adequate compartments shall be provided to accommodate instruments, indicating lamps, control contactors and control fuses etc. These shall be accessible for testing and maintenance without any danger of accident con tact with live parts of the circuit breaker and bus bar.

6.0 Bus Bars and Bus bar Connection

6.1 The bus bar and interconnections shall be of aluminum and of rectangular cross sections suitable for full load current for phase bus bars and half rated current for neutral bus bars and shall be extensible on either side. The bars and inter connections shall be insulated with PVC heat shrinkable sleeve and color coded. All bus bars shall be supported on unbreaka ble, non-hygroscopic insulated SMC/DMC type supports at regular intervals not more than 400 mm, to withstand the forces arising in case of short circuit in the system. Bus bars shall be provided in separate chamber of main control panels shall be connected by clamping, no holes shall be drilled in bus bars. If holes have to be drilled for making connections, extra cross section of bus bars shall be provided.

6.2 All bus bar connections in smaller control panels shall be done by drilling hole and connecting by brass bolts and nuts. Additional cross section of bus bars shall be provided in small control panels to cover up the holes drilled in the bus bars.

6.3 All connections between the bus bar and breaker and between breaker and contactor shall be through copper strips of proper size to carry full rated current and shall be insulat ed with coloured PVC heat shrinkable sleeve.

7.0 Terminals

7.1 The outgoing terminals and neutral links shall be brought out to a terminal block suitably located in the control panels. The current transformer for instruments, metering and for protection shall be mounted on the terminal blocks. Separate cable compartment shall be provided for incoming and outgoing cables.

8.0 Wire ways

8.1 A horizontal wire way screwed covers shall be provided at the top to take in the connecting control wiring of different verti cal sections.

9.0 Cable Compartments

9.1 Cable compartments/alley of adequate size shall be provided in the control panels for easy termination of all incoming and outgoing cables entering from bottom or top using detachable gland plates with proper knockouts. Adequate and proper DMC supports shall be provided in cable compartments to support cables. All incoming and outgoing terminals shall be brought out on terminal blocks in the cable compartment.

10.0 Materials

a) Rotary Switches

Switches up to 60 amps shall be rotary type with compact and robust construction, built up from one or more stacks with contacts and a positioning mechanism, with stop as required. The terminals shall be shrouded with insulation to prevent accidental contact with live parts. Rotary switches shall be backed up with moulded type HRC fuse fittings of appropriate rating.

b) Selector Switch

When called for, selector switches of rated capacity shall be provided in control panels, to give the choice of operating equipment in selective mode.

CONTRACTOR WITNESS 119

c) Molded Case Circuit Breakers (MCCB)

MCCBs shall be quick make, quick break, and preferably double break contact system,

arc extinguishing device, independent manual type with trip free feature with mechanical

ON, OFF, and TRIP indications as called for in BOQ. A trip button shall be provided for

tripping the break er.

MCCB shall be a compact high strength, heat resistant, flame retardant; insulating molded case with high withstands capability against thermal and mechanical stresses. All MCCBs shall be capable of defined variable overload adjustment

d) Switches

Switches beyond 60 amps shall be panel mounted double break type and suitable for load break duty, quick make and break action. Switch contacts shall be silver plated and shall be back-up with HRC fuses of appropriate rating. The switch handles shall be located at the front.

e) HRC Fuses

Fuses shall be high Rupturing capacity of not less than 20 MVA at 415 volts. The backup fuse rating of each motor/heater/equipment shall be so chosen that the fuse does not operate on starting of motor/heater/equipment. Fuses shall be of the same make as the switches.

f) StartersEach motor shall be provided with a starter of suitable rating. Direct on line starters shall be provided for motors up to 10 HP.

Operating coils of contactors shall be suit able for 220/415 +/- 10% volts AC, 50 cycles supply system. The contactor shall drip out when voltage drops to 90% of the rated voltage.

g) Over Load RelaysContactors shall be provided with a three element, positive acting ambient temperature compensated time lagged hand-reset type thermal over load relay with adjustable setting.

h) Current Transformers

Current Transformer shall be of accuracy class - I and suitable VA burden for operation for the connected meters and relays.

i) Single Phase Preventor Single phase preventor shall be provided for all the starters. Single phase preventor shall act when the supply voltage drops down to 90% of the rated voltage or on failure of one or more phases.

j) Indicating Lamp and Metering

The meters shall be flush mounted and draw-out type. The indicating lamp shall be neon type and of low burden. Each phase indicating lamp shall be backed up with 2 amps fuse.

k) Push Button Stations

Push button station shall be for manual starting and stopping of motors/equipment as called for. Red and Green colour push buttons shall be provided for starting and stopping operations. Push buttons shall be suitable for panel mounting and accessible from front without opening door.

m) Cables

M.V. cables shall be PVC insulated aluminium conductor armoured cables suitable for laying in trenches, duct, and on cable trays as required.

CONTRACTOR WITNESS 120

n) Wires

650/1100 volts grade PVC insulated copper conductor wires in conduit shall be used.

11.0 Cable Laying

11.1 Easy access to all cables shall be provided to allow cable withdrawal/replacement in the future. Where more than one cable is running, proper spacing shall be provided to minimize the loss in current carrying capacity with necessary saddling/clamps.

12.0 Earthing

12.1 The earthing of MCC and equipment shall be as per BIS Specification and considered in the main electrical panel. The loop earthing shall be carried out with G.I/Copper Strips/wires.

13.0 Painting for Panel

13.1 All sheet steel work shall undergo a process of seven tank treatment and painting with powder coating paint of approved shade.

14.0 CABLE WORK

This section covers detailed requirements for supply, laying, testing and commissioning of cables.

14.1 GENERAL

MV cable shall be supplied inspected, laid, tested and commissioned in accordance with drawings, specifications, relevant Indian Standards Specifications and cable manufacturer's instructions. The cable shall be delivered at site in original drums with manufacturer's name clearly written on the drum.

14.2 MATERIAL

14.2.1 The MV power cable of 660/1100 V. grade shall be PVC insulated Aluminium conductor armoured cable conforming to IS : 1554 ( part - I ). MV cable shall be 3.5/4 core of size and type as specified.

14.2.2 The MV control cables shall be PVC insulated copper conductor armoured cable.

14.3 STORAGE AND HANDLING

14.3.1 All cables shall be inspected upon receipt at site and checked for any damage during transit.

14.3.2 Cable drums shall be stored on a well drained, hard surface, preferably of concrete, so that the drums do not sink in the ground causing rot and damage to the cable drums.

14.3.3 During storage periodical rolling of drums once in 3 months through 90o shall be done. Rolling shall be done in the direction of the arrow marked on the drum.

14.3.4 It should be ensured that both ends of the cable are properly sealed to prevent ingress/absorption of moisture by the insulation.

14.3.5 Protection from rain and sun shall be ensured. Sufficient ventilation between cable drums, should be ensured during storage.

14.3.6 The drums shall always be rested on the flanges and not on the flat sides.

14.3.7 Damaged battens of drums etc. should be replaced, if necessary.

CONTRACTOR WITNESS 121

14.3.8 When cable drums have to be moved over short distances, they should be rolled in the direction of the arrow, marked on the drum.

14.3.9 For transportation over long distances, the drum should be mounted on cable drum wheels strong enough to carry the weight of the drum and pulled by means of ropes. Alternatively, they may be mounted on a trailer or on a suitable mechanical transport.

14.3.10 When unloading cable drums from vehicles, a crane shall preferably be used. Otherwise the drum shall be rolled down carefully on a suitable ramp or rails, where necessary.

14.3.11 While transferring cable from one drum to another, the barrel of the new drum shall have a diameter not less than that of the original drum.

14.3.12 The cables shall not be bent sharp to a small radius. The minimum safe bending radius for all types of PVC cables shall be taken as 12 times the overall diameter of the cable. Wherever practicable, larger radius should be adopted. At joints and terminations, the bending radius of individual cores of a multi core cable shall not be less than 15 times its overall diameter.

14.3.13 Cable with kinks and straightened kinks or with similar apparent defects like defective armouring etc. shall be rejected.

14.3.14 Cables from the stores shall be supplied by the contractor as per the site requirement in pieces cut in the stores.

14.4 INSTALLATION

14.4.1 GENERAL

The cable installation including necessary joints shall be carried out in accordance with the specifications given herein. For details not covered in these specifications, I.S.:1255 shall be followed. No straight through joint shall be permitted in the system. The cables shall be supplied as per cable schedule submitted by the contractor & approved by Engineer-in-Charge.

14.4.2 ROUTE

14.4.2.1 Before the cable laying work is undertaken, the route of the cable shall be decided by the Engineer-in-charge in consultation with Owner representative.

14.4.2.2 While shortest practicable route shall be preferred, cable runs shall generally follow fixed developments such as roads, foot-paths etc. with proper offsets so that future maintenance, identification etc. are rendered easy. Cross country run to shorten the route length is not desirable as it would lead to route identification and maintenance problems, besides posing difficulties during later development of open areas etc.

14.4.2.3 While selecting cable routes, corrosive soils, ground surrounding sewage and effluent etc. shall be avoided. Where this is not feasible, special precautions as approved by the Engineer-in-charge shall be taken.

14.4.2.4 As far as possible, the alignment of the cable route shall be decided taking into consideration the present and future requirements of other agencies and utility services affected by it, the existence of any cable in the vicinity as may be indicated by cable markers or cable schedules or drawing maintained for that area, possibilities of widening of roads/lanes, storm water drains etc. Cable routes shall be planned away from the drains and should be within the property.

14.4.2.5 Whenever cables are laid along well demarcated or established roads, the MV cables shall be laid further from the kerb line than HV cables.

CONTRACTOR WITNESS 122

14.4.2.6 Cables of different voltages and also power and control cables shall be kept in different trenches with adequate separation. Where available space is restricted, MV cables shall be laid above HV cables.

14.4.2.7 Where cables cross one another the cable of higher voltage shall be laid at a lower level than the cable of lower voltage.

14.5 WAY LEAVE

14.5.1 It may be necessary to obtain way leave for the cable route from the appropriate authorities some of whom are listed below:

a) Drainage, Public Health and Water Works.b) Telephones and Telegraphs.c) Gas works.d) Other Undertakings.e) Owners of properties.

14.5.2 Where necessary, joint inspection with representatives of other authorities may be arranged so that mutual interests are safeguarded. In case of private property, Section 12/51 of the Indian Electricity Act shall be complied with.

14.6 PROXIMITY TO COMMUNICATION CABLES

Power and communication cables shall as far possible cross at right angles. Where power cables are laid in proximity communication cables the horizontal and vertical clearances shall not normally be less than 60 cms.

14.6.1 LAYING METHODS

14.6.1.1 Cables shall be laid direct in ground or in pipes/closed ducts, in open ducts or on cable trays suspended from slab depending on site conditions.

14.6.2 Laying in Pipes/Closed ducts :

14.6.2.1 In location such as road crossing, entry to building, on poles, in paved areas etc. cables shall be laid in pipes or closed ducts.

14.6.2.2 GI or Hume Pipes (spun reinforced concrete pipes) shall be used for such purposes. In the case of new construction, pipes as required shall be laid along with the Civil works and jointed according to the instructions of the Engineer-in-Charge as the case may be. The size of pipe shall be as indicated in the electrical drawings. GI pipe shall be laid directly in ground without any special bed. Hume pipe (Spun reinforced concrete pipe) shall be laid over 10 cm. thick cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate of 40mm nominal size) bed, after which it shall be completely embedded in concrete. No sand cushioning or tiles need be used in such situations. Unless otherwise specified, the top surface of pipes shall be at a minimum depth of 1mtr. from the ground level when laid under roads, pavement etc.

14.6.2.3 Where steel pipes are employed for protection of single core cables feeding AC load, the pipe should be large enough to contain both cables in the case of single phase system and all cables in the case of polyphase system.

14.6.2.4 The pipes on road crossing shall preferably be on the skew to reduce the angle of bends as the cable enters and leaves the crossings. This is particularly important for high voltage cables.

14.6.2.5 Manholes of adequate size as decided by the Engineer-in-Charge shall be provided to facilitate feeding/drawing in of cables and to provide working space for persons. They shall be covered by suitable manhole covers with frame of proper design. The construction of manholes and providing the cover is not in the scope of this Contract

CONTRACTOR WITNESS 123

and shall be got executed and paid for by the Engineer-in-Charge through another agency.

14.6.2.6 Pipes shall be continuous and clear of debris or concrete before cable is drawn. Sharp edges at ends shall be smoothened to prevent injury to cable insulation or sheathing.

14.6.2.7 Pipes for cable entries to the building shall slope downwards from the building and suitably sealed to prevent entry of water inside the building. Further the mouth of the pipes at the building end shall be suitably sealed to avoid entry of water. This seal in addition to being waterproof shall also be fireproof.

14.6.2.8 All chases and passages necessary for lying of service cable connections to buildings shall be cut as required and made good to the original finish and to the satisfaction of the Engineer-in-Charge.

14.6.2.9 Cable grips/draw wires and winches etc. may be employed for drawing cables through pipes/closed ducts etc.

14.6.3 Laying on Cable Trays

14.6.3.1 Cables, where indicated in approved shop drawings, shall be laid on overhead cable trays which are suspended from ceiling or supported from wall, by anchor fasteners as required.

14.6.3.2 The Contractor shall provided for all accessories for the installation of the cable trays, such as bends, tees, reducers coupler plates, trifoil clamps and structural steel members (comprising of channels, angles, flats, rods) to be fabricated at site for structural supports for cable trays racks etc.

14.6.4 Termination

Brass single compression glands shall be provided for MV cables termination

14.6.5 Testing

14.6.5.1 All 650/1100 Volt grade cables before laying shall be tested with a 500 V meager or with a 2,500/5,000 V meager for cables of higher voltages. The cable cores shall be tested for continuity, absence of cross phasing, insulation resistance to earth/sheath/armour and insulation resistance between conductors.

14.6.5.2 All cables shall be subject to above mentioned tests during laying, before covering the cables by protective covers and back filling and also before the jointing operations.

15.0 CABLE TRAYS

15.1 Prefabricated Cable trays of ladder type and associated accessories, tees, bends, elbows & reducers shall be fabricated from 12 gauge (2.6 mm thick) mild steel. Perforated cable trays and associated accessories tees, elbows, and reducers shall be fabricated from 14 gauge (2 mm thick) MS steel.

15.2 Cable trays and accessories and covers shall be painted with one shop coat of red oxide zinc chromate primer and two coats of Aluminium alkyd paint.

15.3 The Contractor shall provide for all accessories for the installation of the cable trays, such as bends, tees, reducers coupler plates, trifoil clamps and structural steel members (comprising of channels, angles, flats, rods) to be fabricated at site for structural supports for cable trays racks etc.

CONTRACTOR WITNESS 124

16.0 EARTHING

This section covers detailed requirements for earthing.

16.1 GENERAL

16.1.1 The non-current carrying metal parts of electrical installation shall be earthed properly. All metallic structure, enclosures, junction boxes, outlet boxes, cabinets, machine frame, portable equipments, metal conduits, trunking, cable armour, switchgear, distribution boards, lighting fittings and all other parts made of metal in close proximity with electrical circuits shall be bonded together and connected by means of specified earthing conductors to an efficient earthing system. All earthing will be in conformity with the relevant Indian Electricity Rules 1956 and Indian Standard Specification IS : 3043. Every item of equipment served by the electrical system shall be bonded to earthing system.

16.1.2 Every switch, lighting fixture and 5 Amp outlets shall be provided with insulated copper conductor of 1.5 sq. mm for earthing. The computer workstations shall be earthed with 2.5 sq.mm. insulated copper conductor wire.

16.1.3 Separate copper earth pits shall be provided for UPS, EPABX & Networking equipment.

16.1.4 The raceways shall not be used as a grounding conductor.

16.2 CONNECTION OF EARTHING CONDUCTORS

16.2.1 Main earthing conductor shall be taken from the earth connections at the PDB to the earthing pit. Circuit earthing conductor shall run from the exposed metal of equipment and shall be connected to any point on the main earthing conductor, or its distribution boards or to an earth leakage circuit breaker. Metal conduits, cable sheathing and armouring shall be earthed at the ends adjacent to switch boards at which they originate, or otherwise at the commencement of the run by an earthing conductor in effective electrical contact with cable sheathing. Where equipment is connected by flexible cord, all exposed metal parts of equipment shall be earthed with 2 no. G.I. strips/wires and non-current carrying metallic parts with, 1 no. G.I. strips/wires.

16.2.2 Neutral conductor, sprinkler pipes, or pipes conveying gas, water or inflammable liquid, structural steel work, metallic enclosures cables and conductors, metallic conduits and lightning protection system conductors shall not be used as a means of earthing an installation or even as a link in earthing system. The Electrical resistance of metallic enclosures for cables and conductors measured between earth connections at the main switch boards and any other point on the completed installation shall be low enough to permit the passage of current necessary to operate circuit breakers and shall not exceed 1 OHM.

16.3 EARTH CONNECTIONS

All metal clad switches and other equipment carrying single phase circuit, shall be connected to earth by a single connection. All metal clad switches carrying 3 phase shall be connected with earth by two separate and distinct connections. The earthing conductor inside the building wherever exposed shall be properly protected from mechanical injury by running the same in GI pipe of adequate size. The earthing conductor shall be painted to protect it against corrosion. Earthing conductor outside the building shall be laid 600 mm below finished ground level. The over lapping in G.I. strips in joints shall be welded. Lugs of adequate capacity and size shall be used for all termination of conductor wires. Lugs shall be bolted to the equipment body to be earthed after the metal is cleaned of paint and other oily substance and properly tinned.

16.4 PROTECTION FROM CORROSION

Connection between copper and galvanized equipment shall be made on vertical face and protected with paint and grease. Galvanised fixing clamps shall not be used for fixing earth conductors. Only copper fixing clamp shall be used for fixing earth

CONTRACTOR WITNESS 125

conductors. When there is evidence that the soil is aggressive to copper, buried earthing conductors shall be protected by suitable serving and sheathing.

16.5 EARTHING STATION

16.5.1 PLATE ELECTRODE EARTHING

16.5.1.1 Earthing electrode shall consist of a Copper plate of 600 mm X 600 mm X 3 mm or G.I. plate of 600mm x 600mm x 6.3 mm as called for in the Schedule of Quantity. The plate electrode shall be buried as far as practicable below permanent moisture level but in any case not less than 3 meters below ground level. Wherever possible, earth electrode shall be located as near the water tap, water drain or a down take pipe as possible. Earth electrode shall be kept clear of the building foundations and in no case shall it be nearer than 2 meters from the outer surface of the wall.

16.5.1.2 The earth plate shall be set vertically and surrounded with 150 mm thick layer of charcoal dust and salt mixture. A 20 mm dia GI pipe shall run from the top edge of the plate to the ground level. The top of the pipe shall be provided with a funnel and a mesh for watering the earth through the pipe. The funnel over the GI pipe shall be housed in a masonry chamber approximately 300 mm x 300 mm x 300 mm deep. The masonry chamber shall be provided with a cast iron cover resting over a CI frame. Test facility shall be provided with test links for the earthing station.

16.5.2 PIPE ELECTRODE EARTHING

Earthing Electrode shall consist of G.I. medium class. 40 mm dia 4.5 m long pipe (without any joint) G.I. pipe Electrode shall be cut, tapered at the bottom and provided with holes of 12 mm dia drilled not, less than 7.5 cm from each other upto 2 M of length from the bottom. Pipe electrode shall be buried in the ground vertically with its top at not less than 200 mm below the ground level. When more than one pipe is to be installed a separation of not less than 2 M shall be maintained between two adjacent electrodes as called for in the drawings. Wherever possible, earth electrode shall be located as near the water tap, water drain or a down take pipe as possible. Earth electrode shall be kept clear of the building foundations and in no case shall it be nearer than 2 meters from the outer surface of the walls. The pipe electrode shall be set vertically and surrounded with 150 mm thick layer of charcoal dust and salt mixture. A 40 mm x 20 mm reducer shall be used for fixing of funnel with mesh. The funnel and mesh have been provided for watering the earth through the pipe. The funnel over the G.I. Pipe shall be housed in a masonry chamber 300mm x 300mm x 300mm. deep. The masonry chamber shall be provided with a cast iron cover resting over a CI frame. The breaked earth pit will be provided with test links in suitable enclosures.

