91
C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 1 - HARYANA URBAN DEVELOPMENT AUTHORITY DETAIL NOTICE INVITING TENDERS LUMP-SUM RATE ON LINE TENDER On behalf of Haryana Urban Development Authority Online Lump-Sum rate and Mtc. Rates bids on the website: http://huda.etenders.in are hereby invited from the contractors/firs enlisted in appropriate class/category on the approved list of HUDA, as mentioned below:- Job No. Name of Work Approximate value of works (Rs.) Bid Document Cost EMD (Rs.) Tender to be opened on Time limit for completion of work 1 Improvement of water supply sewerage and Storm Water Drainage Scheme in MIE Part-A & B Bahadurgarh against ASIDE scheme under Govt. of India, "Providing, installing , testing, of 3 Nos electric driven Submersible sewerage pumps of 7200 LPM each against a head of 15 Mtr driven by suitable capacity of electric motor at sewerage water disposal MIE Part-A & B Bahadurgarh including 72 hours trial run and all other works contingent thereto." ------ Rs. 1000/- Rs.50000/- 07.01.2012 3 Months (Three months) 1. Tenders will be received online at the website http://huda.etenders.in and will be opened by the Executive Engineer, Haryana Urban Development Authority, Division, Bahadurgarh on 07.01.2012 at 10:00 AM in the presence of tenderers or their authorized agent who may like to be present. 2. Tenders must be submitted online on the Electronic Tendering system of HUDA. The Technical bids / Envelopes which cannot be submitted online are required to be delivered in person by the intending contractor or his agent to the Executive Engineer, Haryana Urban Development Authority, Division, Bahadurgarh. 3. Earnest money amounting to Rs. 50000/- in shape of Demand Drafts / Deposit at call duly pledged in favour of Executive Engineer, HUDA Division, Bahadurgarh payable at any Scheduled Bank at Bahadurgarh must accompany each tender.

HARYANA URBAN DEVELOPMENT AUTHORITY - e …huda.etenders.in/tpoimages/huda/tender/Tender285.pdfC:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 1 - HARYANA URBAN DEVELOPMENT AUTHORITY

Embed Size (px)

Citation preview

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 1 -

HARYANA URBAN DEVELOPMENT AUTHORITY

DETAIL NOTICE INVITING TENDERS

LUMP-SUM RATE ON LINE TENDER

On behalf of Haryana Urban Development Authority Online Lump-Sum rate and Mtc. Rates bids on the

website: http://huda.etenders.in are hereby invited from the contractors/firs enlisted in appropriate class/category

on the approved list of HUDA, as mentioned below:-

Job No.

Name of Work Approximate value of works (Rs.)

Bid Document Cost

EMD (Rs.) Tender to be opened on

Time limit for completion of work

1 Improvement of water supply sewerage and Storm Water Drainage Scheme in MIE Part-A & B Bahadurgarh against ASIDE scheme under Govt. of India, "Providing, installing , testing, of 3 Nos electric driven Submersible sewerage pumps of 7200 LPM each against a head of 15 Mtr driven by suitable capacity of electric motor at sewerage water disposal MIE Part-A & B Bahadurgarh including 72 hours trial run and all other works contingent thereto."

------ Rs. 1000/- Rs.50000/- 07.01.2012 3 Months (Three months)

1. Tenders will be received online at the website http://huda.etenders.in and will be opened by the Executive Engineer, Haryana Urban Development Authority, Division, Bahadurgarh on 07.01.2012 at 10:00 AM in the presence of tenderers or their authorized agent who may like to be present.

2. Tenders must be submitted online on the Electronic Tendering system of HUDA. The Technical bids / Envelopes which cannot be submitted online are required to be delivered in person by the intending contractor or his agent to the Executive Engineer, Haryana Urban Development Authority, Division, Bahadurgarh.

3. Earnest money amounting to Rs. 50000/- in shape of Demand Drafts / Deposit at call duly pledged in favour of Executive Engineer, HUDA Division, Bahadurgarh payable at any Scheduled Bank at Bahadurgarh must accompany each tender.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 2 -

4. Tenders should be submitted online on the prescribed Form/Template which can be downloaded from the website http://huda.etenders.in. The prescribed form contains the conditions of contract to be executed with the contractor whose tender is accepted.

5. The Executive Engineer, Haryana Urban Development Authority reserves the right of issuing the material to the contractor as per list enclosed for use on works at the places and rates noted against each, plus 3% storage charges. The materials are to be issued from the reserve stock. The contractor shall be responsible for obtaining the material (required for the work) from Haryana Urban Development Authority, and for making payment thereof by deduction of the same from his bills at the rates specified in these bid documents.

6. As the Bids that are to be submitted online are required to be encrypted and digitally signed, the Bidders are therefore advised to obtain the same (Digital Signature Certificate) at the earliest. For obtaining Digital Certificate, the Bidders may contact the representative of Nextenders (The service provider of Electronic Tendering System).

7. Key Dates

Sr. No. HUDA Stage Contractor Stage Start Date and

Time Expiry Date and Time

1 Release of Tender -

16.12.2011 09:00

17.12.2011 17:00

2 - Download Tender Document

17.12.2011 17:01

02.01.2012 17:00

3 - Online Bid Preparation & Hash Submission

17.12.2011 17:01

02.01.2012 17:00

4. Prebid Meeting 22.12.2011 10.00

22.12.2011 17.00

5 Technical & Financial Lock - 02.01.2012

17:01

03.01.2012 17:00

6 - Re-encryption of Online Bids

03.01.2012 17:01

04.01.2012 17:01

7 Manual Submission of (Technical)Documents & EMD

04.01.2012 10:30

05.01.2012 17:00

8 Open EMD & Technical/PQ bid - 06.01.2012

10:00 06.01.2012 17:30

9 Technical bid Evaluation 07.01.2012

10:00 07.01.2012 17:00

10 Open Financial / Price-Bid - 07.01.2012

10:00 07.01.2012 17:00

8. The Bidders can download the bidding documents from the Portal http://huda.etenders.in. Tender Documents Fees has to be paid online during the Bid Preparation (Hash Submission) stage but the Earnest Money Deposit has to be submitted in a separate sealed envelope (Marked ED). The physical EMD envelope should reach in the office of Executive Engineer, HUDA Division, Bahadurgarh, on or before 04.01.2012 at 10.00 A.M. As the details of the EMD are required to be filled at the time of Bid Preparation & Hash Submission stage, the Bidders are therefore required to keep appropriate EMD details ready for online uploading on the e-tendering system also.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 3 -

9. The tender shall be submitted by the tenderer in the following three separate envelops online:-

a. Earnest Money - Envelope ‘ED’

b. N.I.T. and Technical Bid - Envelope ‘T I’

c. Tender in Form – A (Price Bid) - Envelope ‘C I’

Note: Online Bidders may submit the EMD in a physical EMD Envelop – ‘ED’ and any other document related to Technical Bid which cannot be submitted online in a physical Technical Envelop – ‘TI’. Price Bids are to be submitted mandatory online and shall not be accepted in any physical form.

Reference of the EMD is to be mentioned online. Also, in case of Technical Bids, the lists of documents being submitted physically are required to be uploaded online.

Above envelops, (as applicable) shall be kept in a bigger outer envelope, which shall also be sealed.