16.5.3 ARTIFICIAL TREATMENT OF SOIL

If the earth resistance is too high and the multiple electrode earthing does not give adequate low resistance to earth, as specified in Clause no. 7 then the soil resistivity immediately surrounding the earth electrodes shall be reduced by adding sodium chloride, Calcium chloride, sodium carbonate, copper sulphate, salt and soft coke or charcoal in suitable proportions.

16.5.4 RESISTANCE TO EARTH

The resistance to each earthing system shall not exceed 1.0 ohm.

CONTRACTOR WITNESS 126

COMMISSIONING & GUARANTEE

1. SCOPE OF WORK

Work under this section shall be executed without any additional cost. The rates quoted in this tender shall be inclusive of the works given in this section.

Contractor shall provide all tools, equipment, metering and testing devices required for the purpose.

On award of work, Contractor shall submit a detailed proposal giving methods of testing and gauging the performance of the equipment to be supplied and installed under this contract.

All tests shall be made in the presence of the Engineer-in-charge or his representative or any inspecting authority. At least five working days notice in writing shall be given to the inspecting parties before performing any test.

Water flow rates of all equipment and in pipe lines through valves shall be adjusted to design conditions. Complete results of adjustments shall be recorded and submitted.

Contractor shall ensure proper balancing of the hydraulic system and for the pipes / valves installed in his scope of work by regulating the flow rates in the pipe line by valve operation. The contractor shall also provide permanent Tee connection (with plug) in water supply lines for ease of installing pressure gauge, temperature gauge & rotameters. Contractor shall also supply all required pressure gauge, temperature gauge & rotameter for system commissioning and balancing. The balancing shall be to the satisfaction of Consultant / Project Manager.

Three copies of all test results shall be submitted to the Engineer in A4 size sheet paper within two weeks after completion of the tests.

2 PRECOMMISSIONNIG

On completion of the installation of all pumps, piping, valves, pipe connections, insulation etc. the Contractor shall proceed as follows:

2.1 Prior to start-up and hydraulic testing, the Contractor shall clean the entire installation including all fitments and pipe work and the like after installation and keep them in a new condition. All pumping systems shall be flushed and drained at least once through to get rid of contaminating materials. All pipes shall be rodded to ensure clearance of debris, cleaning and flushing shall be carried out in sections as the installation becomes completed.

a) All strainers shall be inspected and cleaned out or replaced.

b) Check all clamps, supports and hangers provided for the pipes.

c) Check all the equipment, piping and valves coming under hot water system and operate each and every valve on the system to see if the valves are functioning properly. Thereafter conduct & hydro test of the system as for (b) above.

d) Fill up pipes with water and apply hydrostatic pressure to the system as given in the relevant section of the specification. If any leakage is found, rectify the same and retest the pipes.

3 FINAL ACCEPTANCE TESTS

Following commissioning and inspection of the entire installation, and prior to issue of the Completion Certificate, the Contractor shall carry out final acceptance tests in accordance with a programme to be agreed with the Engineer-in-charge.

CONTRACTOR WITNESS 127

Should the results of the acceptance tests show that plant, systems and/or equipment fail to perform to the efficiencies or other performance figures as given in this Specification, the Contractor shall adjust, modify and if necessary replace the equipment without further payment in order that the required performance is obtained.

Where acceptance tests are required by the relevant Authorities having jurisdiction, these tests shall be carried out by the Contractor prior to the issue of Completion Certificate to the acceptance of the Authorities.

4 REJECTION OF INSTALLATION / PLANT

Any item of plant or system or component which fails to comply with the requirements of this Specification in any respect whatsoever at any stage of manufacture, test, erection or on completion at site may be rejected by the Engineer-in-charge either in whole or in part as he considers necessary/appropriate. Adjustment and/or modification work as required by the Engineer-in-charge so as to comply with the Authority's requirements and the intent of the Specification shall be carried out by the Contractor at his own expense and to the satisfaction of the Authority/Engineer-in-charge.

After works have been accepted, the Contractor may be required to carry out assist in carrying out additional performance tests as reasonably required by the Engineer-in-charge/Employer.

5. WARRANTY AND HANDOVER

The Contractor shall warrant that all plant, materials and equipment supplied and all workmanship performed by him to be free from defects of whatsoever nature before handover to the Owner.

6. HANDING OVER OF DOCUMENTS

All testing and commissioning shall be done by the Contractor to the entire satisfaction of the Owner’s site representative and all testing and commissioning documents shall be handed over to the Owner’s site representative.

The Contractor shall also hand over all maintenance and operation manuals, all certificates and all other documentation as per the terms of the contract to the Owner’s site representative.

8. PIPE COLOUR CODE:

S.No. Pipe Lines Ground / Base Color

FirstColor Band

SecondColor Band

1 Drinking Water (All cold water lines after filter)

Sea Green French Blue Single Red

2 Treated Water (Soft Water) Sea Green Light Orange

3 Domestic Hot Water Sea Green Light Grey

4 Drainage Black

Color code to confirm to IS: 2379:1990

CONTRACTOR WITNESS 128

LIST OF STANDARD CODES

S.No. IS Code No.Description

1. IS:1729:1979Specification for sand cast iron spigot and socket soil, waste and ventilating pipes, fittings and accessories (1st rev.) (Amendment 4)

2. IS:651:1992 Specification for salt glazed stoneware pipes and fittings (5th rev.) (Amendment 1)

3. IS:456:1978 Code of practice for plain and reinforced concrete (3rd rev.) (Amendment 2)

4. IS:3114:1994 Code of practice for laying of CI pipes (2nd rev.) (Amendment 2)

5. IS:782:1978 Specification for caulking lead (3rd rev.)

6. IS:783:1985 Code of practice for laying of concrete pipes (1st rev.)(amendment 1)

7. IS:4127:1983 Code of practice for laying of glazed stoneware pipes (1st rev.)

8. IS:780:1984 Specification for sluice valve for water works purposes (6th rev.) (50 to 300 mm size) (amendment 3)

9. IS:1172:1993 Code of basic requirements for water supply, drainage & sanitation (4th rev.)

10. IS:1200 (Part-16):1979

Code of practice for methods of measurements of building and civil engineering works: Part 16 laying of water and sewer lines including appurtenant items (3rd rev.)

11. IS:1200(PART-19):1981

Code of practice for methods of measurements of building and civil engineering works: part 19 water supply, plumbing and drains (3rd rev.)

12. IS:1742:1983 Code of practice for building drainage (2nd rev.)13. IS:13095:1991 Butterfly valves for general purposes

14. IS:5312 (part 1) :1984 Swing heck type reflux valves (non-return valve): part 1 single door pattern (1st rev.)(amendment 1)

15. IS:1726:1991 CI manhole covers & frames (3rd rev.)16. IS:884:1985 Fire aid hose reel for fire fighting

17. IS:901:1988 Coupling double male and female instantaneous pattern for fire fighting

18. IS:903:1984 Fire hose delivery coupling, branch pipe, nozzles and nozzles spanner

19. NBC-SP-7-1983 Part IV National building code of India 1983, amendment No. 3

20. Central public works division (CPWD) Part-V, wet riser system for fire fighting 1985, Govt. of India

21. IS:3844-1989 Code of practice for installation and maintenance of internal fire hydrants and hose reels on premises

22. IS:2190:1992 Code of practice for selection and maintenance of first-aid fire extinguisher

23. IS:6382:1984 Code of practice for design and installation of fixed system carbon dioxide fire extinguishing system

24. SP:35 (s&t)-1987 Hand book on water supply & drainage by bureau of Indian standards

25. National Building code (sec-ix)26. IS:2065:1983 Code of practice for water supply in buildings

27. IS:933-1989 Specifications for portable chemical from fire extinguisher

28. IS:2171-1985 Specifications for portable fire extinguishers, dry power

CONTRACTOR WITNESS 129

(SECTION – 6)

SPECIAL CONDITIONS

FOR

ATTACHED ELECTRICAL WORKS

CONTRACTOR WITNESS 130

SECTION – 6SPECIAL CONDITIONS FOR THE ELECTRICAL WORKS

1 GENERAL1.1 The entire electrification work shall be carried out by the contractor in accordance

with PWD / under mentioned specifications without any extra cost. The work shall also conform to the relevant Indian Standards, Specifications, the Indian Electricity Act/rules and the requirements of local electric supply authority with the latest amendments thereof.

1.2 Licensed electrical contractors “A“ class shall be allowed to execute the electrification work. For site supervision the contractor must depute a qualified degree holder electrical Engineer. The contractor shall employ only experienced and licensed wiremen to do the electrification work.

1.3 When the installation is complete, the same shall be tested with the 500 / 810 volts Megger in the presence of the Engineer-in-charge or his representative and the results shall be entered into the test certificate as per the format available with local electric supply authority.

1.4 The contractor shall carry out all minor civil works connected with the electrical job. The contractor shall repair and make good the damages caused by him to the civil structure while executing the electrification work. The foundations for the panel boards, grouting of frames in the wall, erection of D.B./switchboards in the wall/chasing the walls for embedding the conduits and boxes etc. are all to be carried out by the contractor to the satisfaction of the Engineer-in-charge.

1.5 Appointment of the licensed sub-contractor, if any, for electrical work shall be got approved by the Engineer-in-charge.

2 INTERNAL WIRING

2.1 SYSTEM OF WIRING:

The system of wiring shall consist of PVC insulated multi standard copper conductor wires in PVC conduits as called for with minimum size of 25mm dia. All conduits shall be concealed. All Down conduits shall be concealed unless otherwise called for. No solid copper wires shall be used except for earthing wires.

2.2 INSPECTION BOXES

Rust proof inspection boxes of 1.6mm thick mild steel sheet and of requ ired size, having smooth external and internal finish shall be provided to permit periodical inspection and to facilitate removal and replacem ent of wires when required. Inspec tion boxes shall be mounted flush with ceiling/walls finished surface and shall be provided with screwed covers of Urea Formaldehyde Thermosetting insulating material sheet cover secured to the box with brass screws. Adequate holes shall be provided for ventilation in the inspec tion box covers.

2.3 LOAD BALANCING

Balancing of circuits in three phase installation shall be planned bef ore the commencement of wiring, shall be got approved by the Engineer-in-charge and shall be strictly adhered to.

CONTRACTOR WITNESS 131

3 TESTING

3.1 GENERAL

On completion of the work the entire installation shall be subject to following tests: a) Wiring Continuity Test b) Insulation Resistance Test c) Earth Continuity Test d) Earth Resistivity Test

Besides above, any other test specified by the local Authority shall also be carried out.

Tested & Calibrated instruments for testing, labour, materials and incidentals necessary to conduct the above tests shall be provided by the Contractor at his own cost.

3.2 TESTING OF WIRING

All wiring systems shall be tested for continuity of circuits, short circuits and earthing after wiring is complete and before energizing. The Test Certificates for the complete wiring shall be submitted in the Format and the Total Electrical Installation shall be got approved from the Electrical Inspector.

3.3 INSULATION RESISTANCE TEST

The insulation resistance shall be measured by applying between earth and the whole system of conductors, or any section thereof with all fuses in place and all switches closed (except in concentric wiring) all lamps in position of both poles of the installation, otherwise electrically connected together, a direct current pressure of not less than twice the working pressure (provided that it does not exceed 660 volts for medium voltage circuits) be applied.

Where the supply is derived from A.C. three phase system, the neutral pole of which is connected to earth, either direct or through added resistance, pressure shall be deemed to be that which is maintained between the phase conductor and the neutral.

The insulation resistance measured as above shall not be less than 50 divided by the number of points on the circuit provided that the whole installation shall not be required to have an insulation resistance greater than one mega ohm. The insulation resistance shall not be measured between all conductors connected to one phase conductor of the supply and all the conductors connected to the middle wire or to the neutral or to the other phase conductors of the supply. Such a test shall be carried out after removing all metallic connections between the two poles of the installation and in these circumstances the insulation resistance between conductors of installation shall not be less than that specified above.

The insulation resistance between the case of frame work of housing and power appliances, and all live parts of each appliance shall not be less than that specified in the relevant Indian Standard Specifications or where there is no such specification shall not be less than half a mega ohm.

3.4 TESTING OF POLARITY OF NON-LINKED SINGLE POLE SWITCHES

In a two wire installation a test shall be made to verify that all non-linked single pole switches have been fitted in the same conductor through-out, and such conductor shall be labeled or marked for connection to an outer or phase conductor or to the non-earthed conductor of the supply. In the three or four wire installation a test shall be made to verify that every non-linked single Pole switch is fitted in a conductor to one of the outer or phase conductor of the supply. The entire electrical installation shall be subject to the final acceptance of the Engineer-in-charge as well as the local authorities.

CONTRACTOR WITNESS 132

3.5 EARTH RESISTIVITY TEST

Earth resistivity test shall be carried out in accordance with Indian Standard code of practice for earthing IS:3043:1987. All tests shall be carried out in the presence of the Engineer-in-charge.

3.6 TEST CERTIFICATES

The Electrical Installation shall be tested as per relevant Indian Standards and Test Certificate to this effect shall be submitted to the Engineer-in-charge-in-Charge. The Contractor has to get the Total Electrical Installation approved by the Electrical Inspector and the permission to energize the same shall be submitted to the Engineer-in-charge-in-Charge.

The PVC Copper wire unless otherwise specified conforming to present enforced ISI specifications shall only be used at site of works from the list of approved material appended with this DNIT.

Earthing of 3rd pin of plug shall be done with 1mm2 copper conductor solid earth wire.

G.I. pipes for earthing for protection of earth wire shall be medium (B Class) quality.

The rigid PVC conduit pipes (Heavy) to be used on the work should bear the manufacturer’s Trade Mark and shall be ISI marked & should be out of the make indicated in the list of material appended with the DNIT. All specials should bear the trade mark of the same manufacturer except junction Box which will be of C.I.

All chases and holes made for wiring or for other purposes shall be refilled properly and neatly for bringing to original finish to the satisfaction of Engineer-in-charge. If the building construction work is in progress, the electrical work shall proceed along with for the purpose of cutting chases and holes.

Not more than 5,10 & 14 copper conductor cable of 1.5 sq. mm; 3,6 &12 of 4 Sq mm and 2,5&8 of 6 Sq.mm shall be allowed in 20mm, 25 mm and 32 mm dia. conduit pipe respectively. 4 & 7 copper conductor cable of 10 sq.mm shall be allowed in 25mm & 32 mm dia conduit pipe

The arrangements for the electric supply required for construction purpose shall be made by the contractor at his own cost.

Contractor shall be responsible for damage/pilferage of electrical fittings till the houses are handed over to the department.

All the round junction box and fan box covers shall be of 3mm thick bakelite sheet and nothing extra shall be paid on this account. The colour of these Bakelite sheet cover shall be as approved by the Engineer-in-charge.

The work will be executed strictly as per PWD specifications unless and otherwise specified.

All the electrical material shall be used as per list of approve make of material appended.

EXECUTIVE ENGINEER

SIGNATURE OF THE TENDERER

CONTRACTOR WITNESS 133

(SECTION – 7)

LIST

OF

APPROVED MAKES

CONTRACTOR WITNESS 134

SECTION – 7

  LIST OF APPROVED MAKES - CIVIL 

  UHBVN BUILDING WORKS S.No Item Make

1 Steel (Grade ISI 1786) FE-500 TMT TISCON / RINL /SAIL/TATA2 Cement (OPC) Grade-43 J.K / Birla / Ambuja / ultratech / ACC

3 Cement (PPC) JK/ Birla / Ultratech / Ambuja / ACC

4 AAC Blocks R.S. Green / Magicrete / Biltech5 Antitermite Treatment Concentrate Aldrin / Lindane / imidacloprid /

chlorpyrifos6 Aluminum Fittings Classic / Argent / Supreme (ISI Marked)7 Paints And Primer Asian / Nerolac / ICI Dulux8 Oil Bound Distemper Asian / Johnson & Nicholson / ICI Dulux

9 Exterior Paint Asian/ Dulux/ ICI Dulux/ SPECTRUM10 UPVC doors and frames Sintex/ Fenesta/ Rehau/ Yashpoly/

Encraft Window World11 Wall Glazed / Ceramic Tiles Kajaria / Orient / Johnson / Somany/

Nitco/ RAK12 Vertical/ Roller Blinds Vista/ Hunter Douglas13 ACP sheet Alucobond/Alstone/Alstrong

14 Wall Putty Birla/J.K/Ferrous Crete15 Tile Adhesive/Grouts Ferrous Crete/ Ball

Endura/Pidilite/Laticrete16 Vitrified Floor Tiles 2’X2’ Kajaria / Orient / Johnson / Somany

17 Anti Skid Floor Tiles Kajaria / Johnson/ Orient / Somany18 Interlocking Paver NTC / Nitco / Hindustan19 Glass / Mirror Saint Gobain / TATA/ ASAHI20 Pvc Pipes (Rain Water) Conforming To

IS: 13592Supreme / Diplast / Finolex/ Polypack

21 Aluminium Sections For Doors / Windows Jindal / Hindalco 22 Pre laminated Particle Board ARCHID/ GREEN LAM/ Century23 Commercial Board & Flush doors Archid / Green / Century24 Gypsum Board Std / Fire / MR Grade Boral / Gyproc25 Plaster Of Paris Sankarni / Jk lakhshami / Aadhar shree26 Heat Resistant Tiles Thermatek / Insulla / Lune tiles27 Insulated Glass Processors Gsc , Gold Rush, Art 'N' Glass28 Antistatic False Floors Unifloor / Unitile / Kanak29 Floor Spring Godrej / Dorma / Hafele 30 Extruded Polystyrene Insulation Board Owens Corning / Supreme /

STRYOFOAM31 MS Conduit Bec / Steel Craft32 Mineral Fibre False Ceiling Tiles With