10. In the first instance, the Envelop – ‘ED’ of all the Bidders containing the Earnest Money shall be opened online and physically. If the Earnest Money is found proper and in order, the Envelop ‘TI’ containing Technical Bid shall be opened in the presence of such contractors who choose to be present. The Financial Offer in Envelop in ‘CI’ shall be opened only of those tenderers who meet the qualification criteria as per the Bid documents. The date of opening of Financial Bid shall be fixed after the opening of Technical Bid.

11. The Contractual Agencies will submit the necessary documents as under:-

a. Envelope ‘ED’ – Earnest Money Deposit Envelop

Physical EMD Envelop – Earnest Money in shape of demand draft in favour of Executive Engineer,. HUDA Division, Bahadurgarh.

Online EMD Envelope — Contractor shall also provide online, the details of the Earnest Money / Deposit instrument.

b. Envelope ‘TI’ – Technical Bid Envelope

Physical Technical Envelope –The Information and Documents / Certificates which are required to be submitted as per the conditions of the Tender documents that cannot be submitted online, if any, should be submitted in a separate envelope.

Online Technical Bid Envelope – All the information and scanned copies of the Documents / Certificates are required to be submitted online in accordance with the Tender documents.

Point wise details of Technical documents required to be upload online.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 4 -

c. Envelope ‘CI’ – Price Bid Envelope

The intending Contractors shall fill the lump sum rate / item rate / Percentage rate online in the templates of the online tender. The Price Bid has to be submitted mandatory online.

12. In case, the Bidders have online submitted all the information and documents/ certificates required as a part of Technical Bid then, physical Envelope “TI” shall not be required. However the Executive Engineer has the right to verify the authentication of the documents submitted by the bidder online or physically.

13. The contractual agencies should submit their tender documents (Online and physical) strictly as per the Key Dates mentioned in these bid documents.

14. In case financial bid is submitted by a bidder and technical bid, earnest money deposit or other documents as required in accordance with the bid documents, are not submitted, then the bidder would be debarred from further tendering in HUDA for a period of minimum 2 years.

15. DNIT & Pre-qualification eligibility criteria can also be seen on any working day during office hours in office of the Executive Engineer.

17. The societies shall produce an attested copy of the resolution of the Co-Operative department for online registration in the e-tendering system of HUDA.

18. Tender which is not accompanied with the earnest money or not accompanied with full amount of earnest money depicted in the NIT shall not be considered / opened.

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

20. If any tenderer, modifies or withdraws his tender subsequent to submitting it to the Executive Engineer, HUDA, 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.

21. The rates of the contractors shall remain open for a period of three months from the date of opening of the price bids 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.

22. The contractor whose tender is accepted will be required to execute a contract deed in the prescribed form and will be required to furnish 5% security for the due fulfillment of this contract or alternatively at the discretion of the Engineer-in-charge it will be deducted from the running payments to be made on account of work done. (The earnest money will be treated as part of security).

23. The approval of the acceptance of tender will rest with the C.E / S.E 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 assigning any reason.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 5 -

24. No conditional tender should be given. 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/rates quoted by him without conditions. If the tenderer refuses to accept the said counter offer to do the work at the premium or rebate/rates 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.

25. The successful tenderer shall have to sign an affidavit to the effect that he has no relation or connection with firm/contractor blacklisted by HUDA/Haryana Govt./Govt. of India, from time to time as per the form of affidavit attached with these bid documents.

26. 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.

27. Pre bid meeting will be held on (if applicable) (N/A)

28. Sales / Works Tax, Income Tax, Labour cess or any other tax will be deducted from the bills of contractor as per the instructions of the Govt.

29. The cess @ 1% charges on gross construction cost will be deducted from all running bill/ final bill as per provision of building and other construction works cess rule 1998 framed by Central Govt.

Section Officer Dy. Supdt Executive Engineer

HUDA Division, HUDA Division, HUDA Division, Bahadurgarh Bahadurgarh Bahadurgarh

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 6 -

SECTION-1 CONDITIONS OF E-TENDERING

Instruction to Contractor on Electronic Tendering

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

1. Registration of contractors on E-tendering Portal:-

All the Contractors intending to participate in the tenders processed online, are required to get registered on the Electronic Tendering System on the Portal http://huda.etenders.in. For more details, please see the information on the Registration info link on the home page.

2. 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 Notary Public / Charted Account / Any Gazatted Officer whose stamp carrying emblem of Ashoka. Only upon the receipt of the required documents, a digital certificate can be issued.

2.3 The contractors may obtain Class-II digital 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. YUCHIT, Juhu Tara Road, Mumbai – 400049 Email: [email protected] or

M/s NexTenders (India) Pvt. Ltd. HSRDC Building, Bays No. 13-14, Sec-2, Panchkula-134151 Contact No.: +919815034028 / +919878012160 E – Mail ID – [email protected]

2.4 Bid for a particular tender may be submitted online using the digital certificate, 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 looses his digital certificate (be it 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 back up of the certificate and also keep the copies at safe place under proper security (for it’s 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 HUDA tenders

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 7 -

as per Information 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, contractors are required to pay the tender documents fees online using the electronic payments gateway service. For online payments, please refer to the Home page of the e-tendering Portal http://huda.etenders.in

4 Set up of machine:

In order to operate on the electronic tender management system, the user’s machine is required to be set up. A help file on setting up of the system can be obtained from M/s Nextenders (India) Pvt. Ltd. or can be downloaded from the home page of the website - http://huda.etenders.in.

5 Online Viewing of Detailed Notice Inviting Tenders:

The contractors can view the detailed N.I.T and the time schedule (Key Dates) for all the tenders floated through the electronic tendering system on the HUDA’s e-tenders website http://huda.etenders.in

6 Download of Tender Documents:

The tender documents can be downloaded from the Electronic Tendering System through the Portal http://huda.etenders.in

7 Key Dates:

The contractors are strictly advised to follow dates and times as indicated in the Notice Inviting Tenders. The date and time will be binding on all contractors. All online activities are time tracked and the system enforces time locks that ensure that no activity or transaction can take place outside the start and end dates and the time of the stage as defined in the Notice Inviting Tenders.

8 Bid Preparation (Technical & Financial) Online Payment of Tender Document Fee and Submission of Bid Seal (Hash) of online Bids:

8.1 The Payment can be made by eligible / contractors online directly through Credit Cards / Internet Banking Accounts / Cash Cards. The contractors have to pay the cost of the tender documents online by making online payment of tender document fees using the service of the secure electronic payment gateway. The secure electronic payments gateway is an online interface between contractors and credit card / online payment authorization networks.

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

9 Generation of Super Hash:

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 8 -

After the submission of Bids (Hash) by the Contractors, the bidding round will be closed and a digitally signed Super Hash will be generated by the authorized HUDA officers. This is equivalent to sealing the tender box.

10 Submission of actual online bids:

Contactors have to submit their encrypted bids online and upload the relevant documents for which they generated the hash at the stage of hash generation & submission after the generation of Super Hash. The process is required to be completed within the date and time as stated in the Notice Inviting Tenders (Key Dates). The electronic bids of only those contactors who have submitted their bid seals (Hashes) within the stipulated time, as per the tender time schedule (Key Dates), will be accepted by the system. A contractor who does not submit his bid seal (Hash) within the stipulated time will not be allowed to submit his bid.

Note:- Bidders participating in e-tendering shall check the validity of his/her Digital Signature Certificate before bidding in the Tenders floated online at e-tendering portal of HUDA’s website http://huda.etenders.in.