GridDexune/Hunter Douglas/Linder

33 GRC Screen Unistone / Mahesh / Grand GRC34 Cold applied self adhesive bituminous

membrane 1.5mm thickPolyglass Italy / Bituthene of Grace USA / SIKA

35 Truss Reinforced Insulated Concrete Eco-Wall (XPS)

Braj Green product / INCO panels / Single window solutions

36 Hardware Godrej / Dorset / Dorma.

CONTRACTOR WITNESS 135

  LIST OF APPROVED MAKES FOR EQUIPMENT & MATERIALS PLUMBING 

  UHBVN BUILDING WORKS S.No

Item Make at PAR

     1 Vitreous China Sanitary

warePARRYWARE / HINDWARE / CERA / NEYCER

2 Concealed Cistern GEBRIT / VIEGA

3 Plastic W.C. seats Covers

Commander / PARRYWARE / HINDWARE / Diplomat

4 Stainless Steel Sinks JAYNA / Neelkanth/ NIRALI/Faber5 C.P. Fittings &

AccessoriesExcel/ Kohler/ Hindware/ CERA

6 Rubber Insulation ARMAFLEX / VIDEOFLEX7 CPVC pipes/fittings

and valves ASHIRWAD / ASTRAL

8 G.I. Pipes /M.S.Pipes IS 1239/3589

JINDAL HISSAR / PRAKASH SURYA / BST / TATA

9 G.I. Fittings (Malleable cast iron)

DRP-M / UNIK /R / RM 8

10 Soil, Waste & Rain water pipes & Fittings – CAST IRON (IS: 3989)

NEECO / BIC/ ACL

11 Soil, Waste & Rain water pipes & Fittings – UPVC.

JAIN / SUPREME

12 S.S. Hinged Grating GMGR / CHILLY13 Check Valves (Dual

Slim type)VEESON / SANT / KARTAR

14 Butterfly Valve VEESON / SANT / KARTAR

15 Ball valves (15 to 40mm)

ZOLOTO/UCO/LEE

16 Gate Valve ZOLOTO/UCO/LEE

17 Gunmetal valve (full way valve) Class-I

ZOLOTO/UCO/LEE

18 C.I. double flanged sluice valve

KIRLOSKAR / SHIVA-DURGA

19 Diaphram Valve As approved by water treatment manufacturer’s

20 Foot Valve DRP / KIRLOSKAR / KARTAR

21 Pressure Reducing Valve (PRVs)

DRP / KARTAR

22 Stoneware Pipes & Gully - IS 651

Perfect / Hind

23 RCC Pipes IS 458 Locally ISI approved

24 C.I. Manhole cover & frame IS 1726

RIF / SKF

25 SFRC Manhole COVERS ETC

KK / PRAGATI / SUPER WIRE / ISI

26 Anti corrosive tape for pipe protection

PYPKOTE / MAKPOLYKOTE

27 Garden Irrigation System

JAIN / HARVEL

28 Anticorrosive ISI

CONTRACTOR WITNESS 136

Bitumastic Paint29 Epoxy Paint ISI

30.1 Hydro-Pneumatic System Pumps

DP-HOLAND / GRUNDFOSS / NOCHI

Ii PLC AS PER MANUFACTURERS SPEC'S

Iii Pressure Vessel AS PER MANUFACTURERS SPEC'S

Iv Pressure Sensor AS PER MANUFACTURERS SPEC'S

31 Clear Water Pumps DP-HOLAND / GRUNDFOSS / EBARA / NOCHI

32 Submersible Drainage Pumps

DP-HOLAND / GRUNDFOSS / EBARA / NOCHI / KSB

33 Filter/Softener BRISANZIA / ION EXCHANGE / PENTAIR

34 PH Meter VATS / HANNA (italy)

35 Water Meter kaycee / kent

36 Electrical Switchgear & Starters

L&T OR EQUIVALENT

37 Cable Trays SLOTCO OR EQUIVALENT

38 1100 Volt Grade XLPE Cables

Finolex,/ Polycab / Bonton

39 PVC Insulated Copper Wires

Finolex,/ Polycab / Bonton

40 Lugs (Tinned Copper) EQUIVALENT

41 Power Aux. Contactors EQUIVALENT

42 Vibration Eliminator Pads & Connections

RESISTOFLEX

43 Suction Strainer/Pot Strainer

VENUS / LEADER / EMARALD / ZOLOTO

44 Meters, Indication Lamp

ENERCON OR EQUIVALENT

45 Forged Steel Fittings DRP / VS

46 Pressure Gauge FIEBIG / GURU

47 Measuring Instruments EQUIVALENT

48 Electrical Panels IMPACT ENGINEERS / ELEGANT

49 Air Admittance valves STUDOR / McALPINE

50 Fire fighting equipment (Hydrant, Hose Drum, F.B Inlet, Branch)

NEWAGE / SAFE GUARD / SUPREX

51 Fire Extinguishers CEASE FIRE SAFE / GUARD / SUPREX

52 Fire fighting first-aid hose reel tubing

NEWAGE / JYOTI / DUNLOP

CONTRACTOR WITNESS 137

53 Fire pumps MATHER + PLATT / KIRLOSKAR

54 Motors KIRLOSKAR / SIEMENS / ABB

55 M.S. Pipes PRAKASH SURYA / JINDAL HISSAR

56 Sprinkler heads VIKING / TYCO / H.D. / NEWAGE / GRINNELL

57 C.P Jali VIKING / Chilly/Camry58 M.S. FORGED

FITTINGS DRP-M / V.S.

59 C.I. Double Flanged Non-Return Valves. (80mm diameter and above)

AARKO / VENUS/ LEADER/ BIR /PANJA / UPADHAY

60 Welding Rod ADWANI / VICTOR

61 Alarm Control Valve NEWAGE / VIKING / TYCO

62 Flow Switch DANFOSS / VIKING

63 Dash Fasteners HILTI / canon

64 Automatic Air Vent DANFOSS / IBP

65 Water level indicator & controller

ITAL / TECHNIKA

66 Pipe Clamps / Hangers / Support

CAMRY / CHILLY

67 Clamps & Support CAMRY / CHILLY

68 Paint Shalimar / Asian / Nerolac / Berger

69 SOLAR WATER HEATER

SOLARIZER/ SOLAHART/ INTER SOLAR

BRAND/LIST OF ELECTRICALS ACCSSORIES/ITEMS

Sr No

NAME OF THE ITEM NAME OF THE BRANDS

1 I . Electricals accessories, Butten Holder Pendent Holder, Ceiling Rose, Bell Push Switches and sockets etc. (ISI marked)

Anchor/ SSK.

  II . Modular switches & sockets Legrand (Mosaic)/ Havell's (Crabtree)/

2 Bakelite Sheet ( ISI Marked ) Formica/ Hylam/ Sunflame

CONTRACTOR WITNESS 138

3 PVC conduit pipe and PVC Pipe (6 Kg. pressure) (ISI marked)

Polycab / Polypack / Diplast / AKG /Ravindra

4 Call Bell and Buzzer Havell's/ LEGRAND

5 PVC Wires(Aluminium and Copper Conductor). (ISI marked)

Havell's/ Finolex/ Plaza

6 Under ground PVC cables with aluminium Conductor. (ISI marked)

Havell's/ Plaza/ Polycab/ Ecko / Finolex.

7 HT & LT XLPE cables with aluminium conductor). (ISI marked)

Havell's/ Plaza/ Polycab /Ecko / Finolex/ ICL.

8 MS conduit Pipe ISI Marked alongwith accessories AKG /NIC / Steel Craft / BEC or any other reputed ISI marked Brand .

9 GI Pipe and M.S. Pipe ( Heavy & Medium ) , ISI marked

Jindal/ Ravindra/ Tata/ SURYA

10 Main Switches  

  CAT-A (ISI Marked) English Electric / L&T/ Siemens

  CAT-B (ISI Marked) Havell's /Standard/ HPL / G. E. C .

  CAT-C (ISI Marked) Brite / Capital/ Napture / Crystal / Aeco

11 MCBs (ISI marked), Distribution board and ELCB (C- Curve)

GE/ Havell's/ Indo-Kopp/L&T ( Hager )/ Load Contact/Standard/ Siemens / Legrand ( Lexic ).

12 MCCBs ABB/ GE/ Havell's/ L&T ( D - Line ) / Siemens ( BVL ) / Schneider ( NS compact ) / Legrand.

13 PVC TEE JOINTS M-Seal/ Densons / M.S. Seal .

14 Telephone Cable ( ISI ) Havell's/ Plaza/ Polycab /Ecko / Finolex / Delton .

15 LAN Cables DAX / AYAYA /AMP / D - Link .

16 Ceiling Fan (Double Ball Bearing) 5* rating

Havell's/ Crompton Greaves/ Orient

17 I ) EXHAUST FANS (Heavy duty) Crompton Greaves/ Havell's/ Orient  II ) EXHAUST FANS (Light duty in PVC body &

wall Fan )Crompton Greaves/ Havell's/ Orient

18 TUBE LIGHT FITTINGS ( ISI ) T-5 Philips/ Havell's/ Crompton Greaves

19 Tube Lights Fittings T-5 (LED) Philips/ Crompton Greaves/ Wipro/Tisva

20 Ceiling Lights 2 x 2 (LED) Philips/ Crompton Greaves/ Wipro/Tisva/OrientElectric

21 OUTDOOR STREET/FLOOD LIGHT FITTINGS. Bajaj/ Crompton Greaves/ Philips / GE / Wipro / Havell ' s .

22 ACBs GE/ L&T/ Siemens/Schineider/ ABB.23 OCBS & VCBs Alstom/Areva / Crompton Greaves/ Siemen /

SCHINEIDER/ABB ,24 TRANFORMERS. Alstom/Areva/ Kirloskar/ Crompton

Greaves/ABB/ Siemens .

CONTRACTOR WITNESS 139

25 GENERATORS    a) Engines. Cummins/Kirloskar,   b) Alternators. Kirloskar/ Stamford.

26 Poles Manufacture by any firm as per ISI marked Sectional length and Strictly according IS/PWD/ Electricity Board Specification .

27 Cable Glands & Lugs Dowels / Comet / IMI / Jansons .

28 HT potential Meter/ Current Trans former As per approved list of HVPN /UHBVNL / DHBVNL .

29 Selector Switch L&T / Kaycee / HPL / GE / AE .30 Contactor,O/L Relay / Timer GE/ L&T/ Siemens/ ABB31 Indicator, Lamp,/ Push Button GE/ L&T/Vecco .32 APFC Relay L&T / Kaycee / HPL / GE .33 Changer Over Switch L & T / Siemens / Havell's / MDS /GE/ HPL.34 Voltmeter , Ammeter , PF Meter , KWH Meter ,

Frequency Meter ,etc .L & T / Siemens /HPL / AE/ ABB/ GE .

35 11 KV Cable joint KIT & cable box Raychem / Densons/ M.Seal /Universal

36 11 KV Pin /Disc/Shackle insulator / Disc fitting Jayshree /WS / IES / PCL / BHEL .37 Lightning Arrestor Atlas / GE / International / LAMCO .38 Draw / Drop out fuses Nattional /Kiran / Jyoti /Jayshree / HPL .

39 Fire Extinguisher Minimax /Safex / Vijay /Cease fire / Zenith .

40 Rubber Mat Any ISI Marked

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

Sr. No Item of Equipment Requirement

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

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

3 Concrete Pump 1 No. 15 cum/hour minimum

4 Concrete Transit Mixer As required

5 Concrete vibrator (Skin) 2 Nos.

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

7 Plate compactor 1 No.

8 Tipper/Dumper 2 Nos.

CONTRACTOR WITNESS 140

9 Compressor Optional as required

10 Generator with CPRIO approved canopy 1 No.

11 Bar bending Machine 1 No

12 JCB 1 No.

13 Hydraulic lift/ordinary lift 1 No.

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

15 Reverse Osmosis Plant 1 No. for works where water as per IS 456 is not available.

  Quality Control Lab Equipment's:-  

S. no Item of Equipment Requirement

1 Sieves required for Coarse Aggregate & fine aggregate 1 Set

2 Impact value/ Flakiness testing equipment 1 Set

3 Cube Moulds 18 Nos.

4 Slump Test 2 Nos

5 Compression testing machine (Automatic computerized recording-AIMIL or equivalent make)

1

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

7 Water testing equipment 1 No

8 Soil density measuring operators 1 No

9 Any other equipment required at site for quality control by the Engineer-in-charge like Gauze meter, Varnier caliper, Measuring equipment, Dumpy level.

  Note:-  

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

2 The numbers, types and capacities of each plant/equipment shall be shown in the proposals along with the cycle time for each operation for the given production capacity to match the requirements.

3 In case the contractor fails to arrange any of the key plant/equipment at site, the department will procure at his risk and cost and make deductions from his bills, the cost of the plant/equipment along with 14% departmental charges.

CONTRACTOR WITNESS 141

ANNEXURE –II

 Sr. No. Technical Staff to be deployed  Recovery rate

1 List of Key Personnel to be deployed on Contract Work.

Recovery rate in case non employment

2 One Civil Engineer with degree in Civil Engineering with Civil 10 years experience in building construction

Rs. 75,000/- per month

3 One quality control engineer with diploma in civil engineering with 2 years experience in quality control

Rs. 35000 per month

4 One supervisor for civil works Rs. 20000 per months

5 One public health diploma engineer for plumbing and fire fighting work with 5 year of experience

Rs. 35000 per month

6 One Electrical diploma engineer for electrical work with 5 year of experience

Rs. 35000 per month

 7 In case the contractor fails to employ the Key Personnel required to be employed as above at site, the department will employ the personnel and the recoveries will be made as above from his bills along with 14% departmental charges. The personnel so employed shall be considered as employees of the contractor and all responsibilities of them shall lie with him only.

CONTRACTOR WITNESS 142

PROFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR FOR THE EQUIPMENT HANDED OVER IN INSTALMENTS BY UHBVN FOR PERFORMANCE OF ITS CONTRACT.

(On non-judicial stamp paper of appropriate value)

INDEMNITY BOND

THIS INDEMNITY BOND is made this ------------------------- day of -------------20-------------

by -------------------- a Company registered under the Companies Act, 1956/Partnership

firm/proprietary concern having its Registered Office at --------------------- (hereinafter

called as ‘Contractor’ which expression shall include its successors and permitted

assigns) in favour of Uttar Haryana Bijli Vitran Nigam, Panchkula (hereinafter called

UHBVN which expression shall include its successors and assigns):

WHEREAS UHBVN has awarded to the Contractor a Contract for ---------------------- vide

its Letter of Award/Contract No. -------------- dated --------------------- (hereinafter called the

Contract”) in terms of which UHBVN is required to hand over various Equipment to the

Contractor for execution of the Contract.

And WHEREAS by virtue of clause No. --------------------------- of the said Contract, the

Contractor is required to execute an Indemnity Bond in favour of UHBVN for the

Equipment handed over to it by UHBVN for the purpose of performance of the Contract/

Erection portion of the contract (hereinafter called the ”equipment”).

NOW THEREFORE, This Indemnity Bond witnessed as follows:

1. That in consideration of various Equipment as mentioned in the Contract, Valued at

Rs. ------------------------- (Rupees --------------------) handed over to the Contractor for

the purpose of performance of the Contract, the Contractor hereby undertakes to

indemnify and shall keep UHBVN indemnified, for the full value of the Equipment.

The Contractor hereby acknowledges receipt of the initial installment of the

Equipment as per details in the schedule appended hereto. Further the Contractor

agrees to acknowledge receipt of the subsequent installments of the Equipment as

required by UHBVN the form of Schedules consequently numbered which shall be

attached to this Indemnity bond, so as to form integral parts of this Bond. It is

expressly understood by the Contractor that handing over of the despatch title

documents in respect of the said Equipments duly endorsed by UHBVN in favour of

the Contractor shall be construed as handing over of the Equipment purported to be

covered by such title documents and the Contractor shall hold such Equipment in

trust as Trustee for an on behalf of UHBVN.

CONTRACTOR WITNESS 143

2. That the Contractor is obliged and shall remain absolutely responsible for the safe

transit/protection and custody of the Equipment at UHBVN project Site against all

risks whatsoever till the Equipment are duly used/erected in accordance with the

terms of the Contract and the plant/ Bid duly erected and commissioned in

accordance with the terms of the Contract, is taken over by UHBVN. The Contractor

undertakes to keep UHBVN harmless against any loss or damage that may be

caused to the Equipment.

3. The Contractor undertakes that the Equipment shall be used exclusively for the

performance/execution of the Contract strictly in accordance with its terms and

conditions and no part of the equipment shall be utilized for any other work or

purpose whatsoever. It is clearly understood by the Contractor that non-observance

of the obligations under this Indemnity Bond by the Contractor shall inter-alia

constitute a criminal breach of trust on the part of Contractor for all intents and

purpose including legal/penal consequences.

4. That UHBVN is and shall remain the exclusive Owner of the Equipment free from all

encumbrances, charges or liens of any kind, whatsoever. The equipment shall at all

times be open to inspection and checking by Engineer-in Charge/Engineer or other

employees/agents authorized by him in this regard. Further, UHBVN shall always be

free at all times to take possession of the Equipments in whatever form the

Equipments may be, if in its opinion, the Equipments are likely to be endangered,

misutilised or converted to uses other than those specified in the Contract, by any

acts of omission or commission on the part of the Contractor or any other person or

on account of any reason whatsoever and the Contractor binds himself and

undertakes to comply with the directions of demand of UHBVN to return the

equipment without any demur or reservation.

5. That this indemnity Bond is irrevocable. If at any time any loss or damage occurs to

the Equipment or the same or any part thereof is mis-utilized in any manner

whatsoever, then the contractor hereby agrees that the decision of the Engineer-in

Charge/Engineer of UHBVN as to assessment of loss or damage to the Equipment

shall be final and binding on the Contractor. The Contractor binds itself and

undertakes to replace the lost and/or damaged Equipment at its own cost and/or

shall pay the amount of loss of UHBVN without any demur, reservation or protest.

This is without prejudice to any other right or remedy that may be available to

UHBVN against the Contractor under the contract and under this Indemnity Bond.

CONTRACTOR WITNESS 144

6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually comply with the terms and conditions of this Bond to the satisfaction of UHBVN THEN, the above Bond shall be void, but otherwise, it shall remain in full force and virtue.

IN WITNESS WHEREOF, THE contractor has hereunto set its hand through it

authorized representative under the common seal of the Company, the day, month

and year first above mentioned.

SCHEDULE

Particulars of the Equipment handed over

Quantity Particulars of Despatch title Documents

Value of the Equipment

Signature of Attorney in token of receipt

RR/GR No. date Bill

Carrier of landing

Fore and on behalf of

M/s --------------------------------------------

WITNESS

1. Signature -------------- Signature -------------------

2. Name ---------------------- Name ----------------------

3. Address ------------------- Designation ------------------

------------------------------- Authorized representative

1. Signature ---------------------

2. Name -------------------------- (Common Seal)

3. Address ----------------------- (In case of Company)

CONTRACTOR WITNESS 145

* Indemnity Bonds are to be executed by the authorized person and (i) in case of

contracting Company under common seal of the Company or (ii) having the power of

attorney issue under common seal of the company with authority to execute

Indemnity Bonds, (iii) In case of (ii), the original power of Attorney if it is specifically

for this Contract or a Photostat copy of the Power of Attorney if it is General Power of

Attorney and Such documents should be attached to Indemnity Bond.

CONTRACTOR WITNESS 146

PROFORMA OF LETTER OF UNDERTAKING

(BID FORM)(TO BE SUBMITTED BY THE BIDDER ALONGWITH HIS BID)

(To be executed on non-judicial paper of requisite value)

Ref No. _____________ dated ________

To

Executive Engineer ,Civil Const. Division UHBVN Panchkula.

Dear Sirs,

1. I* / We* have read and examined the following bid documents relating to the ------------------- (full scope of work).a. Notice Inviting Tenders.b. Introduction and pre-qualification requirements, Instructions to bidders,

Commercial terms and conditions, General conditions of contract, General conditions for installation, testing at site, supervision of erection & commissioning of equipment with contract data and annexures. b. Technical specifications.c. Drawings attached with bidding documents.

2. I* / We* hereby submit our Bid and undertake to keep our Bid valid for a period of 120 days from the date of opening of Part-II (Price Bid). I* / We* hereby further undertake that during said period I/We shall not vary/alter or revoke my/our Bid.

This undertaking is in consideration of UHBVN agreeing to open my/our Bid and consider and evaluate the same for the purpose of award of work in terms of provisions of Clause entitled “Award of Contract” Section – III “Instructions to Bidders” in the Bid documents.Should this Bid be accepted, I / We also agree to abide by and fulfill all the terms, conditions of provision of the above mentioned bid documents.

Signature along with Seal of company---------------------------------------------(Duly authorized to sign the tender on behalf of the Contractor.)

Name -----------------------------------Designation ----------------------------

Name of Company -------------------(in Block Letters)

WITNESS

Signature -------------------- Date & Postal AddressDate--------------------------- ---------------------------------------------------------------Name & Address---------  --------- ----------------------------------------------------------------------------------------- Telegraphic Address---------------------------------------- ----------------------------------------------------------------------------------------- -------------------------------------------------

Telephone No----------------------------------------Telex No----------------------------------------------

---- * Strike out whichever is not applicable.