Executive Engineer, Haryana Urban Dev Authority. Division, Bahadurgarh

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 9 -

CONDITIONS OF CONTRACT Clause-1 Security deposit. This will be the same percentage as that in the tender at (d) of Pre-page:

The person/persons whose tender may be accepted (hereinafter called contractor) shall deposit

an amount equal to five percent of the estimated cost of the work with the Executive Engineer

(Earnest money shall be accounted as per memorandum) within 10 days of the acceptance of

the tender by way of security deposit in case of default, the earnest money already lying with

Executive Engineer shall stand absolutely forfeited to” the Haryana Urban Development Authority

or its successor in office and the contract shall stand terminated or in the alternative, at the

discretion of the Engineer-in-charge, the contractor may be required to permit Haryana Urban

Development Authority at the time of making any payment to him for work done under the

contract to deduct such sum as well (with the earnest money deposited by him) amount to 5% of

all moneys so payable, such deductions to be held by Haryana Urban Development Authority by

way of security deposit. All compensation or other sums of money payable by the contractor to

Haryana Urban Development Authority under the terms of this contract may be deducted from

his security deposit or from any sums which may be due or may become due to the contractor by

Haryana Urban Development Authority on any account whatsoever and in the event of his

security deposit being deducted by reason of any deduction, the contractor shall within 10 days

thereafter make good in cash as aforesaid any sum which may have been deducted from his

security deposit or any part thereof.

Clause-2 Compensation of Delay : 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 on which the order to commence work is given to the contractor. The work shall through out the stipulated period of the contract 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 estimated cost of the whole work as shown by the tender for everyday that the work remains un-commenced or unfinished, after the proper dates. And further to ensure good progress during the execution of the work the contractor shall be bound in all such 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 of time allowed under the contract has elapsed, one half of the work before one half of such time has elapsed and three-fourth of the work before three fourth 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 estimated cost of the whole work for everyday that the due quantity of work remains incomplete. Provided always that the entire amount of compensation to be paid” under the provisions of this clause shall not exceed ten percent of the estimated cost of work as shown in the tender. The Superintending Engineer HUDA Circle, Rohtak may on representation from the contractor, reduce the amount of compensation and his decision, in writing shall be final.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 10 -

Clause-3 Action when whole of security deposit is forfeited: In any case in which under any clause in the contract, the contractor shall have rendered himself liable to pay any compensation to the Executive Engineer on behalf of the Haryana Urban Development Authority shall have power to adopt any of the following courses, as he may deem best suited in the interest of Haryana Urban Development Authority:-

(a) To rescind the contract of which rescission notice in writing to the contractor under the hand of the Executive Engineer shall be conclusive evidence and in such case the security deposit of the contractor shall stand forfeited and belong absolutely to the Haryana Urban Development Authority.

(b) To employ labour paid by the Haryana Urban Development Authority to supply material to carry out the work or any part of the work debiting the contractor with the cost of the labour and the price of the materials (for the amount 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 rate as if it had been carried out by the contractor under the terms of his contract. The certificate of Executive Engineer as to the value of the work done shall be final and conclusive against contractor.

(c) To measure up the work of the contractor, and to take such part there of as shall be unexecuted out of his hands and to gives 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 of the whole work has been executed by him (for the amount the certificate in writing of the Executive Engineer shall be final and conclusive) shall be borne and paid by the original contractor and may be deducted from any money due to him by Haryana Urban Development Authority under the contract or otherwise or from his security deposit.

In the event of any of the above courses adopted by the Executive Engineer, the contractor shall have no claim for the compensation for any loss sustained by him by reason of his having purchased or procured any materials or entered into any engagement or made any advance on account 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 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 Contractor remains liable to pay compensation if action not taken under clause 3: In any case in which any of the powers conferred upon the Executive Engineer by clause 3 hereof shall have become exercisable and the same shall not exercised the non-exercise there of shall not constitute a waiver of any of the condition thereof and such powers shall not withstanding be exercisable in the event of any future case of default by the contractor for which by any clauses thereof he is declared liable to pay compensation amounting to the whole of his security deposit and the liability of contractor, for past and future compensation shall remain unaffected.

Power to take possession or require removal or sell contractor's plant: In the event of the Executive Engineer putting in force either of the power (a) or (c) vested in him under the proceeding clause he may, if he so desire to take possession of all or any tools, plant, materials and stores in or upon the works, or at the site thereof or belonging to the contractor or procured by him and intended to be used for execution of the work or any part thereof paying or allowing for the same on account at the contract rates, in case of these not being applicable at current market rates to be certified by the Executive Engineer where certificate thereof shall be final, otherwise the Executive Engineer may by notice, in writing, to the contractor or his clerk of the work, foreman or other authorized agent require him to remove such tools, plants, 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 the contractor’s expense or sell them by auction or private sale, on account of the contractor and at his risk in all respect and the certificate of the Executive Engineer to the expenses for

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 11 -

such removal and the amount of the proceeds and expenses, if any, shall be final and conclusive against the contractor.

Clause- 5 Extension of time: If the contractor desire an extension of the time for completion of the work on the ground of his having been unavoidably hindered in its execution or on any other ground, he shall apply, in writing, to the Executive Engineer within 30 days of the date of the hindrance but before the expiry of the contractual period on account of which he desires such extension as aforesaid and the competent authority shall, if in his opinion (which shall be final reasonable ground) be shown therefore authorize such extension of time if any so may in his opinion be necessary or proper.

Clause-5(a) Contractor to submit a return every month on any work claimed as extra: The contractor shall deliver in the office of the Executive Engineer on or before 10th day of every month during the continuance of the work covered by this contract a return showing details of any work claimed for as extra and such return shall contain the value of such work as claimed by the contractor, which value shall be based upon the prices in the contract or in Schedule of rates inforce in the District for the time being. The contractor shall include in such monthly return particulars of all claims of whatsoever kind. 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 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 claim not so included whatsoever be the circumstances.

Clause-6 Without prejudice to the right of Haryana Urban Development Authority, under any clause hereinafter contained on completion of the work, the contractor shall be furnished with the certificate by the Executive Engineer (hereinafter called the Engineer-in-charge) of such completion, but no such certificate shall be given nor work shall be considered to be completed until the contractor shall have removed from the premises on which the work shall be executed all scaffolding, surplus materials and rubbish and clean off dirt from all wood works, floor, other parts of any building in, upon or around which the work is to be executed, or part of which he had in 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 materials and rubbish and cleaning of dirt on or before the date fixed for the completion of the work, the Engineer-in-charge at the expense of the contractor shall remove such scaffolding, surplus materials and rubbish and dispose of the same as he may think fit and clean off such dirt as aforesaid and the contractor shall pay the amount of all expenses so incurred and shall have no claim in respect of any such scaffolding or such surplus materials as aforesaid except for any sum actually realized on account of sales, thereof.

Clause-7 Payments on intermediate certificates to be regarded as advances: No payment shall be made for works estimated to cost less than Rs. One thousand, till the whole of the works shall have been completed and the certificate of completion given. But in the case of work estimated to cost more than Rs. One thousand the contractor not submitting the bill thereof, be entitled to receive a monthly payment proportionate to the part thereof as approved and passed by Engineer-in-charge, whose certificate of such approval and passing of the sum so payable shall be final and conclusive against the contractor. But all such intermediate payment shall be regarded as payments by way of advances against the final payment only and not as payments for the works actually done and completed and shall not preclude the requiring of bad, unsound and imperfect or unskilled work to be removed and taken away and reconstructed, or re-erected or be considered as an admission of due performance of the contract or any part thereof in any respect or the accruing of any claim. Nor shall it conclude, determine or effect in any way the powers of the Engineer-in-charge under these terms and conditions or any of them as far the final settlement and adjustments of the accounts or otherwise or in any other way vary or effect the contract. The final bill shall be submitted by the contractor within one month of the date fixed for completion of the work, otherwise the Engineer-in-charge’s certificate of the measurements and the total amount payable for work, accordingly, shall be final and binding on all parties. The amount, payable, however, shall be determined after pre-audit of the bill by the accounts Departments authorities within fifteen days of the presentation of the bill by the Engineer-in-charge to Accounts Department, otherwise the amount already determined by the Engineer-in-

District rate mean the Haryana PWD Building and Road Branch rates for that District

Final Certificate

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 12 -

charge shall become binding on both parties. Both the Engineer-in-charge and the Accounts Department shall inform the contractors by registered post about the facts of the movement of the final bill and the amount thereof.

Clause-7 (a) The deduction referred to in Clause-I herein before or such part thereof as may be due to contractor under this contract shall be payable to contractor after maintenance defect liability period of one year has lapsed after the payment of final bill.

Clause-8 Bills to be submitted monthly: 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 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 do 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 and

the Engineer-in-charge may prepare, a bill from such list which shall be binding on the contractor

in all respect.

Clause-9 Bills to be on printed forms: The contractors shall submit all bills, in triplicate, on printed forms

to be had on application from the office of the Engineer-in-charge and the charge in the bill shall

always be entered at the rates specified in the tender or in the case of any extra works ordered in

pursuance of these conditions and not mentioned or provided for in the tender at the rate

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 Engineer-in-charge’s store or if it is required that contractor shall

use certain store to be provided by the Engineer-in-charge (such materials and stores and the

prices 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 for effect of this

contract specified in the schedule or memorandum hereto annexed) the contractor shall be

supplied with such materials and stores required from time to time to be used by him for the

purpose of the contract only and the value of the full quantity of the materials and stores so

supplied at the rates specified in the said schedule of memorandum may be set off or deducted

from any sums due or thereafter to become due, to the contractor under the contract or otherwise

against or from the security deposit. Materials supplied to the contractor shall remain the property

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 13 -

of the HUDA and shall be kept in safe custody of contractor but shall not on any account be

removed from the site of the work without the written permission of the Engineer-in-charge &

shall all times be opened for inspection by him. Any such materials unused and in perfectly good

condition at the time of the

completion of the contract 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 without such consent and shall have no claims for compensation on account of

any such materials to be supplied to him as aforesaid being unused by him, or any wastage in or

damage to any such materials.

Clause –11 Works to be executed in accordance with specifications drawing orders etc: The contractor

shall execute the whole and every part of the work in most substantial and workmen like manner,

both as regards to materials and otherwise in every respect in strict accordance with Haryana

P.W.D. specification latest edition / specifications as may be specifically provided for. The

contractor shall also confirm exactly, fully and faithfully to the designs, drawing and instructions in

writing relating to the work (signed by the Engineer -in-charge) and lodged in the office and to

which the contractor shall be entitled to have access at his office or at the site of the work. For

the purpose of inspection during office hours, the contractors shall if he so requires, be entitled at

his own expenses to make or cause to be made copies of the specifications and of all such

designs and instruction as aforesaid.

Clause-11A Removal of employee workman and foreman: The Engineer-in-charge shall have full powers

at all time to object to the employment of any workman, Foreman or other employees on the

works by the contractor and if the contractor shall receive notice in writing from the Engineer-in-

charge requesting the removal of such workman from the work, the contractor shall comply with

the request forth with.

No such workman, foreman or other employees after his removal from the works by

orders of the Engineer-in-charge shall be re-employed or engaged on the works by the contractor

at any time, except with the prior approval, in writing, from the Engineer-in-charge.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 14 -

The contractor shall not be entitled to demand the reason from the Engineer-in-charge,

requiring the removal of any such workman or other employees.

Clause –12 Alterations in specifications and designs: The Engineer-in-charge shall have power to make

any alteration or omission or additions from the original specifications, drawings designs, and

instructions that may appear to him to be necessary or advisable during the progress of the work

and the contractor shall be bound to carry out the work in accordance with the instructions given

to him, in writing, duly signed by the Engineer-in-charge and such alterations omissions,

additions or substitutions shall not invalidate the contract & any altered, additional or substituted

work which the contractor may be directed to do in the manner above specified as part of the

work shall be carried out by the contractor on the same rates, terms & conditions on which he

agreed to do the main work. The time for the completion of the works shall be extended in the

proportion that the altered, additional or substituted works bears to the original contract work and

certificate of the Engineer-in-charge shall be conclusive as to such proportion. 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 rate entered in the Haryana schedule

of rates, subject to the same percentage above or below for items and if such class or work is not

entered in the Haryana PWD Schedule of rates, then the contractor shall within seven days of

the date of his receipt of the order to carry out the work, inform the Engineer-in-charge of the

rate, which it is his intention to charge for such class of work. If Engineer-in-charge does not

agree to his 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 the contractor shall commence the work or incur any expenditure in regard thereto

before the rates shall have been determined herein before mentioned and in such case he shall

be entitled to be paid in respect of the work carried out or expenditure incurred by him prior to the

date of the determination of the rates as aforesaid according to such rate or rates as shall be

fixed by the Engineer-in-charge. In the event of a dispute, the decision of the respective

Superintending Engineer, HUDA shall be final.

Clause 13 No compensation for alternation in or restriction of work to be carried out: If at any time,

after the commencement of the work, the Haryana Urban Development Authority shall for any

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 15 -

reason whatsoever not require 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 contractors who shall

have no claim to any payment or compensation, whatsoever on account of any profit or

advantage which he might have derived from execution of the work in full which he did not drive

in consequence of the full amount of the work not having been carried out, neither shall have any

claim for compensation by reason of any alteration having been made in the original

specification, drawing, designs and instructions which shall involve any curtailment of the work

originally contemplated.

Clause 14 Action and compensation payable in case of bad work: 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 material of any inferior description or that any material

or article provided by him for the execution of the work are unsound or of a quality inferior to the

contract 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 or not

withstanding that the same may have been inadvertently passed, certified and paid for the

forthwith rectify or removed 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 article at his own charge and cost. In the event of its 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 compensation at the rate of one percent on the amount of

estimate of everyday not exceeding ten days, while his failure to do so shall continue and in case

of any such failure 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 of the contractor.

Clause 15 Work to be open to inspections, contractor or his responsible agent to be present: All

works under or 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 time with

reasonable notice of the inspection of the Engineer-in-charge or his subordinates to visit the work

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 16 -

shall have been given to the contractor either himself be present to receive orders and

instruction, or have a responsible agent duly authorized, in writing, present for that purpose.

Orders given to the contractor’s agent shall considered to have the same force as they had been

given to the contractor himself.

Clause 16 Notice to be given before work is covered up: The contractor shall give not less then five days

notice in writing to the Engineer-in-charge or his subordinate-in-charge of the work before

covering up or otherwise placing beyond the reach of measurement any work in order that same

may be measured and correct dimensions thereof be taken before the same is so covered up or

placed beyond the reach of measuring and shall not cover up or place beyond the reach of

measurement without the consent, in writing, of the Engineer-in-charge or his subordinate-in-

charge of the work. If any work shall be covered up or placed beyond the reach of measurement

such notice having been given or consent obtained, the same shall be uncovered at the

contractor's expense, or in default thereof no payment or allowance shall be made for such work

or the materials with which the same was executed.