CONTRACTOR WITNESS 147

PROFORMA OF “AGREEMENT

(To be executed on non-judicial Stamp Paper)

This Agreement made this ------------- day of -------------200 between UTTAR HARYANA BIJLI VITRAN NIGAM LTD. having its registered office at C-16, Vidyut Sadan, Sector- 6, Panchkula (hereinafter referred to as “Owner or UHBVN which expression shall include its administrators, Company incorporated under the Companies Act, 1956) on the one part and ---------------------- having its Registered Office at ------------------------------ (hereinafter referred to as “Contractor” OR ------------------------------------- “X” ----------------- name of the contracting company which expression shall include its administrators, successors, executors and permitted assigns) of the other part.

WHEREAS UHBVN invited bids for design, manufacture, transportation to site, Supply, Erection, tested & Commissions of --------------- as per specification No.-------------------------------- AND WHEREAS --------------------------“X” ------------------ had participated in the above referred bidding vide their proposal No.------------------- dated -------------------------- and awarded the contract to -------------------- “X” --------------- on terms and conditions and documents referred to therein by issuing Letter of Intent / Award No. ---------------- dated --------------- by UHBVN resulting into a “Contract”.

NOW THEREFORE THIS DEED WITHNESSETH AS UNDER: -

1.0 ARTICLE

1.1 Award of ContractUHBVN has awarded the Contract to ------------------- “X” -------------------- for the work of ------------------------- on terms and conditions contained in its Letter of Award NO.--------------- dated --------------------- and the documents referred to therein. The award has taken effect from aforesaid Letter of Award. The terms and expressions used in this Agreement shall have the same meaning as are assigned to them in the “Contract Documents” referred to in the succeeding Article.

2.0 Contract Documents

2.1 The Contract shall be performed strictly as per the terms and conditions stipulated herein and in the following documents attached herewith (hereinafter referred to as “Contract Documents”).(i) UHBVN Bidding Documents in respect of Specification No.-------------------

issued vide its letter No.-------------- dated ----------- Consisting of Invitation to Bid, Instruction to Bidders, General & Special Conditions of Contract and all other sections entitled “Conditions of Contract” including all amendments issued vide its letter No.-------------------- dated------------------------.

(ii) UHBVN Technical Specification including amendments issued vide its letter No.--------------- dated--------------------.

(iii) “X” is proposal No--------------------- Dated --------------------- alongwith proposal sheets, Data Requirements, Payment, Terms and Work Schedules submitted by “X” titled as “ ---------------------------“.

(iv) Agreed Minutes of the meeting held on -------------------------------- between UHBVN and “X”.

(v) UHBVN’s Letter of Award No.---------------------- Dated ------------------.(vi) Quality Plans for manufacturing and field activities entitled as Quality Plan.(vii) Contract Network.

CONTRACTOR WITNESS 148

All the aforesaid Contract Documents shall form an integral part of this Agreement, in so as the same or any part conform to the Bidding Documents and what has been specifically agreed to by the Owner in its Letter of Award. Any matter inconsistent therewith, contrary or repugnant thereto or any deviations taken by the Contractor in its “Proposal” but not agreed to specifically by the Contractor. For the sake of brevity this agreement alongwith its aforesaid contract documents shall be referred to as the “Agreement”.

3.0 Conditions & Covenants

3.1 The scope of Contract, Consideration, Terms of Payment, Taxes wherever applicable, Insurance, Liquidated Damages, Performance Guarantee and all other terms and conditions are contained in UHBVN Letter of Award No.-------------- dated --------------- read in conjunction with other aforesaid contract documents. The Contract shall be duly performed by the Contractor strictly and faithfully in accordance with the terms of the Agreement.

3.2 The scope of work shall also include supply and installation of all such items which are not specifically mentioned in the Contract Documents, but which are needed for successful, efficient, safe and reliable operation of the equipment unless otherwise specifically excluded in the specifications under “exclusions” or “Letter of Award”.

3.1 Time Schedule

3.3.1 Time is the essence of the contract and schedules shall be strictly adhered to and _____“X”_____ shall perform the work in accordance with the agreed schedule.

3.2 Quality Plans

3.2.1 The Contractor is responsible for the proper execution of the Quality Plans. The work beyond the customer’s hold points will progress only with the owner’s consent. The owner will also undertake quality surveillance and quality audit of the contractor’s/Sub-contractor’s works, systems and procedures and quality control activities. The Contractor further agrees that any change in the quality plan will be made only with the Owner’s approval. The Contractor shall also perform all quality control activities, inspection and tests agreed with the owner to demonstrate full compliance with the contract requirements.

3.2.2 The Contractor also agrees to provide the owner with the necessary facilities for carrying out inspection, quality audit and quality surveillance of Contractor’s and its sub-contractor’s quality Assurance Systems and manufacturing activities.

These shall include but not limited to the following:

(i) Relevant Plant standards, drawings and procedures;(ii) Detailed Quality Assurance System manuals for manufacturing activities;

3.2.3 It is expressly agreed to by the Contractor that non withstanding the fact that the contract is termed as Supply-cum-Erection contract or indicates the break-up of the contract consideration, for convenience of operation and for payment of sales tax on supply portion, it is infact one composite contract on single source responsibility basis and the contractor is bound to perform the total contract in his entirety and non-performance of any part or portion of the contract shall be deemed to b e a breach of the entire contract.

3.2.4 The Contractor guarantees that the equipment Bid/ Package under the contract shall meet the ratings and performance parameters as stipulated in the technical specifications and in the event of any deficiencies found in the requisite performance figures, the owner may at its opinion reject the equipment Bid/ Package or alternatively accept it on the terms and conditions and subject to levy

CONTRACTOR WITNESS 149

of the liquidated damages in terms of contract documents. The amount of liquidated damages so leviable shall be in accordance with the contract documents and without any limitation.

3.2.5 It is further agreed by the contractor that the contract performance guarantee shall in no way be constructed to limit or restrict the owner’ right to recover the damages/compensation due to short-fall in the equipment performance figures as stated above or under any other clause of the Agreement. The amount of damages/compensation shall be recoverable either by way of deduction from the contract price, contract performance guarantee and/or otherwise.The contract performance guarantee furnished by the Contractor is irrecoverable and unconditional and the Owner shall have the powers to invoke it notwithstanding any dispute or difference between the owner and the Contractor pending before any court, tribunal, arbitrator or any other authority.

3.2.6 This Agreement constitutes full and complete understanding between the parties and terms of the presents. It shall supersede and prior correspondence terms and conditions contained in the Agreement. Any modification of the Agreement shall be effected only by a written instrument signed by the authorized representative of both the parties.

4.0 Settlement of Disputes4.1 It is specifically agreed by and between the parties that all the difference or

disputes arising out of the Agreement or touching the subject matter or the Agreement shall be decided by the process of settlement & Arbitration as specified in clause ------------- and ---------------- of the General Conditions of the contract of the provisions of the Indian Arbitration & Conciliation Act 1996 shall apply and Panchkula Court alone shall have exclusive jurisdiction over the same.

4.2 Notice of DefaultNotice of default given by either party to the other party under Agreement shall be in writing and shall be deemed to have been duly and properly served upon the parties hereto if delivered against acknowledgement or by telex or by registered mail with acknowledgement due addressed to the signatories at the addresses me mentioned herein above.

IN WITNESS WHEROF, the parties through their duly authorized representatives have executed these presents (execution where of has been approved by the competent authorities of both the parties) on the day, month and year first above mentioned at Panchkula.

WITNESS:

1. ------------------------------------- (Owner’s Signature)(Printed Name)

2. -------------------------------------- (Designation) (Company’s Stamp)

1. -------------------------------------- (Contractor’s Signature) (Printed Name)

2. -------------------------------------- (Designation) (Printed Name)

Applicable in case of single award is placed on one party on Supply-cum-Erection basis. In case two separate awards are placed on single party/two different parties this clause is to be modified suitably while signing the Contract agreement to be signed separately for two awards to incorporate cross fall breach clause.

CONTRACTOR WITNESS 150

PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE(To be stamped in accordance with stamp Act)

Ref -------------------------- Bank Guarantee No-----------Date-----------------------------

To

Executive Engineer ,Civil Const. Division UHBVN Panchkula.

Dear Sirs,

In consideration of UTTAR HARYANA BIJLI VITRAN NIGAM LTD. (hereinafter referred to as the ‘Owner’ which expression shall unless repugnant to the context or meaning thereof include its successors, administrators and assigns) having awarded to M/S---------------------------------------- with its registered/Head Office at ---------------------- (hereinafter referred to as the ‘Contractor’ which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns), a Contract by issue of Owner’s Letter of Award No.---------------------------------------- dated ------------------ and the same having been unequivocally accepted by the Contractor, resulting in a Contract bearing No. ------------------------------- dated------------------- valued at ------------------- For---------------------- (Scope of Contract) and the Contractor having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract equivalent to --------------------------- * ---------------(%) ------------------ (percent) of the said value of the Contract to the Owner.

We------------------------------------------------------------------------------------------------------(Name & Address of the Bank)

Having its Head Office at ------------------ (hereinafter referred to as the ‘Bank”, which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns) do herby guarantee and undertake to pay the Owner, on demand any and all monies payable by the Contractor to the extent of ----------------------------- as aforesaid at any time up to --------------------------**------------------------(days/month/year) without any demur, reservation, contest, recourse or protest and/or without any reference to the Contractor.Any such demand made by the owner on the Bank shall be conclusive and binding notwithstanding any difference between the owner and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the Owner and further agrees that the guarantee herein contained shall continue to be enforceable till the Owner discharges this guarantee.The Owner shall have the fullest liberty without affecting in any way the liability of the

Bank under this guarantee, from time to time to extend the time for performance of the

Contract by the Contractor. The Owner shall have the fullest liberty, without affecting this

guarantee to postpone from time to time the exercise of any powers vested in them or of

any right which they might have against the Contractor, and to exercise the same at any

time in any manner and either to enforce or to for bear to enforce any covenants,

contained or implied, in the Contract between the Owner and the Contractor or any other

course or remedy or security available to the Owner. The bank shall not be released of

CONTRACTOR WITNESS 151

its obligations under these presents by any exercise by the Owner of its liberty with

reference to the matters aforesaid or any of them or by reason of any other act of

omission or commission on the part of the Owner or any other indulgences shown by the

Owner or by any other matter or thing whatsoever which under law would, but for this

provision have the effect of relieving the Bank.

The Bank also agrees that the Owner at its option shall be entitled to enforce this Guarantee against the Bank as a Principal debtor, in the first instance without proceeding against the Contractor and notwithstanding any security or other guarantee the Owner may have in relation to the Contractor’s liabilities.

Notwithstanding anything contained herein above our liability under this guarantee is restricted to -------------------- and it shall remain in force up to and including------------------- and shall be extended from time to time for such period, as may be desired by M/S ------------------------------- on whose behalf this guarantee has been given.

Dated this--------------- Day of ---------------2015 at ---------------------------------------------

WITNESS------------------------------ --------------------------------------(Signature) (Signature)------------------------------- ---------------------------------------(Name) (Name)

-------------------------------- -----------------------------------------(Official Address) (Designation with Bank Stamp)

Attorney as per Powerof Attorney No-----------------------------------

Date -----------------------------------------------

Note:* This sum shall be ten percent (10 %) of the Contract Price.**The date will be ninety (90) days after the end of Warranty Period as specified in the Contract. The stamp papers of appropriate value shall be purchased in the name of issuing bank.

*******

CONTRACTOR WITNESS 152

Form VI

PROFORMA OF EXTENSION OF BANK GUARANTEE

Ref---------------------------- Date------------------------------

To

Executive Engineer ,Civil Const. Division UHBVN Panchkula

Dear Sirs,

Subject: Extension of bank Guarantee No.--------------------------- for Rs-------------------favouring yourselves, expiring on-------------------- on account of M/S--------------------------------- in respect of Contract No------------------------------------------------- dated -------------------(hereinafter called original Bank Guarantee).

At the request of M/S-------------------------------, We--------------------------Bank, branch office at---------------------------------------------- and having its head office at---------------------------------do hereby extend our liability under the above mentioned Guarantee No----------------------------- dated-------------------- for a further period of ----------------------------------Years/Months from-------------------- to expire on ----------------------. Except as provided above, all other terms and conditions of the original Bank Guarantee No.------------------ dated--------------- shall remain unaltered and binding.

Please treat this as an integral part of the Original Bank Guarantee to which it would be attached.

Yours faithfully,

For-----------------------------------------Manager / Agent / AccountantPower of Attorney No.------------------Dated --------------------------------------

SEAL OF BANK

Note: The non-judicial stamp paper of appropriate value shall be purchased in the name of the bank who has issued the Bank Guarantee.

****

CONTRACTOR WITNESS 153

(SECTION – 8)

PRICE BID

S.No. Description Qty Unit Rate Premium Net Rate Amount

Part - I Civil Work (HSR Items)

6.7

Earth work in excavation in foundations,

trenches Of under ground structures sullage

drains, etc., and Other similar works in ordinary

soild including Dressing of bottom and sides, to

correct levels and templates, cutting Of trees

and bushes, dewatering of rain water, diversion

of traffic, fixing And maintenance of caution

boards, and night singnals, crossing over

Trenches for access to houses, watching

stacking of excavated soil, clear

From the edge of excavation, and subsequent

filling, where required around Masonry, in 15

cm layers, with compaction and disposal of

surplus Soil as directed within a lead of 30

metres for depth upto 2 METRES BELOW

NATURAL GROUND LEVEL (For Public Health

works only) (Rate as per HSR=932 per 100

cum which is equal to 9.32 per cum)

UG Tank

170.86 Cum 9.32 425.00% 48.93 8360

10.40

Cement concrete 1:3:6 with stone aggregate 20

mm nominal size in first storey upto 4 metres

above plinth level (HSR 10.40)

UG Tank

17.09 Cum 516.6 450.00% 2841.30 48546

U.G Tank Abstract

CONTRACTOR 193 WITNESS

10.82

Cement concrete 1:2:4 with stone aggregate 20

mm nominal size for reinforced concrete work

in slabs with inclination not exceeding 25

degree with horizontal, excluding steel

reinforcement, but including centring and

shuttering, laid in position, complete in all

respect.extra over item No.10.79 to 10.94 if

1:1½:3 mix is used, instead of 1:2:4 (HSR

10.82 + 10.95 (a))

6.41 Cum 1084.80 450.00% 5966.40 38260

10.86

Cement concrete 1:1½ :3 with stone aggregate

20 mm nominal size for reinforced concrete

work for walls exceeding 20 cm thickness

(straight and curved) beams, girders, stairs,

columns, (square or rectangular) battens and

lintels etc. excluding steel reinforcement but

including centring and shuttering, laid in

position complete in all respects.extra over item

No.10.79 to 10.94 if 1:1½:3 mix is used, instead

of 1:2:4 (HSR 10.86 + 10.95 (a))

beams 8.48 Cum 1188.75 450.00% 6538.13 55443

10.87

Cement concrete 1:1½:3 with stone aggregate

20 mm nominal size for reinforced concrete

work for walls (10 cm to 20 cm thickness)

straight and curved excluding steel

reinforcement but including centering and

shuttering, laid in position, complete in all

respects.

20.16 Cum 1400 450.00% 7700.00 155232

10.88

Cement concrete 1:1½:3 with stone aggregate

20 mm nominal size for reinforced concrete

work for circular or curved columns excluding

steel reinforcement but including centering and

shuttering, laid in position, complete in all

respects.

0.45 Cum 1266.05 450.00% 6963.28 3126

CONTRACTOR 194 WITNESS

10.90

Cement concrete 1:1½ :3 with stone aggregate

20 mm nominal size for reinforced concrete

work in footing, strips, foundations, beams,

rafts, pedestals and approach slabs of bridges

etc. exluding steel reinforcement and including

centring & shuttering, laid in position, complete

in all respects (For work upto 1.5 metres below

ground level.) extra over item No.10.79 to

10.94 if 1:1½:3 mix is used, instead of 1:2:4

(HSR 10.90 + 10.95 (a))

12.83 Cum 774 450.00% 4257.00 54596

14.8Conglomerate floor 25 mm thick cement

concrete topping 1:2:4 (14.8)

Top of slab

42.75 Sqm 22.40 400.00% 112.00 4788

14.9Conglomerate floor 40 mm thick cement

concrete topping 1:2:4

Bottom of tank

42.75 Sqm 31.50 400.00% 157.50 6733

CONTRACTOR 195 WITNESS

14.91

Providing & Fixing ceremic tiles / anti skid tiles

of size 400x400 or above size of approved

make in flooring, laid in any pattern as spicified

over bae of 20mm thick cement coarse sand

mortar 1.3 and jointed wtih white cement slurry

mixed wtih pigment to match the shade of tiles.

(H.S.R 14.91).

Note: - Tile shall be of premium auality (first

quality) of reputed manufacturer like NITCO,

KAJARIA, SOMANI, ORIENT, JOHNSONS &

RAK

42.75 Sqm 624 -15.00% 530.40 22675

14.92

Providing and fixing 1st quality ceramic glazed

wall tiles of size 12"x18" confirming to I.S.

15622 (thickness to be specified by the

majufacturer) of approved make in all colors,

shades except burgundy, bottle green, black of

any size as approved by Engineer-in-Charge in

skirting risers of steps and dado over 12mm

thick bed of cement mortar 1:3 coarse and

jointed wtih grey cement slurry, including

pointing in white cement mixed wtih pigment of

matching shades complete (H.S.R. 14.92 (b))

Glazed wall tiles

134.53 Sqm 648.15 -15.00% 550.93 74115

15.49 6mm thick cement plaster 1:3

ceiling

42.75 Sqm 11.35 500.00% 68.10 2911

CONTRACTOR 196 WITNESS

18.22

Cold twisted deformed (ribbed/tor steel) bars

for R.C.C. works, where not included in the

complete rate of R.C.C including bending and

placing in position complete.

(HSR 18.22)

60.41 Qtls 917.05 500.00% 5502.30 332394

29.28

Providing and fixing steel bar embedded plastic

steps of size 263mm x 165mm of orange

colour, conirming to specifications, in pump

chambers, manholes etc., having minimum

3mm thick Polypropylene ploymer confirming ti

IS:10910 encapsulated on 12mm dia. ribbed

steel bars per IS: 1786. The rate include cost of

setting the same to correct lines and levels duly

embedded in 1:2:4 cement concrete including

carriage, loading, unloading, stacking, handling,

re-handelling etc. complete in all respect to the

satisfaction of Engineer-in-charge.

Steps 40.00 Nos 90.00 450.00% 495.00 19800

29.94

Providing and fixing SFRC MANHOLE

COVERS AND FRAMES MARKED WITH IS:

12592 including setting the same to correct

lines and levels in 1:2 cement sand mortar over

manhole including carriage loading unloading

stacking handling re-handling etc. complete in

all respects to the satisfaction of Engineer-in-

Charge (HSR 29.94)

Manhole cover 4.00 Nos 1100.00 5.00% 1155.00 4620

NSSupply installation,testing and commissioning

of 10 H.P. submersible pump set

1.00 Nos 50000 0.00% 50000.00 50000

881598

Rate to be quoted by Contractor (In %age above or below or at par)

CONTRACTOR 197 WITNESS

Guideline for Online Payments in e-tendering

Post registration, bidder shall proceed for bidding by using both his digital certificates (one each for encryption and signing). Bidder shall proceed to select the tender he is interested in. On the respective Department’s page in the e-tendering portal, the Bidder would have following options to make payment for tender document & EMD:

a. Debit Card b. Net Banking c. RTGS/NEFT

Operative Procedures for Bidder Payments A) Debit Card The procedure for paying through Debit Card will be as follows. (i) Bidder selects Debit Card option in e-Procurement portal. (ii) The e-Procurement portal displays the amount and the card charges to be paid

by bidder. The portal also displays the total amount to be paid by the bidder. (iii) Bidder clicks on “Continue” button (iv) The e-Procurement portal takes the bidder to Debit Card payment gateway

screen. (v) Bidder enters card credentials and confirms payment (vi) The gateway verifies the credentials and confirms with “successful” or “failure”

message, which is confirmed back to e-Procurement portal. (vii) The page is automatically routed back to e-Procurement portal (viii) The status of the payment is displayed as “successful” in e-Procurement portal.