Clause 17 Contractor liable for damage done and for imperfections for 3 months after certificate: If

the contractor or his work people or servants shall break, deface, injure or destroy any part of a

building in which they may be working, on any building, Road, Fence, enclosure or grass, land,

cultivated ground or the premises on which the work or any part of it is being executed, or if any

damage happens to the work, while in progress from any cause whatever or any imperfection

become apparent in it within three months after the final certificate or order of its completions,

shall have been given by the Engineer-in-charge as aforesaid, the contractor shall make the

same good at his own expenses and 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 may be then, or at any time thereafter, may

become due to the contractor or from his security deposit.

Clause 18 Contractor to supply plant ladders, scaffoldings etc: The contractor shall supply at his own

cost all material except such special material, in accordance with the contract be supplied from

the Engineer-in-charge’s stores, plants, tools appliances, ladders, cordage, scaffolding and

temporary works required for proper execution of the work, whether original, altered or

And be liable for damage arising non provision of lights and fencing

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 17 -

substituted and whether included in the specifications or other documents forming part of the

contract referred to in these conditions or not, or which may be necessary for the purpose of

satisfying or complying with the requirements of the Engineer-in-charge, as 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 counting, weighing and assisting in the measurement of examination at

any time and from time to time of the work or material. Failing to do so, the same may be

provided by the Engineer-in-charge at the expenses of the contractor, and the expense may be

deducted from any money due to the contractor under the contract or from any other contract of

the agency or from his security deposit or the proceeds of sale thereof or a sufficient portions

thereof. The contractor shall also provide all necessary fencing & lights required to protect the

public from accident and shall be bound to bear the expenses of defence of every suit, actions or

other proceedings at law that may be brought by any person for injury sustained owing to neglect

of the above precautions and to pay any damages and cost which may be awarded in any such

suit, action or proceedings to any such person or which may with the consent of the contractor be

paid to compromise any claim by any such person.

Clause 19 No female labour shall be employed within the limits of Cantonment.

Clause 19A No labour below the age of 12 years shall be employed on the work.

Clause 19B The contractor shall pay his labourer not less than the wages determined under minimum wages

act for the District.

Clause 20 Work on Sunday: No work shall be done on Sunday without the sanction, in writing, of

Engineer-in-charge.

Clause 20A Contractor liable for payment of compensation to injured workman or in case of death to

his relations: In every case in which by virtue of the provision of section 12, sub section (1) of

the workmen’s compensation Act, 1923. Haryana Urban Development Authority is obliged to pay

compensation to workman employed by the contractor, in execution of the works. Haryana Urban

Development Authority will recover from the contractor the amount of the compensation so paid

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 18 -

and without prejudice to the right of Haryana Urban Development Authority under section 12, sub

section (2) of the said acts, Haryana Urban Development Authority shall be at liberty to recover

such amount or any part thereof by deducting it from the security or from any sum due to the

contractor, whether under this contract or otherwise.

Haryana Urban Development Authority 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 request to Haryana Urban Development Authority full security for

all costs for which Haryana Urban Development Authority might become liable in consequence of

contesting such claim.

Clause 21 Work not be sublet. Contract may be rescinded and security deposit forfeited: The contract

shall not be assigned or sublet without the written approval of the Engineer-in-charge. And if the

contractor shall reassign 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 attempts to

do so or if any bribe, gratuity, gift, loan, reward or otherwise, shall either directly or indirectly be

given, promised or offered by the contractor or any of his servants or agents to any public officer

or person in the employment of Haryana Urban Development Authority, in any way relating to his

office or employment or if any such officer or person shall become in any way directly or the

indirectly interested in the contract, the Engineer-in-charge may thereupon by notice, in writing,

rescind the contract and security deposit of the contractor shall stand forfeited and be absolutely

at the disposal of Haryana Urban Development Authority. The same consequence shall ensure

as if the contract had been rescinded under clause 3 thereof and in addition the contractor shall

not be entitled to recover or be paid for any work thereof actually performed under the contract.

Clause 22 Sum payable by way of compensation to be considered as reasonable compensation

without reference to actual loss: All sums payable by way of compensation under any of these

condition shall be considered as reasonable compensation without reference to the actual loss or

damage sustained and whether or not any damage shall have been sustained.

Clause 22A Deduction of amounts due to Government on any account whatsoever to be recoverable

from sums payable to a contractor: Any excess payment made to the contractor inadvertently

or otherwise under this contract or on any account whatsoever and any other sum found to be

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 19 -

due to Haryana Urban Development Authority by the contractors in respect of this contract or any

other contract or work order for any sum whatsoever shall be recoverable from the contractor

from the payment due to him either in respect of this contract or any other work order or contract

or any other account by any other department of the Haryana Government / Haryana Urban

Development Authority.

Clause –23 Changes in constitution of firm: In the 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 Work to be under directions of Superintending Engineer: All works to be executed, under the

contract shall be executed under the directions of and subject to the approval of the

Superintending Engineer, Haryana Urban Development Authority circle Rohtak for the time

being who shall be entitled to direct at what point or points and in what manner they are to be

commenced or from time to time carried on.

Clause 25: Claims for payment of any extra ordinary nature to be referred to HUDA for decision: 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 the

contractual period at the request of the Engineer-In-Charge or claims for compensation where work has been temporarily brought to a standstill with no fault of the contractor, shall be allowed unless and to the extent that the same shall have been sanctioned by the Haryana Urban Development Authority.

Clause 25(A): (i) If any dispute or difference of any kind whatsoever shall arise between the HUDA/or authorized representative of HUDA and the contractor in connection with or arising out of the contract, or the execution of the work that is (i) whether before its commencement or during the progress of the work or after its completion, (ii) and whether before or after the termination, abandonment or breach of the contract, it shall, in the first instance, be referred to, for being settled by the Executive Engineer-In-Charge of the work at that time and Engineer-In-Charge shall with in a period of sixty days after being requested, in writing, made by the contractor to do so, convey his decision to the contractor, and subject to arbitration as hereinafter provided, such decision in respect of every matter so referred, shall be final and binding upon the contractor. In case the work is already in progress, the contractor will proceed with the execution of the work on receipt of the decision by the Executive Engineer-In-charge as aforesaid, with all due diligence whether HUDA/or authorized representative of HUDA or contractor requires arbitration as hereinafter provided for, or not. If the Executive Engineer, In- charge of the work has conveyed his decision to the contractor and no claim to arbitration has been filed with him by the contractor within a period of sixty days from the receipt of letter communicating the decision, the said decision shall be final and binding upon the contractor and will not be a subject matter of arbitration at all. If the Executive Engineer, In-charge of the work fails to convey his decision within a period of sixty days, after being requested, as aforesaid, the contractor may, within further sixty days of the expiry of first sixty days, after being requested, from the date on which request has been made to the Executive Engineer In-Charge request the Engineer-in-Chief / Chief Engineer, HUDA that the matters in dispute be relevant to arbitration, as hereinafter provided.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 20 -

(ii) All dispute or difference in respect of which the decision is not final and conclusive shall at the request, in writing, of either party, made in a communication sent through Registered A.D. Post, be referred to the sole arbitration of any serving Superintending Engineer of HUDA, to be nominated by designation by the Engineer-in-Chief / Chief Engineer, HUDA at the relevant time. There will be no objection to any such appointment that the arbitrator so appointed is a Govt. servant/in service of HUDA or that he had to deal with the matters to which the contract relates in the course of his duties as a Govt. servant/in service of HUDA he has expressed his views on all or any of the matter in dispute. The Arbitrator to whom the matters is originally referred being transferred or vacating his office, his successor-in-office, as such shall be entitled to proceed with the reference from the stage at which it was left by his predecessor.

Or

In case the arbitrator nominated by the Engineer-in-Chief / Chief Engineer, HUDA is unable or unwilling to act as arbitrator such for any reason, whatsoever the Engineer-in-Chief / Chief Engineer, HUDA shall be competent to appoint and nominate any other Superintending Engineer of HUDA as arbitrator in his place and the arbitrator so appointed shall be entitled to proceed with the reference.

(iii) It is also a term of this arbitration agreement that no person other than a person appointed by the Engineer-in-Chief / Chief Engineer, HUDA shall act as arbitrator and if for any reason that is not possible the matter shall not be referred to arbitration at all. In all cases where the aggregate amount awarded exceeds Rs. 25000/- the arbitrator must invariable give reasons for his award in respect of each claim and counter / claims separately.

(iv) The arbitrator shall award separately giving his award against each claim and dispute raised by either party including any counterclaim individually and that any lump-sum award shall not be legally enforceable.

(v) The following matters shall not lie within the perview of arbitration: -

a) Any dispute relating to the levy of compensation as liquidated damages, which has already been referred to the Superintending Engineer and is being heard or/ and has been finally decided by the Superintending Engineer, In-Charge of the work.

b) Any dispute in respect of substituted, altered, additional work/omitted work / defective work referred by the contractor for the decision of Superintending Engineer In-Charge of the work if it is being heard or has already been decided by the said Superintending Engineer.

c) Any dispute regarding the scope of the work or its execution or suspension or abandonment that has been referred by the contractor for the decision of the HUDA and has been so decided finally by the HUDA.

(vi) The independent claims of the party other than the one getting the arbitrator appointed, as also counter-claims of any party will be entertained by the arbitrator notwithstanding that the arbitrator had been appointed at the instance of the other party.

(vii) It is also a term of this arbitrator agreement that where the party invoking arbitrator is the contractor, no reference for arbitrator shall be maintainable unless the contractor, furnishes to the satisfaction of the Executive Engineer In charge of the work, a security deposit of a sum determined according to details given below and the sum so deposited shall, on the termination of the arbitration proceedings, be adjusted against the cost, if any, awarded by the arbitrator against the claimant party and the balance remaining after such adjustment or whole sum in the absence of any such cost being awarded will be refunded to him within one month from the date of the award.

Amount of claims Rate of security deposit

i) For claims below Rs.10000/- 2% of amount claimed.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 21 -

ii) For claims of Rs.10000/- and 5% of amount claimed. above & below Rs.100000/- iii) For claims of Rs.100000/- 7½% of amount claimed. and above.

The Stamp-fee due on the award shall be payable by the party as desired by the arbitrator and in the event of such party’s default the Stamp-fee shall be recoverable from any other sum due to such party under this or any other contract.

(viii) The venue of arbitration shall be such places as may be fixed by the arbitrator at his sole discretion. The work under the contract shall continue during the arbitration proceedings.

(ix) Neither party shall be entitled to bring a claim for arbitration if the appointment of such arbitrator has not been applied within 6 months: -

a) Of the date of completion of the work as certified by Executive 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 allotment or written orders to commence the work as applicable, or

d) Of the completion of the work through any alternative agency or means after withdrawal of the work from the contractor in whole or in part and/or its recession, or

e) Of receiving an intimation from the Executive Engineer-In-Charge of the work that final payment due to or recovery from the contractor had been determined which he may acknowledge and/or receive.

Whichever of (a) to (e) above is the latest.

If the matter is not referred to arbitration within the period prescribed above, all the rights and claims of any party under the contract shall be deemed to have been forfeited and absolutely barred by time even for civil litigation notwithstanding.

(x) It is also a term of this arbitration agreement that no question relating to this contract shall be brought before any Civil Courts without first involving and completing the arbitration proceedings as above. If the scope of the arbitration specified herein covers issues that can be brought before the arbitrator i.e. any matter that can be referred to arbitration shall not be brought before a Civil Court. The pendency of arbitration proceedings shall not disentitle the Engineer-In-Charge, HUDA to terminate the contract and make alternative arrangements for the completion of the work.

(xi) The arbitrator shall be deemed to have entered on the reference on the day he issues notices to the parties fixing the first date of hearing. The arbitrator may, from time to time, with the consent of the parties enlarge the initial time for making and publishing the award.

(xii) It is also a term of this arbitration agreement that subject to the stipulation herein mentioned, the arbitration proceedings shall be conducted in accordance with the provisions of the Arbitration Act, 1940 or any other law in force for the time being.

Clause 26 No alteration in contract rates shall be admissible in consequence of fluctuation in railway freight when such railway freight is on account of material which is required by a contractor in the manufacturing of an article to be supplied under this contract e.g. fluctuation in 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 place 'B' to form part of finished work.

Fluctuation in railway freight

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 22 -

Clause 27 Lump sum estimate: When the estimate on which a tender is made include lump-sump provision in respect of parts of the work, the contractor shall be entitled to payment in respect of the items of work involved or the part of the work in question at the same rates as are payable under this contract for such items or the part of the work in question is not in the opinion of the Engineer-in-charge, measurable, 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 payable to him under the provisions of this clause.

Clause 28 Action where no specification: In case of any class of work for which there is no specifications 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 respect in accordance with the instructions and requirement of the Engineer-in-charge.

Clause 29 Definition on work: The expression “Work or Works” where used in these conditions shall unless specified either in subject or context repugnant to such construct or be constructed & taken to mean the works by virtue to 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-7 of the tender will be calculated on the gross amount (value of finished work including cost of materials whether purchased from the Haryana Urban Development Authority or direct) of (1) the item of work to which the rates in the tender apply and also see the item of work which rates exist in the Haryana PWD Schedule of Rates 1988.

Clause 31 Unless otherwise specified in the contract, the term “Engineer-in-charge” referred to in the tender and contract for the work means Executive Engineer, HUDA Division, Bahadurgarh.

Clause 32 The contractor shall be responsible for making his own arrangements for securing licences for the materials and their transportation required for the works and Engineer-in-charge shall not be held responsible in any way for making such arrangements.

Clause 33 The contractor undertakes that he is not related to any of the officers employed by the Haryana Urban Development Authority.

Clause 34 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.

Clause 35 All royalty and compensation for building stone, bajri and stone metal or any other material should be included in the rates to be quoted and is payable by the contractor.

Clause 36 The rates given are for the finished work inclusive of octroi charges, sales tax, all duties and all other taxes as applicable and including labour cess @ 1%.

Clause 37 It will be the responsibility of the contractor to ensure that trees at the site of work and in the vicinity or their fruit etc. are not damaged by his labour or agent. Cost of damage done, if any, will be assessed at the discretion of the Engineer-in-charge and deducted from the bill of the contractor.

Clause 38 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 welfare of the labour employed at his work. In case of his failure the same shall be provided by the HUDA 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.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 23 -

Clause 39 Any material left on the site of work after one month from the date of completion of the work shall become the property of the HUDA and no payment shall be made for it.

Clause 40 The amount of the work can be increased or decreased according to the requirement of the department and no claim whatsoever on this account will be entertained.

Clause 41 HUDA 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.

Clause 42 No claim on account of fluctuation in prices due to war or any other cause will be entertained.

Clause 43 The contractor shall be liable to make good all damages caused by breakage from the moment the stores are handed over to his charge.