The e-Procurement portal also generates a receipt for all successful transactions. The bidder can take a print out of the same,

(ix) The e-Procurement portal allows Bidder to process another payment attempt in

case payments are not successful for previous attempt. B) Netbanking The procedure for paying through Netbanking will be as follows. (i) Bidder selects Netbanking option in e-Procurement portal. (ii) The e-Procurement portal displays the amount to be paid by bidder. (iii) Bidder clicks on “Continue” button (iv) The e-Procurement portal takes the bidder to Netbanking payment gateway

screen displaying list of Banks (v) Bidder chooses his / her Bank (vi) The Netbanking gateway redirects Bidder to the Netbanking page of the

selected Bank (vii) Bidder enters his account credentials and confirms payment (viii) The Bank verifies the credentials and confirms with “successful” or “failure”

message to the Netbanking gateway which is confirmed back to e-Procurement portal.

(ix) The page is automatically routed back to e-Procurement portal (x) The status of the payment is displayed as “successful” in e-Procurement portal.

The e-Procurement portal also generates a receipt for all successful transactions. The bidder can take a print out of the same.

(xi) The e-Procurement portal allows Bidder to process another payment attempt in case payments are not successful for previous attempt.

C) RTGS/ NEFT

The bidder shall have the option to make the EMD payment via RTGS/ NEFT. Using this module, bidder would be able to pay from their existing Bank account through RTGS/NEFT. This would offer a wide reach for more than 90,000 bank branches and would enable the bidder to make the payment from almost any bank branch across India.

i. Bidder shall log into the client e-procurement portal using user id and password as

per existing process and selects the RTGS/NEFT payment option. ii. Upon doing so, the e-procurement portal shall generate a pre-filled challan. The

challan will have all the details that is required by the bidder to make RTGS-NEFT payment.

iii. Each challan shall therefore include the following details that will be pre-populated:

� Beneficiary account no: (unique alphanumeric code for e-tendering) � Beneficiary IFSC Code: � Amount:

� Beneficiary bank branch:

� Beneficiary name: iv. The Bidder shall be required to take a print of this challan and make the

RTGS/NEFT on the basis of the details printed on the challan. v. The bidder would remit the funds at least T+1 day (Transaction + One day) in

advance to the last day and make the payment via RTGS / NEFT to the beneficiary account number as mentioned in the challan.

vi. Post making the payment, the bidder would login to the e-Tendering portal and go to the payment page. On clicking the RTGS / NEFT mode of payment, there would be a link for real time validation. On clicking the same, system would do auto validation of the payment made.

List of Net banking banks 1. Allahabad Bank 2. Axis Bank 3. Bank of Bahrain and Kuwait 4. Bank of Baroda 5. Bank of India 6. Bank of Maharashtra 7. Canara Bank 8. City Union Bank 9. Central Bank of India 10. Catholic Syrian Bank 11. Corporation Bank 12. Deutsche Bank 13. Development Credit Bank 14. Dhanlaxmi Bank 15. Federal Bank 16. HDFC Bank 17. ICICI Bank 18. IDBI Bank 19. Indian Bank 20. Indian Overseas Bank 21. Indusind Bank 22. ING Vysya Bank

23. J and K Bank 24. Karnataka Bank 25. Kotak Mahindra Bank 26. Karur Vysys Bank 27. Punjab National Bank 28. Oriental Bank of Commerce 29. South Indian Bank 30. Standard Chartered Bank 31. State Bank Of Bikaner and Jaipur 32. State Bank of Hyderabad 33. State Bank of India 34. State Bank of Mysore 35. State Bank of Travencore 36. State Bank Of Patiala 37. Tamilnad Mercantile Bank 38. Union Bank of India 39. United Bank of India 40. Vijaya Bank 41. Yes Bank

Sr. No. Required document Attached( Yes / No)

1 contractors who are approved having valid enlistment

with Haryana PWD B&R, HVPN, CPWD, Haryana Power

Utilities & MES etc.

2 Contractor should have executed either one similar

work of 80% of the tender amount during the last 5

years. (OR) at least Two similar work of 60 % the

tender amount during the last at 5 years,

3 The agencies who have minimum financial turnover of

30% of the estimated cost of work in any one year in

the last 5 years will be eligible for the above work

4 Tax deduction certificate from the clients for the last 3

years and following document to be attached (i) Pan

No.

(ii) TIN No.

(iii) Service tax No

(iv) ESCI Registration No

(v) EPF Registration No

(vi) WCT Registration No

5 The applicant’s performance for each work completed

in the last 5 years and in hand should be certified by

an officer not below the rank of Executive

Engineer/Project manager or equivalent and should

be obtained in sealed cover.

6 The applicant should have not incurred any loss in

more than two year during the last five years ending

last day of tender duly certified by the Charted

Accountant.7 Tenderer shall have to sign an affidavit to the effect

that he has no relation and he has not worked with

the firm as sub- contractor or has no connection with

firm/contractor blacklisted by UHBVN/Haryana

Govt./Govt. of India.

8 Under taking by the tenderer that he has visit the site

of work

9 Signature on all bid document by the tenderer

10 Performance on letter of under taking

11 Information regarding any litigation , current or during

the last two years , in which the bidder is involved ,

the parties concerned and disputed amount shall be

submitted on NJSP duly attested by Notary.

12 The original bid shall be typed or written in indelible

ink and shall be signed by a person duly authorized to

bind the bidder to the Contract. Proof of authorization

shall be furnished in the form of a certified copy of a

Power of Attorney, which shall accompany the bid. All

pages of the bid and the pages where entries or

amendments have been made shall be initialed by the

person or persons signing the bid with seal.

Sr.

No.

Name of Work Work Type Total cost for

HSR+CP

Rate quoted in

Percentage %

(above or

below)

Net Rate for

Schedule

Items

Work Type Total cost for

Non Schedule

Items

Rate quoted in

Percentage %

(above or

below)

Net Rate for

Non Schedule

Net Amount

(Schedule +

Non

Schedule

Items)

TOTAL Cost

(Schedule +

Non

Schedule

Items)

Total percentage

variation

above/below total

estimated value

1Construction of Division office

building at Naraingarh

Schedule

Items13662772.80

Non

Schedule

Items

3012617.32

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

Civil works (HSR)

1 6.6 Earth work in excavation in foundations , trenches

etc. in all kinds of soil, not exceeding 2 meters

depth including dressing of bottom and sides of

trenches, stacking the excavated soil, clear from

the edge of excavation and subsequent filling

around masonry, in 15cm layers with compaction,

including disposal of all surplus soil, as directed

within a lead of 30 meters.

(Rate as per HSR=1108.10 per 100 cum which is

equal to 11.0810 per cum)

Cum 487.11 11.08 425.00% 58.18 28338

2 6.8 Excavation for pipelines running under pressure in

trenches and pits, in open areas, where disposal of

surplus earth if done alongwith the alignment

including trimming & dressing sides, levelling of

beds of trenches to correct to correct grade,

cutting joint holes, cutting tress and bushes, etc.

refilling consoldation and watering of refill, in 15

cm layers and restoration of unmetalled or

unpaved surface ot its original condition,

including the cost of dewatering of rain water,

diversion of traffic, night signals, fixing caution

boards, watching, fencing etc. and outside the

town in ordinary soil; -

(Rate as per HSR=1030.00 per 100 cum which is

equal to ....... per cum)

Cum 15.28 10.30 425.00% 54.08 826

ABSTRACT OF COST

HSR CHAPTER No.6

155

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

3 6.10 Excavation of trenches in streets, lanes or in open

areas for storm sewer, sewers running by gravity

and manholes to full depths as shown in drawings

including shoring, timbering of poling boards,

frame system type, dressing to correct sections and

dimensions, according to templates and levels,

dewatering, provision for diversion of traffic,

cutting trees and bushes, etc. night signals,

profiles, pegs, sight rails, boning roads, crossing

over trenches for access to the houses, watching

fencing etc. fixing and maintenance of caution

board refilling of trenches, watering of refill, in 15

cm layers ramming and restoration of unmetalled

or unpaved surface to original condition and

removal of surplus soil, form site of work, upto a

lead of 1 Km in ordinary soil: (Rate as per

HSR=1189.00 per 100 cum which is equal to

11.89 per cum)

Cum 30.58 11.89 370.00% 55.88 1709

4 6.13 (a) Earth filling under floors with surplus soil

excavated from foundation and taken only from

outside the buildings plinth, in 15 cm layers

including ramming watering and consolidating

lead upto 30 metres (Rate as per HSR= 343.40

per 100 cum which is equal to3.43 per cum)

Cum 229.89 3.434 370.00% 16.14 3710

5 6.15 a Providing and injecting chemical emulsion for pre-

constructional antitermite treatment and creating a

chemical barrier under and around the column

pits, wall trenches basement excavation, top

surface of plinth filling junction of wall and floor

alongwith the external perimetre of building,

expansion joints surrounding of pipes and

conduite etc. complete (plinth area of the building

at ground floor only shall be measured) Aldring

Embulsiflable concrete 0.5%)

sqm 460.04 133.75 200.00% 401.25 184591

156

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

6 10.38 Cement concrete 1:4:8 with stone aggregate 20mm

nominal size in foundation and plinth (HSR

10.38)

Cum 122.39 420 450.00% 2310.00 282721

7 10.40 Cement concrete 1:3:6 with stone aggregate 20

mm nominal size in first storey upto 4 metres

above plinth level (HSR 10.40)

Cum 10.19 516.6 450.00% 2841.30 28947

8 10.81+1

0.95

Cement concrete 1:1½ :3 with stone aggregate 20

mm nominal size for reinforced concrete work iin

shelves exlcuding steel reinforcement, but

including centring and shuttering, laid in position,

complete in all respect.

Ground Floor Cum 3.44 1034.6 450.00% 5690.30 19558

First Floor Cum 1.00 1041.9 450.00% 5730.45 5739

9 10.82+1

0.95

Cement concrete 1:1½ :3with stone aggregate 20

mm nominal size for reinforced concrete work in

slabs with inclination not exceeding 25 degree

with horizontal, excluding steel reinforcement, but

including centring and shuttering, laid in position,

complete in all respect.

Ground Floor Cum 77.33 1084.80 450.00% 5966.40 461366

First Floor Cum 72.18 1092.10 450.00% 6006.55 433526

Second Floor Cum 4.36 1099.40 450.00% 6046.70 26353

10 10.86+1

0.95

Cement concrete 1:1½ :3 with stone aggregate 20

mm nominal size for reinforced concrete work for

walls exceeding 20 cm thickness (straight and

curved) beams, girders, stairs, columns, (square or

rectangular) battens and lintels etc. excluding steel

reinforcement but including centring and

shuttering, laid in position complete in all

respects. Ground Floor Cum 68.04 1188.75 450.00% 6538.13 444823

First Floor Cum 68.04 1196.05 450.00% 6578.28 447554

Second Floor Cum 3.00 1203.35 450.00% 6618.43 19855

HSR CHAPTER No.10

157

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

11 10.89+1

0.95

Cement concrete 1:1½ :3 with stone aggregate 20

mm nominal size for reinforced concrete work in

facias parapets and other thin vertical sections, not

covered by Item No.10.82, 10.86 to 10.88 not

exceeding 10 cm thickness excluding steel

reinforcement but including centring and

shuttering, laid in position, complete in all

respects.

Ground Floor Cum 4.49 1708.95 450.00% 9399.23 42194

First Floor Cum 1.50 1716.25 450.00% 9439.38 14175

12 10.90+1

0.95

Cement concrete 1:1½ :3 with stone aggregate 20

mm nominal size for reinforced concrete work in

footing, strips, foundations, beams, rafts, pedestals

and approach slabs of bridges etc. exluding steel

reinforcement and including centring &

shuttering, laid in position, complete in all

respects (For work upto 1.5 metres below ground

level.)

Cum 141.89 774 450.00% 4257.00 604037

13 10.114 Damp proof course 40mm thick of cement

concrete 1:2:4 using stone aggregate 20mm

nominal size with 2 coats of bitumen 20/30

penetration at 1.65 kg per sq.m laid hot and

sanded (HSR 10.114)

Sqm. 44.98 35.05 450.00% 192.78 8670

14 10.132 Cement concrete 1:2:4 with stone aggregate 20mm

nominal size in pavements, roads, taxi-tracks and

runways, laid to required slope and camber,

including consolidation, finishing and tamping

complete. (HSR 10.132)

Cum 62.26 642.4 450.00% 3533.20 219977

15 10.157 Providing and laying 50mm thick interlocking

paver blocks of all shapes and colours in design

mix cement M-30 over a bed of 25mm thick fine

sand complete in all respect. (HSR 10.157)

Sqm. 16.72 300 10.00% 330.00 5518

16 10.158 Providing and laying 60 mm thick interlocking

paver blocks of all shapes and colours in design

mix cement M-35 over a bed of 25 mm thick fine

sand complete in all respect.

Sqm. 386.46 450 10.00% 495.00 191300

HSR CHAPTER NO.11

158

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

17 11.3 First class brick work laid in cement sand mortar

1:5 in foundation and plinth (HSR 11.3) for

Building foundation

Cum 287.61 407.6 600.00% 2853.20 820609

18 11.7 First Class brick work laid in cement sand mortar

1:6 in Ist storey upto 4m above plinth

level.(HSR11.7)

Ground Floor Cum 105.92 414.45 600.00% 2901.15 307284

First Floor Cum 127.59 422.7 600.00% 2958.90 377517

Second Floor Cum 46.82 430.95 600.00% 3016.65 141239

19 11.46 11.43 cm thick brick wall with every, fourth

course, reinforced with hoop-iron, laid in 1:4

cement said mortar in super super structure (HSR

11.46)

Ground Floor Sqm. 182.93 62.85 600.00% 439.95 80481

First Floor Sqm. 150.62 63.8 600.00% 446.60 67266

20 13.50 Top khurra 0.6 m x 0.6 m for rain water pipe in 25

mm thick cement concerte 1:2:4 over 50 mm thick

cement concrete 1:8:16 (HSR 13.50)

Each 18.00 12.30 240.00% 41.82 753

21 13.58 Laying 10 cm earth and a coat of 25 mm mud

plaster with gobri leeping on top including two

coats of bitumen painting at 1.65 kg per sqm.

Each 16.00 20.75 240.00% 70.55 1129

22 13.64 Cement concrete 1:2:4 gola 10 cm x 10 cm

quadrant along junction of roof with parapet wall

finished smooth, where specially specified (HSR

13.64)

Mtrs. 139.37 5.35 240.00% 18.19 2535

23 13.89 Providing and fixing PVC Rain water pipe 6kg

pressure of ISI mark in cement mortar during

masonry work.

Mtrs. 125 182 20.00% 218.40 27293

24 13.90 Providing and fixing PVC Bend ISI Mark Each 34 97.4 20.00% 116.88 3974

HSR CHAPTER NO.13

159

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

25 13.97 Terracing consisting of tiles 19mm heat resistant

tiles for roof insulation, 300mm x 300mm laid on

20mm thick 1:3 cement coarse sand mortar

including grouting with neat white cement over

average 75mm thick screed of 1:8:16 including

two coats of bitumen laid hot at 1.65kg per sqmt.

on top of RCC Slab and cleaning of top surface

complete. The tiles shall be made of white cement

blended with fibrous polymer having flextural

stress value of >150kg/cm² & thermal

conductivity value<0.18w/m.k

First Floor Sqm. 37.16 1031 1031.00 38312

Second Floor Sqm. 436.08 1031 1031.00 449597

Third Floor Sqm. 16.72 1031 1031.00 17240

26 14.1 Base course of floors consisting of 100 mm thick

cement concrete 1:8:16 amd 100 mm sand or

stone filling (HSR 14.1)

Sqm. 636.70 36.95 400.00% 184.75 117630

27 14.4 Screed of 750 mm of thick cement concrete 1:8:16

to be laid below the topping (HSR 14.4+14.4)

Ground Floor Sqm. 405.56 23.02 400.00% 115.10 46680

28 14.8 Conglomerate floor 25 mm thick cement concrete

topping 1:2:4 (14.8)

Sqm. 67.36 22.4 400.00% 112.00 7544

29 14.79 Providing & Fixing glass strips 4 mm thick in

floors 40 mm wide (HSR 14.79)

Mtrs. 76.81 3.5 400.00% 17.50 1344

30 14.89 Providing and fixing vitrified tiles of size

600x600mm of approved make in flooring laid in

any pattern as specified over base of 20mm thick

cement coarse sand mortar 1:3 and jointed with

white cement slurry mixed with pigment to match

the shade to tiles. (14.89)

Note: - Tile shall be of premium quality (first

quality) of reputed manufcturer like NITCO,

KAJARIA, SOMANY, ORIENT, JOHNSONS &

RAK

Sqm. 703.32 924.3 -15.00% 785.66 552569

HSR CHAPTER NO.14

160

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

31 14.90 Providing and fixing vitrified tiles of size

600x600mm of approved make in Skirting / dado

laid in any pattern as specified over base of 20mm

thick cement coarse sand mortar 1:3 and jointed

with white cement slurry mixed with pigment to

match the shade to tiles.(HSR 14.90)

Sqm. 105.50 929.8 -15.00% 790.33 83379

32 14.91 Providing & Fixing ceremic tiles / anti skid tiles

of size 400x400 or above size of approved make

in flooring, laid in any pattern as spicified over

bae of 20mm thick cement coarse sand mortar 1.3

and jointed wtih white cement slurry mixed wtih

pigment to match the shade of tiles.

(H.S.R 14.91).

Note: - Tile shall be of premium auality (first

quality) of reputed manufacturer like NITCO,

KAJARIA, SOMANI, ORIENT, JOHNSONS &

RAK

Sqm 105.29 624 -15.00% 530.40 55848

33 14.92 Providing and fixing 1st quality ceramic glazed

wall tiles of size 12"x18" confirming to I.S. 15622

(thickness to be specified by the majufacturer) of

approved make in all colors, shades except

burgundy, bottle green, black of any size as

approved by Engineer-in-Charge in skirting risers

of steps and dado over 12mm thick bed of cement

mortar 1:3 coarse and jointed wtih grey cement

slurry, including pointing in white cement mixed

wtih pigment of matching shades complete

(H.S.R. 14.92 (b))

Sqm 375.71 648.15 -15.00% 550.93 206989

34 15.5 12 mm thick cement plaster 1:4 on wall (HSR

15.5)

Ground Floor Sqm. 411.47 12.7 500.00% 76.20 31354

First Floor Sqm. 448.63 12.88 500.00% 77.28 34671

Second Floor Sqm. 208.89 13.06 500.00% 78.36 16368

35 15.7 12 mm thick cement plaster 1:6 on wall (HSR

15.7)

Ground Floor Sqm. 361.29 10.65 500.00% 63.90 23087

First Floor Sqm. 361.29 10.83 500.00% 64.98 23477

36 15.12 15 mm thick cement plaster 1:6 on the rough side

of single or half brick wall (HSR 15.12)

HSR CHAPTER NO.15

161

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

Ground Floor Sqm. 1304.68 13.1 500.00% 78.60 102548

First Floor Sqm. 1304.68 13.28 500.00% 79.68 103957

Second Floor Sqm. 52.02 13.46 500.00% 80.76 4201

37 15.50 6 mm thick cement plaster 1:4 on wall (HSR

15.50)

Ground Floor Sqm. 53.49 10.2 500.00% 61.20 3274

First Floor Sqm. 21.51 10.38 500.00% 62.28 1340

38 15.52 15 mm thick cement plaster 1:6 on the rough side

of single or half brick wall (HSR 15.52)

Ground Floor Sqm. 443.46 12.65 500.00% 75.90 33659

First Floor Sqm. 406.30 12.83 500.00% 76.98 31277

Second Floor Sqm. 16.72 13.01 500.00% 78.06 1305

162

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

39 16.52+

16.58

Preparation of plastered surfaces for oil bound

distemper including sand papering the surface,

applying one coat of linseed oil, and filling with

approved quality filler consisting of white lead,

linseed oil, varnish and chalk mitti including

finishing the surface to the required finish

complete. Disptempering with washable oil bound

distemper (of approved manufacture) two coats

including priming coat on new work. (HSR 16.52,

16.58)

Sqm. 4535.50 20.25 230.00% 66.83 303085

40 16.79 Providing two coats of exterior acrylic emulsion

paint.