Clause 44 No compensation whatsoever will be payable on account of any delay or default in the supply of material mentioned in the “list of material to be issued to the contractor” by the department and consequent delay in the execution of work.

Clause 45 The contractor will inform the C.M.O about the employment of labourer on the work for carrying out Malaria Surveillance.

Clause 46 The terms and conditions of the agreement have been explained to me / us and I / we clearly understand them.

Clause 47 All type of cautionary board, signals for safe and smooth execution of work, diversion of traffic etc. shall be provided by the contractor at his own cost and nothing extra is payable on this account.

Clause 48 With the issue of allotment letter in the name of lowest agency made by the Executive Engineer, the agreement shall stand concluded and all the clauses, terms and conditions mentioned above and in the tender form shall be applicable, even when the agreement for the work is not signed by the contractor / firm.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 24 -

HARYANA URBAN DEVELOPMENT AUTHORITY

CONTRACTS LABOUR REGULATIONS

1. Short titles: These regulations may be called Haryana (1) Public Works Department Contractors Labour Regulations.

2. Definitions in these regulations unless otherwise expressed or indicated the following words and expression shall have the meaning given herein against them respectively that is to say.

a) “Labour” means workers employed by the contractor directly or indirectly through sub contractor or other person or by an agent on his behalf.

b) Fair wages means wages whether for time or piece work notified at the time of submitting tender of the work and where such wages have not been so notified the wages prescribed by the Haryana Public Works Department for the district in which the work is done.

c) “Contractors” shall include every person whether a sub-contractor or headmen or agent employing labour on the work taken on contract.

d) “Wages” shall have the same meaning as defined in the payment of wages Act, 1936 and include time and piece rate wages.

3. Display of notice regarding wages etc. 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 place on the work notice in English and in the local Indian language spoken by the majority of the workers giving the fair wages notified or prescribed by the Haryana Public Works Department and the hours of work for which such wages are earned.

4. Payment of wages (1) Wages due to every worker shall be paid to him direct, (2) all wages shall be paid in current coin or currency or in both.

FIXATION OF WAGES PERIODS:

5 (i) The contractor shall fix wage periods in respect of which the wages shall be payable.

(ii) No wage period shall exceed one month

(iii) Wages of every workman employed on the contract shall be paid before expiry of ten days after the last day of wage period in respect of which the wage are payable.

(iv) When the employment of any worker is terminated by or on behalf of the contractor the wages earned by him shall be paid before the day of expiry of the month in which his employment is terminated.

(v) All the payment of wages shall be made on working day.

6. Wages book and wages slip etc.

[1] The contractor shall maintain a wage book of each worker in such form as may be convenient

but this shall include the following particulars.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 25 -

(a) Rate of daily or monthly wages or contract wages.

(b) name of work on which employed.

(c) Nature of work on which employed.

(d) Total number of days worked during each wage period and total amount payable for the work

during wage period.

(e) All deduction made from the wages with an indication in each case of the ground for which the

deduction is made.

(f) Wages actually paid for each wage period.

[2] The contractor shall also maintain a wage slip for each worker employed on the work.

[3] The authority competent to accept the contract may grant an exemption from the maintenance of

Wage Book and Slip to a contractor who in his opinion may not directly or indirectly employ more

than 50 persons on the work.

7. [1] Fines and deductions which may be made from the wages of a worker shall be paid to him

without any deduction of any kind except the following.

a) Fines.

b) Deductions for absence from duty i.e. from the place or places where by the term of his employment he is required to work. The amount of deduction shall be proportion to the period for which he was absent.

c) Deduction for damage to or loss of goods expressly entrusted to the employed person for custody or for less or more for which he is required to account where such damage or loss is directly attributable to his neglect or default.

d) Any other deduction which Haryana Urban Development Authority may from, time to time allow.

[2] No fine shall be imposed on a worker and no deduction for damage shall made be from his

wages until the worker has been given an opportunity or showing causes against such fines or

deductions.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 26 -

[3] The total amount or fines which may be imposed in any one wage period on a worker shall not

exceed an amount equal to five paisa in a rupee of the wage payable to him in respect of that

wages period.

[4] No fine imposed on a worker shall be recovered from him installment or after expiry of 60 days

from the date on which it was imposed.

8. Register of fines act-8 [1] The contractor shall maintain a register of fines and of all deductions

for damage or loss. Such register shall mention the reason for which fine was imposed or

deductions for damage or loss, which was made.

[2] The contractor shall maintain a list in English and local Indian Language clearly defining acts

and omissions for which penalty or fine can be imposed. He shall display such list and maintain it

in a clear and legible condition at conspicuous place on the work.

9 Preservation of Books – The wage book, the slip and the register of fine deductions required to be maintained under the regulation shall be preserved for 12 months after the date of last entry made in them.

10 Powers of Labour Welfare Officer to make investigation or Enquiry – The Labour Welfare Office or any other person authorized by the Haryana Urban Development Authority on their behalf shall have power to make enquiry with a view to ascertaining and enforcing due and proper observances of the wage clause & the provisions of these regulations. He shall investigate into any complaint regarding the default made by contractor – sub contractor in regard to such provision.

11 Report of labour welfare officer. The Labour Welfare Officer or any other person authorized as 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 omission of the labourers with a note that necessary deduction from the contractors bill be made and wages of the other dues be paid to the labourers concerned.

12 Appeal against the decision of Labour Welfare Officer – Any person aggrieved by the decision and recommendation of the labour welfare officer or other person so authorized may appeal, against such decision to the Labour commissioner but subject to such appeal, the decision of the officer shall be final and binding upon the contractor.

13 No party shall be allowed to be represented by a lawyer during any investigation or enquiry appeal or any other proceedings under these regulations.

14 Inspection of Register – The contractor shall allow inspection of the wages book and wages slip to any of his workers or to his agent at a convenient time and place after due notice received or the labour welfare officer or any other person authorized by the Haryana Urban Development Authority on his behalf.

15 Submission of return – The contractor shall maintain and submit periodical return as may be specified from time to time.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 27 -

16 Amendment – The Haryana Urban Development Authority from time to time add or amend these regulations and or any question as to the application, interpretation or effect of these regulation the decision of the Labour Commissioner to Haryana Government or any other person authorized by the Haryana Urban Development Authority in that behalf shall be final.

17 The contractor shall be responsible to provide to the entire satisfaction of the Engineer-in-charge at his own expenses the following amenities for the labour employed by him.

a) Suitable temporary hutting accommodation.

b) Trench Latrin, bathing enclosure, platforms, separately for men and women with regular clear Drinking Water.

In the event of his failure to provide any or all the amenities, the same shall be provided by the Haryana Urban Development Authority and cost thereof shall be recovered from the contractor. Any dispute regarding above point shall be settled by the Engineer-in-charge and his decision shall be final.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 28 -

FAIR WAGES CLAUSES

(a) The contractor shall pay not less than fair wage to labour engaged by him on the work. Explanation:

Fair wage means wage whether for time or piece work notified at the time of inviting tenders of the work and where such wages have not been so notified, the wage prescribed by the Public Works Deptt., Building and road branch, Haryana for the district, in which the work is done.

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

(c) In respect of labour directly employed on the works for the performances of the contractor’s part of this agreement the contract shall comply with or cause to be complied with the Public Works Deptt. Contractors’ Labours Regulations made by Government from time to time in regard to payment of wages period, deductions from wages, recovery of wages not paid and deductions unauthorisedly made, maintenance of wage register, wage slip, publication of wages and other terms of employment inspection and submission of periodical returns and all other matters of such like nature.