Sqm. 1069.00 48.75 230.00% 160.88 171975

(b) first quality

41 17.82 Supplying and fixing hydraulic door closer I.S.I.

mark, with necessary screws etc. complete. (HSR

17.82 (b)

Each 27 204 300.00% 816.00 22032

42 17.83 Providing and fixing sliding bolt with nuts and

screws, etc. complete 250 mm x 16 mm (HSR

17.83 (b-ii))

Each 41 40.3 300.00% 161.20 6609

43 17.95 Providing and fixing Aluminium work for doors,

windows, ventilators and partitions with extruded

built up standard tubular sections / appropriate Z-

section and other sections of approved make

conforming to I.S 733 and I.S 1285 fixed with raw

plugs and screws or with fixing clips or with

expansion hold fasteners including necessary

filling up of gaps at junctions at top bottom and

sides with required neoprene felt etc aluminium

sections hsall be smooth rust required including

clear angle, Aluminium snap beading for glazing /

panelling C.P brass / stainless steel screws all

complete. (HSR 17.95). Powder coating of 50

micron in approved shade to be done on all the

Aluminium section.

Kg 5580 257.3 15.00% 295.90 1651094

HSR CHAPTER NO.16

HSR CHAPTER NO.17

163

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

44 17.96 Providing and fixing Aluminium work for doors,

windows, ventilators and partitions with extruded

built up standard tubular sections / appropriate Z-

section and other sections of approved make

conforming to I.S 733 and I.S 1285 fixed with

rawel plugs and screws or with fixing clips or with

expansion hold fasteners including necessary

filling up of gaps at junctions at top bottom and

sides with required neoprene felt etc aluminium

sections hsall be smooth, rust free straight mitered

and joint mechanically wherever required

including clear angle, Aluminium sna beading for

glazing / paneling C.P brass / stainless steel

screws etc. complete. Shutters of doors, window

& ventilators including providing and fixing

hinges / pivots and making provision for fixing of

fittings wherever required including the cost of

PVC / neoprene gasket required including

Aluminium fitting. (HSR 17.96). Powder coating

of 50 micron in approved shade to be done on all

the Aluminium section.

Kg 3960 268.7 15.00% 309.01 1223660

Note (i) Add Rs.15/- per Kg extra if powder

coating of 50 micron is done instead of anodizing

in above item No.9 & 10.

164

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

45 17.97 Providing and fixing 12mm thick prelaminated

particle board flat pressed three layer or graded

wood particle board conforming to IS: 12823

grade I type II in panelling fixed in aluminium

doors. Windows shutters and partition frames with

c.p brass/ stainless steel screws etc. complete.

a) Pre-laminated particle board with decorative

lamination on one side and balancing lamination

on both side.

Sqm. 48.00 745.65 5.00% 782.93 37581

46 17.98 Providing and fixing glazing in aluminium door,

windows, ventilator shutter and partitions etc. with

PVC / neoprene gasket etc. complete (cost of

aluminium snap beading shall be paid in basic

items). (HSR 17.98). Powder coating of 50 micron

in approved shade to be done on all the

Aluminium section.

Sqm. 190.68 700 15.00% 805.00 153495

165

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

47 17.99 Providing and fixing double action hydraulic floor

spring of approved brand and manufacture IS

6315 marked for doors including cost of cutting

floors as required embedding in floors and cover

plates with brass pivot and single piece M.S sheet

outer box. (HSR 17.99 (a))

Each 7 1674 5.00% 1757.70 12304

48 17.100 Providing Aluminium Jali of thickness 7mm thick

with openings - 75mm x 75mm of including

anodizing and fixing in frame with cost of screws

etc. complete. (HSR 17.100). Powder coating of

50 micron in approved shade to be done on all the

Aluminium section.

Sqm. 129.36 1543 15.00% 1774.45 229549

49 17.101 Providing fixing aluminium casement windows

fastener of requird length for aluminium windows

with necessary screws etc. complete (HSR 17.101

(ii))

Each 80 40.7 5.00% 42.74 3419

50 17.102 Proviiding fixing aluminium round shape handle

of outer dia 100mm with screws etc. complete.

(HSR 17.102 (ii)). Powder coating of 50 micron in

approved shade to be done on all the Aluminium

section.

Each 170 49.95 5.00% 52.45 8916

51 18.22 Cold twisted deformed (ribbed/tor steel) bars for

R.C.C. works, where not included in the complete

rate of R.C.C including bending and placing in

position complete.

(HSR 18.22)

Qtl. 325.79 917.05 500.00% 5502.30 1792598

Rate to be quoted by Contractor (In %age above or below or at par)

HSR CHAPTER NO.18

166

Sr.

No.Desciption Unit Qty. Rate (Rs.) Amount (Rs.P)

CIVIL NS

1. Providing and fixing granite stone in all shades, 17mm thick

in flooring, laid in any pattern as specified over base of

20mm thick cement coarse sand mortar 1:3 and jointed with

white cement slurry mixed with pigment to match the shade

of granite stone.

Sqm. 44.59 2580.20 115056.28

2 Providing and fixing granite stone in all shades, 17mm thick

in skirting/dado, risers of steps, pillars and wall facing, laid

in any pattern as specified over base of 12mm thick cement

coarse sand mortar 1:3 and jointed with white cement slurry

mixed with pigment to match the shade of granite including

labour for fixing cramps pins and dowells etc.

Sqm. 6.69 2580.20 17258.44

3 Providing, Laying, jointing, fixing and testing GI pipe lines

complete with GI specials and fittings and clamps etc.

inside building cutting, threading of pipes and cutting and

making good the walls etc. (internal work). The pipes duly

painted with anti-corrosive paint.

(a) 15mm i/d of pipe line Mtr 175.00 146.3 25602.5

(b) 20m i/d of pipe line Mtr. 150.00 177.17 26575.5

(c) 25m i/d of pipe line Mtr. 100.00 233.40 23340

4 Providing & fixing GI Union in existing GI pipe line,

cutting and threading the pipe and making long screws

including excavation, refilling the earth or cutting of

wall and making good the same complete wherever

required.

(a) 20mm i/d of pipe line Nos. 10.00 106 1060

(b) 25m i/d of pipe line Nos. 6.00 120 720

5 Providing and fixing and jointing gun metal peet

valves(heavy pattern)with hand wheels, on GI

Pipelines laid in the ground.

(a) 20mm i/d of pipe Nos. 10.00 240 2400

(b) 25mm i/d of pipe Nos. 6.00 270 1620

NS ITEMS

175

Sr.

No.Desciption Unit Qty. Rate (Rs.) Amount (Rs.P)

6 Supply of G.I Pipe for Sleeve 50mm i/d Mtr. 2.40 240 576

7 Supplying of maleable iron Holder Hold fast

20mm Nos. 50.00 20 1000

25mm Nos. 20.00 25 500

8 Supplying and filling of Earth including, Compaction,

Loading, Unloading, watering, spereading, levelling &

dressing complete in all respect.

Cum 301.68 227 68481

9 Providing and laying jointing fixing and testing

GI/PVC/WI pipe line including special tees, bends,

sokets, elbows etc. inside building and testing etc.

complete including cutting threading.

Nos. 11 98 1078

10 Providing and fixing 12mm thick Toughned Glass for

door shutter complete with Floor Springs S/S Patch

fittings and S/S long Handles.

Sqm. 2.92635 3300 9656.955

11 Providing and fixing of Red Hard Stone tile of size

9"x1½"x1" on facia of Building complete in all

respects. The above work also inclusive of cost of

scaffolding required.

Sqm. 90.6704 660 59842.464

12 Providing and fixing Aluminium composite Panel of

3mm thick on Front & Porch in approved shade

complete with Base Grid frame of Aluminium sections,

silicon filler in joints etc. The cost of scaffolding

required for above work is also inclusive.

Sqm. 73.5768 5500 404672.4

13 Providing and fixing structural Glazing in Aluminium

section of 2"x2" Powder coated in approved shade and

complete in all respects with 5mm thick toughned

Glass (Heat residetant), Tape and silicon filler. The

cost of scoffolding requried is also included.

Sqm. 66.888 3900 260863.2

176

Sr.

No.Desciption Unit Qty. Rate (Rs.) Amount (Rs.P)

14 Providing and fixing stainless steel ( Grade 304) railing

made of Hollow tubes, channels, plates etc., including

welding, grinding, buffing, polishing and making

curvature (wherever required) and fitting the same with

necessary stainless steel nuts and bolts complete, i/c

fixing the railing with necessary accessories & stainless

steel dash fasteners , stainless steel bolts etc., of

required size, on the top of the floor or the side of waist

slab with suitable arrangement as per approval of

Engineer in-charge, ( for payment purpose only weight

of stainless steel members shall be considered

excluding fixing accessories such as nuts, bolts,

fasteners etc.). (DSR 2013 - 10.28) (CP 0%)

k.g 300 611.1 183330

15 Providing and fixing C.P Jet for E.W.C Complete Each 8 200 1600

1205233

Rate to be quoted by Contractor (In %age above or below or at par)

177

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

Public Health Works (HSR)

1 28.24 Cutting holes upto 23 cm through stone masonary

or brick work in cement walls for pipes and

making good repointing, replastering and finishing

according to existing finish where required (HSR

28.24)

a) 11.43 cm thickness of walls Each 16 14.00 300.00% 56.00 896

b) 28.86 cm thickness of walls Each 18 20.35 300.00% 81.40 1465

2 28.26 Cutting holes upto 23 cm square for pipes in

flooring and roofs of brick work and making good

including repointing, replastering, replacing

bitumen and colour or white washing where

required, 115 mm thickness of floor or roof (HSR

28.26)

Each 12 11.95 300.00% 47.80 574

3 28.27 Labour for fixing G.I. or W.I pipe sleeve pieces in

holes in walls, floors and roofs rounds pipes

including all cutting and wastage. 32 mm internal

diameter of sleeve pipe (HSR 28.27 (b))

Mtr. 2.40 3.60 300.00% 14.40 35

4 28.28 Fixing galvanised malleable iron holer bats hold

fasts to pipe lines fixed on walls and ceilings

including all cuttings to walls and making good to

original condition. 20 mm internal diameter of

pipeline (HSR 28.28 (b))

(b) 20mm internal diameter of pipeline Each 50.00 2.05 300.00% 8.20 410

(c) 25mm internal diameter of pipeline Each 20.00 2.60 300.00% 10.40 208

5 28.34 Making connection with the existing G.I branch

main upto 40 mm size including cutting and

threading pipe etc. complete excluding cost of tee

and long screew, but including cartage of material

to site. (HSR 28.34)

Each 1.00 23.85 300.00% 95.40 95

6 28.47 Bailing out water from the trenches for making

new connections in fully charged pipe lines

including cleaning, trimming and dressing the

trenches to correct alignment and grade as

required by the Engineer-in-charge (HSR 28.47)

Each 1.00 67.50 300.00% 270.00 270

ABSTRACT OF COST

HSR CHAPTER NO.28

166

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

7 29.84 Constructing brick masonry inspection chamber

sizes as given below upto 0.60 metre average

depth in cement mortar 1:5 lime concrete with 40

percent lime mortar 2:3 in foundation cement

concrete 1:2:4 benching 12 mm thick cement

plaster 1:2 with a floating coat of 1 mm thick of

neat cement R.C.C 1:2:4 slab 100 mm thick/C.C

topping, 50 mm thick with 455 mm x 455 mm/455

mm x 610 mm inside light duty C.I inspection

chamber cover and frame weight as per I.S.I

specification painted with 3 coats of black

bitumastic superior paint complete as per standard

design 450 mm x600mm in side (with

455mmx610mm cocer and frame single seal

pattern 1 weighing 35 kg with C.C topping) (HSR

29.84 (b))

Each 4.00 582.00 450.00% 3201.00 12804

8 29.90 Construction of rectangular standard brick

massonry manhole chambers to stndard drawings

on S.W pipe sewers or other circular pipe sewers

upto the required depth in 1:5 cement sand mortar,

lime concrete in bed and sides of pipe sewer and

cement concrete 1:2:4 in benching, 12mm thick

water tight 1:2 cement sand plaster with a floating

coat of neat cement and finished with 2 coats of

sodium solicate on interior surface where required,

reinforced cement concrete slab 180mm thick

fixing 560mm internal diameter C.I manhole cover

and frame weight not less than 2.5 quintal painted

with 3 coats of black bitumen paint, fixing

galvainised malleable iron stpes embedded in 1:2

cement sand mortar complete. (HSR 29.90)

The rate covers the cost of M.S steel for RCC slab

labour for fixing and carriage of C.I manhole

frame and cover and metteable iron steps from the

stores of the Engineer-in-charge of the works to

site of works

167

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

The rates also includes cost of accurately planned

and fitted centring, supports for all works, as well

as for all curves and special work cleaning out

their beds etc. sodium silicate shall be supplied

free of cost at the stores of Engineer-in-charge.

(ii) 150mm internal diameter pipe sewer Each 4.00 2400.00 450.00% 13200.00 52800

9 29.94 Providing and fixing SFRC MANHOLE

COVERS AND FRAMES MARKED WITH IS:

12592 including setting the same to correct lines

and levels in 1:2 cement sand mortar over

manhole including carriage loading unloading

stacking handling re-handling etc. complete in all

respects to the satisfaction of Engineer-in-Charge

(HSR 29.94)

Nos. 4.00 1100.00 5.00% 1155.00 4620

10 29.95 Providing SALT GLAZED STONE WARE

PIPES GRADE 'A' INSTANDARD LENGTH OF

600 MM EACH jonting and testing as desired in

HSR item No.29.38, 29.39, 29.40 including the

cost of jointing materials as well as carriage,

loading, unloading stacking, handling, re-handling

etc. complete in all resepcts to the satisfaction of

Engineer-in-Charge. (HSR 29.95)

100mm dia Mtrs. 40.00 128.00 5.00% 134.40 5376

150mm dia Mtrs. 50.00 199.00 5.00% 208.95 10448

168

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

11 30.2 PROVIDING AND FIXING IN POSITION BEST

INDIAN MAKE (to the approval of the Engineer-

in-charge). INDIAN TYPE ORISSA OR ORYA

WATER CLOSET SUITE for Sinking into floor,

with raised foot treads COMPLETE WITH 100

MM H.C.I, ‘P’ TRAP with or without vent as

required and all OTHER NECESSARY

FITTINGS as fully described in item no.30.1

above

(a) Size 580 mm

(i) White Each 2.00 925 340.00% 4070.00 8140

12 30.4 Providing and fixing in position best Indian make

(as approved by the Engineer-in-charge).

European type water closet suit with non-

concealed 'P' or 'S' trap with or without vent and

all other necessary fittings. White (HSR 30.4 (a)

(i))

Each 8.00 901 340.00% 3964.40 31715

13 30.12 Extra over item No.30.1 to 30.4 and 30.6 for

providing and fixing 15 litres capacity low level

vitreous china ware cistern complete with flush

bend all other necessary fitting instead of C.I high

level cistern complete with fittings. White plastic

seat (Solid). (HSR 30.12 (i)

Each 10.00 290 340.00% 1276.00 12760

14 30.13 Extra over item No.30.3 to 30.6 for providing and

fixing best Indian make plastic hygenic seat with

lid complete instead of hollow black or white

plastic seat and lid. White plastic seat (Solid).

(HSR 30.13 (i))

Each 8.00 193 340.00% 849.20 6794

15 30.15 EXTRA FOR providing and fixing 32 MM dia

G.I./C.P FLUSH PIPE complete with accessories

instead of 32/MM dia galvanized telescopic flush

pipe with clips (as required by the Engineer-in-

charge)

Each 10.00 31.50 340.00% 138.60 1386

HSR CHAPTER NO.30

169

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

16 30.20 Providing and fixing in position best Indian make

a range of two urinals falt back or angular lipped

front in vitreous china were with 5 litres capacity

best Indian make C.I. automatic flushing cistern

with fittings and flush pipe etc. complete as fully

described in Item No.30.19 above. (HSR 30.20

(ii))

Nos. 2.00 766 340.00% 3370.40 6741

17 30.24 EXTRA OVER AND ABOVE ITEM NOS. 30.19

TO 30.22 ABOVE FOR PROVIDING AND

FIXING CHROMIUM PLATED BRASS ‘P’ OR

‘S’ TRAP WITH WASTE PIPE OF 32 MM DIA

COMPLETE.

Each 2.00 101 340.00% 444.40 889

18 30.41 Providing & fixing in position Best Indian make

(Ordinary Lavoratory suits) consisting of

Lavoratory vitreous chinaware size as given

below to the approval of the Engineer-in-charge

including china lugs for tap hole where necessary.

RS or CI brackets for building into walls including

painting 32mm CP brass waste with CP Brass

chain and rubber plug. 15mm CP Brass screw

Down pillar TAP with jam nuts or coupling best

design (as approved by Engineer-in-Charge). All

brass work chromium plated complete in all

respects including cutting and making good the

walls floors and painting of fittings etc. WHITE

(HSR : 30.41)

(iv) Size 550 mm x 400 mm with one no. tap

Each 10.00 407 340.00% 1790.80 17908

19 30.45 Providing and fixing in position best Indian make

C.P brass basin mixer complete instread of one no

pillar tap. (HSR 30.45)

Each 10.00 92 340.00% 404.80 4048

20 30.53 Providing and fixing in position best quality

stainless steel sinks with complete fittings (HSR

30.53 (a)). 600 mm x 450mm x 200mm

Nos. 2.00 1900 30.00% 2470.00 4940

170

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

21 30.68 Providing and fixing in position best Indian make

towel rails fixed in with rawlslugs embedded in

walls with C.P Brass screws, complete in all

respect including cutting and making goods the

walls etc. (b) (i) 750 mm long. (e) C.P Brass towel

ring. (HSR 30.68 (b) (i) (e))

(b) 20 MM DIA C.P BRASS ADJUSTABLE

(i) 750 mm long Each 3.00 65 340.00% 286.00 858

(e) C.P Brass towel ring Each 7.00 53 340.00% 233.20 1632

22 30.70 Providing & fixing in position best Indian make

soap dish fixed in with rawl plugs embedded in

wall with CP Brass screws complete in all respects

including cutting and making good the walls etc.

(HSR: 30.70)

(a) ii)With CP Brass Soap dish small

Nos. 10.00 59 340.00% 259.60 2596

23 30.71 Providing & fixing in position best Indian make

believed edge 5.5mm thick mirror mounted on

asbestos sheet ground fixed in position by means

of 4 nos. chromium plated brass screws and

washers (HSR : 30.71 a)(i))

(a) Indian make (i) 600mmx450mm

Nos. 10.00 107 340.00% 470.80 4708

30.75 Providing & fixing in position 15mm i/d CP brass

bib cocks of best quality ( as required by the

Engineer-in-Charge) (HSR 30.75 (a)(c))

(a) Bib cock long body Nos. 12.00 116 340.00% 510.40 6125

(c) Bib cock Nos. 12.00 100 340.00% 440.00 5280

25 30.76 Providing & fixing in position CP brass stop cocks

(as approved by the Engineer in Charge)

(HSR : 30.76 (a)(ii))

(a) 15mm stop cock

(i) Stop cock male & female and Each 34.00 101 340.00% 444.40 15110

(ii) Concealed stop cock with flange. Each 8.00 130 340.00% 572.00 4576

24

171

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

26 30.84 Providing & fixing in position HCI soil waste vent

on antisyphonage pipes to ISI specifications of

ELC manufacturer or any other reputed firm

including cutting and wastage etc. and cutting

holes in walls roofs or floor etc. and making good

to its original condition but excluding CODT or

Lead jointing (HSR : 30.84)

(a) 100mm i/d Mtr. 92.00 97.5 350.00% 438.75 40365

(b) 75mm i/d Mtr. 120.00 83 350.00% 373.50 44820

30.87 Providing Lead Caulked joints to HCI pipes and

specials conforming to ISI specification of ELC

manufacturer or any other reputed firm including

cost of Lead yarn Fuel and Tools etc. (HSR :

30.87)

(a) 100mm i/d Nos. 62.00 33 300.00% 132.00 8184

(b) 75mm i/d Nos. 78.00 27.5 300.00% 110.00 8580

28 30.88 Providing and fixing in position M.S or Heavy flat

iron clamps made out of M.S. flat not less than

5mm of the approved design for fixing C.I. soil

waste vent or anti pipes to walls complete in all

respects including and making good the walls and

floors etc. and painting (HSR 30.88)

100mm dia Nos. 24.00 12.5 350.00% 56.25 1350

75mm dia Nos. 30.00 11 350.00% 49.50 1485

30.89 Providing & fixing H.C.I. floor traps I.S.I. marked

of the self cleaning design with C.P. brass hinged

gratign with frame with or without vent arm and

including cement concrete 1:2:4 under and around

the floor trap where requried upto floor level

complete in all respects including cutting and

making good the walls and floors etc. minimum

depth of water should be 150mm with a minimum

seal of 50mm. (HSR : 30.89)

(b) 75mm i/d Nos. 18.00 105 350.00% 472.50 8505

29

27

172

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

30 30.91 Providing & fixing in position HCI specials for

soil waste vent or antisyphonage pipes to ISI

marked including cutting & wastage etc. cutting

holes in walls roofs or floor etc. and making good

but excluding cost lead jointing (HSR : 30.91) For

100mm i/d pipe :

a 100 mm I/D pipes

i heal rest bend Nos. 4.00 58.00 350.00% 261.00 1044

iv Single junction with door 100 mm x 100 mm x

100 mm

Nos. 8.00 86.50 350.00% 389.25 3114

xiv Bend plain Nos. 14.00 53 350.00% 238.50 3339

xvi Cowls Nos. 4.00 39.5 350.00% 177.75 711

xxi Collars Nos. 8.00 27.5 350.00% 123.75 990

(b) 75mm i/d pipes

i heal rest bend Nos. 4.00 39.50 350.00% 177.75 711

iv Single junction with door 75 mm x 75 mm x 75

mm

Nos. 10.00 59 350.00% 265.50 2655

xiv Bend plain Nos. 10.00 39.5 350.00% 177.75 1778

xvii Cowls Nos. 5.00 28 350.00% 126.00 630

xviii Collars Nos. 10.00 22.50 350.00% 101.25 1013

31 30.93 Providing and fixing lead inlet connection with

brass union for flushing and warming pipes

complete in all respects

(HSR 30.93 (C))

Nos. 34.00 10.5 340.00% 46.20 1571

32 30.95 Cutting chase in brick walls in cement or in floor

for embedding G.I or H.C.I pipe lines and making

good the same to its original condition. 75 mm x

50 mm (HSR 30.95 (c))

Mtr. 164.00 4.00 340.00% 17.60 2886

33 30.114 Providing & fixing in position Gully traps fixed in

cement concrete 1:4;8 complete with HCI grating

150mmx150mm cast iron cover weighing approx.

7.26 kg and frame clear opening 300mmx300mm

and outside size 330mm x330mm and chamber

including cost of all brick work in cement mortar

cement concrete 1:8;16 in foundations and cement

concrete 1:2:4 in copping with 3 coat paints CI as

per standard design (HSR : 30.114)

(b) 100mm i/d HCI Gull trap

Nos. 12.00 166 350.00% 747.00 8964

173

Sr.

No.

HSR

No.Description Unit Qty. Rate (Rs.)

Ceiling Pre-

mium (%)

Rate +

Ceiling Pre-

mium

Amount

(Rs.P)

34 30.119 Providing and fixing HDPE WATER STORAGE

TANKS of Sintex, Diplast, O.K. Supreme make

with covers / lids marked with IS: 12701 on roof

top of buildings including cost of hoisting and

placing in position, making connections with inlet

and outlet pipes, providing overflow and scour

provisions with suitable plug on scour pipe

including cost of nipples, washers, flanges for

connections in tanks complete in all respects to the

satisfaction of Engineer-in-Charge (HSR 30.119)

1500 Ltr.

Nos. 4.00 7835 0.00% 7835.00 31340

Rate to be quoted by Contractor (In %age above or below or at par)

174

S.No. Description Qty Unit Rate Premium Net Rate Amount

1 6.6

Earth work in excavation in foundations , trenches

etc. in all kinds of soil, not exceeding 2 meters depth

including dressing of bottom and sides of trenches,

stacking the excavated soil, clear from the edge of

excavation and subsequent filling around masonry, in

15cm layers with compaction, including disposal of all

surplus soil, as directed within a lead of 30 meters.

(Rate as per HSR=1108.10 per 100 cum which is

equal to 11.0810 per cum)

224.08 Cum 11.081 425.00% 58.18 13036

2 10.32Cement concrete 1 : 6 : 12 with stone aggregate 40

mm Nominal size in foundation and plinth.

For tank flooring

for collecting chamber

1.51 Cum 348.25 450.00% 1915.38 2890

3 10.82

Cement concrete 1:2:4 with stone aggregate 20 mm

nominal size for reinforced concrete work in slabs

with inclination not exceeding 25 degree with

horizontal, excluding steel reinforcement, but

including centring and shuttering, laid in position,

complete in all respect.extra over item No.10.79 to

10.94 if 1:1½:3 mix is used, instead of 1:2:4 (HSR

10.82 + 10.95 (a))

For top of tank

for collecting chamber

2.75 Cum 997.90 450.00% 5488.45 15109

4 10.86

Cement concrete 1:1½ :3 with stone aggregate 20

mm nominal size for reinforced concrete work for

walls exceeding 20 cm thickness (straight and

curved) beams, girders, stairs, columns, (square or

rectangular) battens and lintels etc. excluding steel

reinforcement but including centring and shuttering,

laid in position complete in all respects.extra over

item No.10.79 to 10.94 if 1:1½:3 mix is used, instead

of 1:2:4 (HSR 10.86 + 10.95 (a))

For top of tank

for collecting chamber

0.92 Cum 1101.85 450.00% 6060.18 5547

5 11.3

First class brick work laid in cement sand mortar 1:5

in foundation and plinth (HSR 11.3) for Building

foundation

31.84 Cum 407.60 600.00% 2853.20 90845

6 14.1

Base course of floors consisting of 100 mm thick

cement concrete 1:8:16 amd 100 mm sand or stone

filling (HSR 14.1)

12.25 Sqm 36.95 400.00% 184.75 2263

Rain Water Harvesting (Abstract)

CONTRACTOR 188 WITNESS

7 14.17 Flooring 40 mm thick

12.25 Sqm 53.10 400.00% 265.50 3252

8 15.5 12 mm thick cement plaster 1:4 on wall (HSR 15.5)

62.88 Sqm 12.70 500.00% 76.20 4791

9 15.10 15mm thick Cement Plaster 1:4

43.86 Sqm 15.65 500.00% 93.90 4119

10 18.22

Cold twisted deformed (ribbed/tor steel) bars for

R.C.C. works, where not included in the complete

rate of R.C.C including bending and placing in

position complete.

(HSR 18.22)

4.59 Qlts 917.05 500.00% 5502.30 25229

11 6.10 (a)

Excavation of trenches in streets, lanes or in open

areas for storm sewer, sewers running by gravity and

manholes to full depths as shown in drawings

including shoring, timbering of poling boards, frame

system type, dressing to correct sections and

dimensions, according to templates and levels,

dewatering, provision for diversion of traffic, cutting

trees and bushes, etc. night signals, profiles, pegs,

sight rails, boning roads, crossing over trenches for

access to the houses, watching fencing etc. fixing

and maintenance of caution board refilling of

trenches, watering of refill, in 15 cm layers ramming

and restoration of unmetalled or unpaved surface to

original condition and removal of surplus soil, form

site of work, upto a lead of 1 Km in ordinary soil:

(Rate as per HSR=1919.00 per 100 cum which is

equal to 19.19per cum)

81.00 Cum 19.19 370.00% 90.19 7306

12 10.40

Cement concrete 1:3:6 with stone aggregate 20 mm

nominal size in first storey upto 4 metres above plinth

level (HSR 10.40)

27.00 Cum 516.90 450.00% 2842.95 76760

CONTRACTOR 189 WITNESS

13 29.84 (b)

Constructing brick masonry inspection chamber sizes

as given below upto 0.60 metre average depth in

cement mortar 1:5 lime concrete with 40 percent lime

mortar 2:3 in foundation cement concrete 1:2:4

benching 12 mm thick cement plaster 1:2 with a

floating coat of 1 mm thick of neat cement R.C.C

1:2:4 slab 100 mm thick/C.C topping, 50 mm thick

with 455 mm x 455 mm/455 mm x 610 mm inside

light duty C.I inspection chamber cover and frame

weight as per I.S.I specification painted with 3 coats

of black bitumastic superior paint complete as per

standard design 450 mm x600mm in side (with

455mmx610mm cocer and frame single seal pattern

1 weighing 35 kg with C.C topping) (HSR 29.84 (b))

6.00 Each 582.00 450.00% 3201.00 19206

14 29.85 (b)EXTRA FOR EVERY 0.30 METRE DEPTH OF

INSPECTION CHAMBER

450 mm x 600 mm 6.00per 0.30 metre

depth92.00 450.00% 506.00 3036

15 29.87(a) i

CONSTRUCTING BRICK MASONRY ROAD GULLY

CHAMBERRS as per standard drawings (as per size

given below) including dressing of beds and sides of

chamber to exact profiles. 15 CM THICK LIME

CONCRTE 16:24:100(as per specified in item no.

10.6) IN FOUNDATION 1ST CLASTT BRICK WORK

LAID IN CEMENT SAND MORTAR 1:5 40 MM

THICK CEMENT CONCRETE 1:2:4 TOPPING

INSIDE THE CHAMBER WITH A FLOATING COAT

OF 1.5 MM THICK NEAT CEMENT LAIDIN ONE

OPERATING TO THE TOPPING THE ENTIRE

INNER SURFACE OF THE CHAMBER RENDERED

WITH NEAT CEMENT NOT LESS THAN 12 MM IN

THICKNESS OF 1:2 CEMENT SAND PLASTER

AND FINISHED WITH A FLOATING COAT OF

NEAT CEMENT 1 mm thick left absolutely smooth

polished and correct to templates including labour for

fixing the C.I road gully grating and frame including

painting with coal tar (as specified in item no.29.48

complete and to the requirement of the Engineer-in-

charge.

8.00 Each 391.00 450.00% 2150.50 17204

CONTRACTOR 190 WITNESS

16 29.93

Providing ,lowering, laying, cutting (cut surface to be

uniformity finished) jointing with rubber rings marked

with IS:5382 and testing of SPIGOT AND

SOCKETTED RCC NP2 MARKED WITH IS:458-

1988 and specials into trenches for all depths

including carriage, loading, unloading, stacking,

handling, re-handelling etc. complete in all respects

to the satisfaction of Engineer-in-Charge (HSR

29.93)

200mm i/d 150.00 Metre 270.00 5.00% 283.50 42525

17 29.94

Providing and fixing SFRC MANHOLE COVERS

AND FRAMES MARKED WITH IS: 12592 including

setting the same to correct lines and levels in 1:2

cement sand mortar over manhole including carriage

loading unloading stacking handling re-handling etc.

complete in all respects to the satisfaction of

Engineer-in-Charge (HSR 29.94)

6.00 Each 1100.00 5.00% 1155.00 6930

342520

Rate to be quoted by Contractor (In %age above or below or at par)

CONTRACTOR 191 WITNESS

Description Qty Unit Rate Amount

1

Boring/ drilling bore well of required dia for casing/

strainer pipe, by suitable method prescribed in

IS:2800( part I), Including collecting samples from

different strata, preparing and submitting strata chart/

bore log, including hire & running charges of all

equipments, tools, plants and machineries required

for the job, all complete as per direction of Engineer-

in-charge, upto 90 metre depth below ground

level.(All types of soil.)

300 mm dia bore 20.00 Metre 398.25 7965

2

Supplying, assembling, lowering and fixing in vertical

position in borewell, unplasticized PVC medium well

casing (CM) pipe of required dia, confirming to

IS:12818, including required hire and labour charges,

fittings & accessories etc. all complete, for all depths,

as per direction of Engineer-in-charge.

150mm dia pipe

25.00 Metre 586.65 14666

3

Supplying, assembling, lowering and fixing in vertical

position in bore well unplasticized PVC medium well

screen (RMS) pipesand ribs, confirming to IS:12818,

Including hire & labour charges, fittings & accessories

etc. all complete, for all depths, as per direction of

Engineer-in-charge.(150mm nominal size dia).

150mm dia pipe

5.00 Metre 528.60 2643

4

Supplying, filling, spreading & levelling stone

boulders of size range 5 cm to 20 cm,in recharge pit,

in the required thickness, for all leads & lifts ,all

complete as per direction of Engineer-in-charge.

5.00 Cum 494.75 2474

5

Supplying, filling, spreading & levelling COARSE

SAND of size range 1.5mm to 2mm,in recharge pit, in

the required thickness, over gravel layer, for all leads

& lifts ,all complete as per direction of Engineer-in-

charge.

7.50 Cum 843.20 6324

6

Gravel packing in tubewell construction in

accordance with IS:4097, including providing gravel

fine/medium/coarse in required grading & sizes as

per the actual requirement, all complete as per

direction of Engineer-in-charge.

1 1.06 Cum 976.80 1036

35108

Rate to be quoted by Contractor (In %age above or below or at par)

Rain Water Harvesting (Abstract)

CONTRACTOR 192 WITNESS

Sr.

No.

item

No.

Description Qty. Unit Rate Amount

1) NS Providing Haudi of 230mm thick wall with second class bricks. The frame to be made of

(40mmx40mmx5mm) angle iron with cover made of inner section of angle iron

35mmx35mmx5mm covered with RCC in ratio 1:2:4 and MS bars of 8mm dia at suitable

spacing. The job includes the clearing of all the malba from site and cost of petty material

required completing the job to the entire satisfaction of Engineer-in-charge and painting of

MS parts.

a) Haudi size 450x450mm 450mm deep 1 Each 1340.00 1340.00

2) NS Supply and laying of telephone wire 0.5mm thick in existing conduit including making

necessary connections (Polycab / Bonton / Delton / Indo-asian make only).

(a) Telephone wire unarmoured 2 pair 450 mtr 13.65 6142.50

(b) Telephone wire unarmoured 10 pair 24 mtr 60.00 1440.00

3) NS Supply and laying of Cat-6 computer cable in existing conduit including making necessary

connections (Polycab / Bonton / Delton / Indo-asian make only).

850 mtr 35.00 29750.00

4) Supply & fixing in position computer outlet RJ-45 modular type (North-West / LK / MK

make) complete with modular plate and MS box recessed in wall.

45 Each 632.00 28440.00

5) NS Providing & fixing krone type tag block for telephone cables termination complete with back

mounting frame etc. of the following size

a) 50 pair tag block 1 No. 2800.00 2800.00

b) 10 pair tag block 1 No. 1250.00 1250.00

6) NS Supply, Testing & Commissioning of A.C. ceiling fan double ball bearing complete in all

respect without fan regulator. The fan should consume less power (Usha / Havell's / Bajaj

make only).

a) Size 48" sweep (1200mm) 44 Each 1400.00 61600.00

b) Size 56" sweep (1400mm) 5 Each 1490.00 7450.00

7) Supply, Testing & Commissioningof wall fan 16" sweep (400mm) Oscillating type complete

with built-in regulator. The fan is to fixed on wall with suitable fixing arrangement including

connection from nearest light point with cost of Cu wire required.

1 Each 1860.00

8) NS Supply, Testing & Commissioning of exhaust fan heavy duty 900 rpm complete with blade,

frame and automatic louver shutter (GEC / Usha / Bajaj make).

ESTIMATE FOR INTERNAL ELECTRIFICATION WORK FOR

PROPOSED DIVISION OFFICE OF UHBVN AT NARAINGARH, HARYANA

INTERNAL ELECTRICAL SERVICES (NON-SCHEDULE ITEMS)

CONTRACTOR 184 WITNESS

Sr.

No.

item

No.

Description Qty. Unit Rate Amount

ESTIMATE FOR INTERNAL ELECTRIFICATION WORK FOR

PROPOSED DIVISION OFFICE OF UHBVN AT NARAINGARH, HARYANA

INTERNAL ELECTRICAL SERVICES (NON-SCHEDULE ITEMS)

a) Exhanst fan 15" sweep (380mm) 3 Each 3400.00 10200.00

9) NS Supply, Carriage, Erection, Testing & Commissioning of Fresh air fan 305mm complete

with guard. The fresh fan fan is to be fixed in ventilator with 12mm thick wooden board after

making hole in board. The board is to be fixed screws etc. including painting of board with

matching colour of fresh air fan. The job includes connection from nearest light point with

PVC Cu wire including cost of all material (Bajaj / Usha / Havell's make).

a) Fresh Air fan 305mm 8 Each 1815.00 14520.00

10) NS Supply, testing & commissioning of Flourescent tube fitting complete in all respect with

flourescent lamp T-5 including internal wiring (Phillips / Bajaj / Wipro / Havell's make only).

a) 1x28W box type fitting with 28W tube rod BTIR128 Bajaj make or its equivalent. 31 Each 930.00 28830.00

b) 2x28W box type fitting with 28W tube rod BTIR228 Bajaj make or its equivalent. 64 Each 1420.00 90880.00

c) 2x28W mirror optical fitting with 28W tube rods Wipro make Bajaj/ Crumpton make

BTSMU228MSS fixed directly on ceiling with screws and making connections from nearest

light point with PVC Cu wire of or its equivalent Crompton / Wipro / Phillips make.

6 Each 3585.00 21510.00

11) NS Supply, carriage, erection, testing & commissioning of Flourescent tube fitting complete

with copper wound dimable ballast, starter condensor and flourescent lamp including

internal wiring (Phillips / Bajaj / Wipro / Havell's make only).

a) 1x18W CFL foot light BJDB10CFL 162422 Bajaj make or its equivalent Wipro / Decon /

Havell's recessed complete with 18W CFL lamp make flushed in wall with cement etc. and

making connections from nearest light point with PVC Cu wire.

2 Each 675.00 1350.00

b) 2x36W square surface mounted wipro make cat No. wvp44236SGW or its equivalent

Phillips / Bajaj) with diffuser and 3Nos. 36W CFL Lamp complete with control gear.

6 Each 4245.00 25470.00

332972.50

Rate to be quoted by Contractor (In %age above or below or at par)

CONTRACTOR 185 WITNESS

Sr.

No.

Ref. of

HSR

Description Qty Unit Rate

(in Rs.)

C.P. Total Rate

(Rs.)

Appox.

Amount (Rs.)

1 31.12 (C) Moulded Case Circuit Breaker

Supply and erection of moulded case circuit breaker on wall or on existing

pedestal including bonding to earth and necessary connection:

(ii) 100A to 220A 415V 10KA 3phase (100A) 3 Each 4246.00 60% 6793.60 20380.80

2 31.13 Supply and erection of M.S. angle iron frame duly welded for Housing M.S.

sheet & main switches etc. on it, fixed on wall by means of suitable size of rag

bolts with cement concrete, duly painted with three coats of approved paint

including one coat of red oxide

(iii) Size 40 mm x 40 mm x 6 mm. 9.3 Meter 46.50 175% 127.88 1189.24

3 31.14 Supply and erection of 3 mm thick mild steel sheet duly welded on existing M.S.

angle iron frame for fixing the main switches etc. as required, duly painted with

three coats of approved paint including one coat of red oxide.

2.65 Sq m 337.00 175% 926.75 2455.89

4 31.15 Supply and erection of sheet steel enclosures 2pole / 3pole with earth plug and

socket suitable for incorporating single pole / triple pole MCB on wall / on

existing pedestal complete with necessary connections etc. :-

(ii) SPN enclosure for single pole MCB 20A (For A.C. point) 2 Each 293.00 60% 468.80 937.60

5 31.16 Supply and erection of blanking sheet in existing distribution board 12 Each 2.25 60% 3.60 43.20

6 31.17 Supply and erection of miniature circuit breaker/ isolator 240/415 V in the

existing distribution board including making necessary connection:-

(a) Miniature Circuit Breakers of 9 K.A. breaking capacity

(ii) 6 amp to 32 amp (SP) Havell’s/ Standard 86 Each 95.00 30% 123.50 10621.00

(iii) 40 amp to 63 amp. (TPN) Havell’s/ Standard 5 Each 499.00 30% 648.70 3243.50

7 31.18 Supply and erection of Fittings and Accessories

(xi) Bakelite angle/ straight button holder large size 23 Each 6.20 200% 18.60 427.80

(xvii) Bakelite sheet including fixing with brass screws and washers

(b) 3mm thick 5500 Sqcm 0.03 200% 0.09 495.00

INTERNAL ELECTRICAL SERVICES (SCHEDULE ITEMS)

ESTIMATE FOR INTERNAL ELECTRIFICATION WORK FOR

PROPOSED DIVISION OFFICE OF UHBVN AT NARAINGARH HARYANA

CONTRACTOR 178 WITNESS

Sr.

No.

Ref. of

HSR

Description Qty Unit Rate

(in Rs.)

C.P. Total Rate

(Rs.)

Appox.

Amount (Rs.)

INTERNAL ELECTRICAL SERVICES (SCHEDULE ITEMS)

ESTIMATE FOR INTERNAL ELECTRIFICATION WORK FOR

PROPOSED DIVISION OFFICE OF UHBVN AT NARAINGARH HARYANA

(xxii) Erection only of 1 x 40 Watts or 2 x 40 Watts, 1220 mm long/1 x 20 watts

or 2 x 20 Watts, 610 mm long fluorescent tube fitting by means of 2 Nos. 20 mm

dia-meter 1.60 mm thickness conduit pipe with spring loaded brass flanges at

both ends including 0.75 sq.mm (24/0.20 mm) PVC copper flexible cable for

connecting the tube to the adjacent light point including cost of conduit pipe

flanges PVC flexible cable and petty material required for the same (Upto 1/2

metre length of pipe)

(b) 2x28W tube fitting 54 Each 28.50 200% 85.50 4617.00

(xxiv) Erection only of 1x40W or 2x40W, 1220mm long / 1x20W or 2x20W,

610mm long fluorescent tube fitting directly on wall including necessary

connection with 0.75sqmm (24/0-20mm) PVC copper flexible cable for

connection the tube with the adjacent light point

(a) 1x28W tube fitting 31 Each 10.90 200% 32.70 1013.70

(b) 2x28W tube fitting 10 Each 10.90 200% 32.70 327.00

(xxvi)Supply and erection of hexagonal M.S. box 1.60mm thick having each side

8 cms, 7.5 cms deep, top covered with M.S. lid by means of screws including 10

mm dia 30 cm long mild steel rod made into suitable suspension hook and

erected in R.C.C. slab of erection of fan, the bottom covered with 3 mm thick

bakelite sheet with suitable holes, painting etc. complete with all labour and

material required to complete the job.

49 Each 26.30 200% 78.90 3866.10

(xxxiii) Providing one extra junction box with 0.55m long 20mm dia conduit pipe

for the erection of fluorescent tube fitting complete with all required labour and

material.

108 Each 13.20 200% 39.60 4276.80

8 31.20 Erection and carriage of fans

(i) Erection of ceiling fan complete with necessary earthing of fan and regulator

including carriage from local railway station/Goods transport/PWD store to the

site of work

(b) Ceiling Fan 1200mm sweep 44 Each 13.00 130% 29.90 1315.60

(c) Ceiling Fan 1400mm sweep 5 Each 13.00 130% 29.90 149.50

(iii)Erection of exhaust fan complete with necessary earthing of fan and

regulator including carriage from local railway station /Goods transport /PWD

store to the site of work

CONTRACTOR 179 WITNESS

Sr.

No.

Ref. of

HSR

Description Qty Unit Rate

(in Rs.)

C.P. Total Rate

(Rs.)

Appox.

Amount (Rs.)

INTERNAL ELECTRICAL SERVICES (SCHEDULE ITEMS)

ESTIMATE FOR INTERNAL ELECTRIFICATION WORK FOR

PROPOSED DIVISION OFFICE OF UHBVN AT NARAINGARH HARYANA

(a) Exhaust Fan 15" sweep 3 Each 25.00 130% 57.50 172.50

(vi) Pdg. And fixing required size of deodar wood frame of section 50 mm x 32

mm for fixing exhaust fan up to 450 mm sweep

3 Each 55.00 130% 126.50 379.50

9 31.21 Supply and erection of pipe for wiring purposes including bends inspection

boxes etc. where necessary and painting as required:-

(xxii) Heavy gauge welded conduit pipe 20 mm dia 1.60mm thickness flushed 390 Meter 16.30 175% 44.83 17481.75

(xxii) Heavy gauge welded conduit pipe 25 mm dia 1.60 mm thickness flushed 140 Meter 19.60 175% 53.90 7546.00

(xxx) Supply and erection of PVC pipe of 6 Kg. pressure, laid 1 meter below

ground level complete, including digging refilling of the trench with jointing etc.

(a) PVC pipe 120 mm (for main cables to elect niche) 20 Meter 59.00 175% 162.25 3245.00

(c) PVC pipe 65 mm (for cables to sub niches/campus light) 10 Meter 31.00 175% 85.25 852.50

10 31.22 Earthing

(iii) Earthing with tinned GI earth plate 600 mm x 600 mm x 6 mm thick including

accessories and providing masonry enclosures with cover plate having locking

arrangement and watering pipe etc. (but without charcoal or coke and salt)

complete as required

2 Each 453.00 180% 1268.40 2536.80

(v) Extra for charcoal or coke and salt for G.I. plate or copper plate earth

electrode

2 Each 186.00 180% 520.80 1041.60

(xi) Providing and fixing 25mmx5mm thick GI strip in 40mm dia GI pipe from

earth electrode as required.

16 Meter 65.10 180% 182.28 2916.48

(xix) Supply and erection of 20mmx3mm thick GI tape fixed with suitable GI

staples of same size.

10 Meter 14.10 180% 39.48 394.80

11 31.25 Supply and erection of under ground cable 1 meter below ground level covered

with sand and bricks including necessary connections, digging and refilling of

trenches:-

(xxviii) 70 sq mm 3 ½ Core cable 50 Meter 115.00 140% 276.00 13800.00

12 31.26 Supply and erection of under ground cable loose in existing pipe or trenches

complete with necessary connections.

(xxvi) 35 sq mm 3 ½ Core cable 6 Meter 60.20 140% 144.48 866.88

(xxviii) 70 sq mm 3 ½ Core cable 25 Meter 100.30 140% 240.72 6018.00

CONTRACTOR 180 WITNESS

Sr.

No.

Ref. of

HSR

Description Qty Unit Rate

(in Rs.)

C.P. Total Rate

(Rs.)

Appox.

Amount (Rs.)

INTERNAL ELECTRICAL SERVICES (SCHEDULE ITEMS)

ESTIMATE FOR INTERNAL ELECTRIFICATION WORK FOR

PROPOSED DIVISION OFFICE OF UHBVN AT NARAINGARH HARYANA

13 31.28 Supply and erection of suitable compression type brass Cable glands for

underground Cable:-

(iii) 25 Sq mm to 50 Sq mm Cable 2 to 4 Core 2 Each 16.80 140% 40.32 80.64

(iv) 70 Sq mm to 95 Sq mm Cable 3 to 3.5 Core 2 Each 22.50 140% 54.00 108.00

14 31.31 Bus Bar Chamber (Copper)

Supply and rection of metal clad busbar chamber made from 1.6mm thick MS

sheet fixed with rag bolts on wall or on existing pedestal / angle iron frame

including bonding to earth, detachable top and bottom painting and neccessary

connections etc. (copper bars duly tinned).

(ii) 100A 4 bars of 55cm each (cross section 25mm x 3mm), chamber over all

size 60cm x 45cm x 18cm.

1 Each 485.00 220% 1552.00 1552.00

(v) 200A 4 bars of 100cm each (cross section 25mm x 5mm), chamber over all

size 110cm x 45cm x 18cm.

1 Each 915.00 220% 2928.00 2928.00

15 31.35 Miscellaneous

(iii)Supply and erection of caution notice plate in three languages 2 Job 2.00 130% 4.60 9.20

(vii) Supply and erection of 75mmx75mmx60mm deep MS box for telephone and

inter-communicatoin system including 2pin 5A socket includng cost of bakelite

sheet.

27 Each 18.00 130% 41.40 1117.80

(ix)Supply and erection of aluminum lugs heavy duty including crimping etc. up

to the entire satisfaction of the Engineer-in-charge of the work:-

(d) 16 Sq mm 2 Each 1.60 130% 3.68 7.36

(f) 35 Sq mm 8 Each 2.50 130% 5.75 46.00

(h) 70 Sq mm 6 Each 5.10 130% 11.73 70.38

16 31.36 Wiring in 1.5 sq mm PVC insulated copper conductor cable in 1.6 mm thick

conduit pipe

(i) Fan point

(a) Short Point 0 Each 343.00 10% 377.30 0.00

(b) Medium Point 34 Each 524.00 10% 576.40 19597.60

(c) Long Point 15 Each 733.00 10% 806.30 12094.50

(ii) Light Point

(a) Short Point 27 Each 251.00 10% 276.10 7454.70

(b) Medium Point 52 Each 433.00 10% 476.30 24767.60

(c) Long Point 64 Each 639.00 10% 702.90 44985.60

CONTRACTOR 181 WITNESS

Sr.

No.

Ref. of

HSR

Description Qty Unit Rate

(in Rs.)

C.P. Total Rate

(Rs.)

Appox.

Amount (Rs.)

INTERNAL ELECTRICAL SERVICES (SCHEDULE ITEMS)

ESTIMATE FOR INTERNAL ELECTRIFICATION WORK FOR

PROPOSED DIVISION OFFICE OF UHBVN AT NARAINGARH HARYANA

(iii)Twin Control light point with 2 way 5A Single pole switch

(c) Long Point 1 Each 726.00 10% 798.60 798.60

(vi) Call bell point including M.S. box of size 180 mm x 100 mm x 60 mm deep

for call bell

(c) Long Point 7 Each 664.00 10% 730.40 5112.80

(vii) 3 pin 5A Plug point including earthing the 3rd

pin etc.

(a) Short Point 12 Each 283.00 10% 311.30 3735.60

(b) Medium Point 6 Each 466.00 10% 512.60 3075.60

(c) Long Point 20 Each 672.00 10% 739.20 14784.00

(viii) 3 pin 15 amp. Plug point with 4sqmm PVC insulated Cu conductor cable

including earthing the 3rd

pin etc.

(b) Medium point 1 Each 667.00 10% 733.70 733.70

(c) Long point 23 Each 970.00 10% 1067.00 24541.00

17 31.40 Supply and erection of PVC unsheathed copper conductor cable single core

1100 volts grade in pipe of suitable size excluding cost and erection of pipe

(i) Size 1.5 sq mm (3/0.81 mm) (for earthing and CKTs) 1660 Meter 10.20 10% 11.22 18625.20

(ii) Size 2.5 sq mm (3/1.05 mm) (for Power points) 250 Meter 16.30 10% 17.93 4482.50

(iii) Size 4.0 Sq mm (7/0.85 mm) (for AC points) 90 Meter 24.50 10% 26.95 2425.50

(v) Size 10.0 Sq mm (7/1.35 mm) 12 Meter 50.00 10% 55.00 660.00

(vi) Size 16.0 Sq mm (7/1.70 mm) 6 Meter 83.70 10% 92.07 552.42

18 31.41 Supply and rection of double door sheet enclosure distribution board suitable for

MCB and ELCB etc. recessed in wall including bonding to earth with all labour

and material required to complete the job in all respect upto the entire

satisfaction of the Engineer-in charge of the work.

vi 8 way, TPN (Horizontal (8+24)) 4 Each 2100.00 10% 2310.00 9240.00

19 31.42 Supply and erection double pole / four pole residual current circuit breaker

(RCCB/ELCB) suitable for operation on 240/415V, 5Hz, AC supply installed in

existing sheet steel enclosures including making necessary connections and

bonding to earth with all labour and material required to complete the job in all

respect upto the entire satisfaction of the Engineer-in-Charge of the work.

CONTRACTOR 182 WITNESS

Sr.

No.

Ref. of

HSR

Description Qty Unit Rate

(in Rs.)

C.P. Total Rate

(Rs.)

Appox.

Amount (Rs.)

INTERNAL ELECTRICAL SERVICES (SCHEDULE ITEMS)

ESTIMATE FOR INTERNAL ELECTRIFICATION WORK FOR

PROPOSED DIVISION OFFICE OF UHBVN AT NARAINGARH HARYANA

(xv) 63A / 415V FP ELCB with 30mA sensitivity 4 Each 2050.00 10% 2255.00 9020.00

20 31.44 Supply and erection of PVC conduit pipe ISI marked (Medium) recessed in wall /

ceiling etc. including cost of PVC bends, inspection box and all other material

required to complete the job in all respect upto the entire satisfaction of

Engineer-in-charge of work.

(b) 25mm dia 370 Meter 37.00 10% 40.70 15059.00

21 31.46 Supply and erection of sheet steel enclosures 3pole / 4pole with ELCB/MCB

fixed on wall or existing board etc. including bonding to earth complete in all

respect upto the entire satisfaciton of the Engineer-in-Charge of the work.

1 Meter 157.00 10% 172.70 172.70

22 31.49 Supply and erection of MS box made of 16G MS sheet recessed in wall, with

arrangement of fixing brass screws, 2Nos. check nuts and one No. PVC bush of

required size including all labour and material required to complete the job in all

respect upto the entire satisfaction of Engineer-in-charge of work.

(i) With 2 coats of primer 10400 Sqcm 0.12 10% 0.13 1372.80

23 31.55 Supply and erection of socket size rotary step type electronic regulator for AC

ceiling fan Anchor make Deluxe model No. 50440 ISA/SSK made PC561

operated on 120/280V AC. Supply complete including cutting of existing Bakelite

sheet and making necessary connection etc. upto the entire satisfaction of the

Engineer-in-charge of the work.

49 Each 195.00 0% 195.00 9555.00

24 31.56 Providing and fixing modular type accessories of approved make in existing box

including fixing and making necessary conneciton, complete in all respect.

Call bell Ding-Dong (Monitca) 7 Each 99.00 0% 99.00 693.00

25 31.58 Supply and erection of PVC pipe ISI marked (Medium) recessed in wall / ceiling

etc. including the cost of PVC bends, inspection boxes, iron hooks and cement

concrete etc. complete in all respect upto the entire satisfaction of Engineer-in-

charge of work.

PVC pipe of 40mm dia 15 Each 56.00 0% 56.00 840.00

Rate to be quoted by Contractor (In %age above or below or at par)

CONTRACTOR 183 WITNESS

Sr. No Description Qty Unit Rate Amount

1

Boring/ drilling bore well of required dia for casing/

strainer pipe, by suitable method prescribed in

IS:2800( part I), Including collecting samples from

different strata, preparing and submitting strata

chart/ bore log, including hire & running charges of

all equipments, tools, plants and machineries

required for the job, all complete as per direction of

Engineer-in-charge, upto 90 metre depth below

ground level.(All types of soil.)

up to 90 metre-300mm dia 90 Metre 557.55 50179.50

2

Boring/ drilling bore well of required dia for casing/

strainer pipe, by suitable method prescribed in

IS:2800( part I), Including collecting samples from

different strata, preparing and submitting strata

chart/ bore log, including hire & running charges of

all equipments, tools, plants and machineries

required for the job, all complete as per direction of

Engineer-in-charge, below 90 metre & upto 150m

depth below ground level.(All types of soil.)

10 Metre 696.95 6969.50

beyond 90 metre & upto 150 metre-300mm dia

3

Supplying, assembling, lowering and fixing in

vertical position in bore well unplasticized PVC

medium well screen (RMS) pipesand ribs,

confirming to IS:12818, Including hire & labour

charges, fittings & accessories etc. all complete, for

all depths, as per direction of Engineer-in-

charge.(150mm nominal size dia).

100 Metre 528.6 52860.00

150mm dia

4

Supplying, filling, spreading & levelling COARSE

SAND of size range 1.5mm to 2mm,in recharge pit,

in the required thickness, over gravel layer, for all

leads & lifts ,all complete as per direction of

Engineer-in-charge.

5.30 Cum 843.2 4471.97

size range 1.5mm to 2mm

Estimate for Tubewell

CONTRACTOR 186 WITNESS

5

Development of tubewell in accordance with

IS:2800(PART-I) and IS: 11189, to establish

maximum rate of usable water yield without sand

content (beyond permissible limit), with required

capacity air compressor, running the compressor

for required time till well is fully developed,

measuring yield of well by ''V'' notch method or any

other approved method, collecting water samples &

getting tested in approved laboratory, i/c

disinfection of tubewell, all complete, including hire

& labour charges of air compressor, tools &

accessories etc. all as per requirement and

direction of Engineer-in-charge.

10 hours 614.75 6147.50

6

Providing and Fixing suitable size threaded mild

steel cap or spot welded plate to the top of bore

well housing/ casing pipe, removable as per

requirement and direction of Engineer-in-charge.

1 Nos. 195.15 195.15

7

Providing and Fixing M.S Clamp of required dia to

the top of casing/ housing pipe of tubewell as per

IS:2800(PART I), including necessary bolts and

nuts of required size complete.

1 Nos. 1154.25 1154.25

8

Providing and Fixing Bail plug/ Bottom plug of

required dia to the bottom of pipe assembly of

tubewell as per IS:2800 (PART I)

1 Nos. 242.15 242.15

9 delivery pipe G.I. - 40mm dia 125 Metre 281.6 35200.00

10 Submersible pump- 5 H.P. 1 Nos. 30000 30000.00

11 starter 1 Nos. 10000 10000.00

12 Flat cable 150 Metre 135 20250.00

217670

Rate to be quoted by Contractor (In %age above or below or at par)

CONTRACTOR 187 WITNESS