(d) The Executive Engineer or Sub Divisional Engineer concerned shall have the right to deduct, from the money due to the contractor, any some required or estimated to be required for making good the loss suffered by a worker or workers by reason of non-fulfillment of the conditions of the contract for benefit of the workers, non-payment of wages or deductions made from his or their wages which are not justified by the terms of the contract or for non-observance of the regulation is referred to in clause (c) above).

(e) Vis-à-vis the Haryana Urban Development Authority, the contractor, shall be primarily liable for all payments to be made under and for the observance of the regulations 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.

(g) Attendance card should invariably be issued by the contractors to their workers, which should be returned to the contractors concerned at the time of receiving payment of their wages.

(h) Before making payment to the contractors, the authorities concerned should obtain a certificate from the contractor that he has made payment to all workers connected with the execution of the work, for which the payment is being made.

(i) The normal working hours of workers employed by contractors for the execution of work allotted to them should be 8 hours per day with a break of 2 hours during summer, one hour during winter after continuous work of 4 hours at the most. The spread over should in no case exceed 10 hours, workers working beyond these hours, should be paid over time wages, at the double the ordinary rate of their wages, calculated by the hour.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 29 -

LIST OF MATERIAL TO BE ISSUED BY THE ENGINEER-IN-CHARGE OF THE WORKS TO THE CONTRACTOR

NOTES:

1. All the materials, will be issued at the place of issue given and all the cost of carriage from the place of issue to the site of work will be borne by the Contractor and this is included in the rate for the work carried out by the contractor.

2. In case any quantity of cement, steel, coal or any other controlled or uncontrolled commodity for use directly on the aforesaid work of manufacturers or materials required in connection therewith, which is not utilized for the purpose for which it is issued or otherwise disposed off by him or spoiled or lost or allowed to get destroyed or used in excess of the qualities actually required to be used as per specification therein stipulated or these from fixed by the Engineer-in-charge, the cost of such quantities of the material shall without prejudice to other rights and remedies available to the Haryana Urban Development Authority be recoverable from the contractor on double the stock rate at which it is agreed to be supplied to the contractor or double the stock rate for the quantities issued free of cost.

3. EXCESS / SHORT CONSUMPTION OF MATERIAL RECOVERY FROM CONTRACTOR

a) For excessive consumption of Material upto 5% (five percent).

Recovery will be made from the contractor at issue rate plus 3% storage charges.

b) Excessive consumption of material more than 5% (five percent)

Recovery will be made from the contractor for the excessive consumption of materials at panel

rate provided in the contract plus three percent storage charges.

c) For short consumption of material upto 5% (five percent)

The recovery of cost of material less consumed would be made from the contractor at issue

rates.

d) In case of less consumption by more than 5% (five percent).

The rates of concerned items will be reduced where less materials might have been consumed

and the same would be reduced proportionate to the materials used shorter than prescribed.

However where it is not possible to determine the exact item on which less materials has been

used, the cost of materials would be recovered from the contractor at issue rate and in addition

the contractor will be open for disciplinary action by the Divisional Officer. In case where the

items of work become non-schedule and non-agreemental due to less consumption of materials,

the Executive Engineer may sanction such non – schedule and non agreement rate upto the

power of his technical sanction of original work where amounts larger than those mentioned

above are involved, the rates will be got approved from the competent authorities concerned who

can approve such rates upto their powers to sanction estimates technically. It should also be left

to the Executive Engineer to determine whether the structure is affected adversely by less

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 30 -

consumption of material and in cases where he feels that it is likely to be so, it is for him to reject

the work and decision in such matters of Executive Engineer shall be final.

4. 3% storage charges will be levied on all materials issued to the contractor from stock, the cost of

which is recoverable.

5. The octroi, terminal tax, royalty and other taxes and charges on the materials issued shall be

bone by the contractor.

6. The recovery of material issued by HUDA store shall be made in the usual manner from the

running bills for the upto date quantity of such materials issued to the contractor not withstanding

that lesser quantity of material might have been consumed on the work & the balance quantity

may be lying in store at the site of work.

7. Material issued at HUDA Store if not used at site will be returned in HUDA Store immediately. In

case the material is not returned or lesser material is returned recovery at panel rate will be

made at the rates given in the contract plus storage charges.

8. The other material mentioned in the list will be supplied to the extent of the separate security

deposit of suitable amount as per direction of Engineer-in-charge.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 31 -

Sub: Improvement of water supply sewerage and Storm Water Drainage Scheme in MIE Part-A & B Bahadurgarh against ASIDE scheme under Govt. of India, "Providing, installing , testing, of 3 Nos electric driven Submersible sewerage pumps of 7200 LPM each against a head of 15 Mtr driven by suitable capacity of electric motor at sewerage water disposal MIE Part-A & B Bahadurgarh including 72 hours trial run and all other works contingent thereto."

E/Money 50000/-

Schedule showing (approximately) materials issued from Haryana Urban Development Authority, stores for works

contract to be executed and the rates at which are to be charged for

Sr. No. Description Rate to be charged

from the contractor for

supply

Place of issue

1 Portland cement in bags to weight 50 Kgm. Inclusive of weight of bag.

At the rate of Rs.175/- + 3% ch. per bag inclusive value of empty bag.

At HUDA stores Bahadurgarh

Note :- 3% storage charges will be levied on all above materials issued to the contractor from the stock, the cost of which is recoverable.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 32 -

AFFIDAVIT

I _____________________________ S/o Sh.____________________________ resident of

_______________________________________________ Section ______________

Distt.____________________ contractor / partner / share holders (strike out the which is not applicable) (firm or

contractor) do hereby solemnly declare as under:-

1. That the person / firms black listed by HUDA / Haryana Govt. / Govt. of India from time to time never had any connection and interest in my business.

2. That the above said contractor / persons / firms do not have any substituting in my business and

3. That the said persons / firms are not employee of my firm and are not in any way connected with my business.

4. That the said person / firms has submitted his bid online in the respective envelopes.

DEPONENT

WITNESS

DATED:

I do hereby solemnly declare and affirm that the above declaration is true and correct to the best of my knowledge and belief. No part of it is false and nothing has been concealed and I shall be held responsible if found not abide by the above mentioned items for the tender or the tender document of this work.

DEPONENT

WITNESS

DATED:

TENDER FOR WORKS

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 33 -

Name of work: Improvement of water supply sewerage and Storm Water Drainage Scheme in MIE Part-A & B Bahadurgarh against ASIDE scheme under Govt. of India, "Providing, installing , testing, of 3 Nos electric driven Submersible sewerage pumps of 7200 LPM each against a head of 15 Mtr driven by suitable capacity of electric motor at sewerage water disposal MIE Part-A & B Bahadurgarh including 72 hours trial run and all other works contingent thereto."

E/Money 50000/-

I/ We hereby tender for execution, for the Haryana Urban Development Authority for the work, cited above within time specified. Percent ABOVE/ BELOW the ceiling rates worked out as per the Contract Schedule of Rates and the Schedule of ceiling Premia read with the amended Rule in accordance in all respects with the specifications drawing and instructions, in writing. Referred to in amended Rule thereof and in clause-II of the annexed conditions and with such materials as are provided for by Engineer-in-charge in all other respects in accordance with such conditions as applicable. Rates shall be entered in words and figures (both) only in the above space. In the event of variation of rate in words and figures may be rejected or otherwise the lowest value shall be considered. RATES

A FOR PROVIDING / CONSTRUCTION WORKS

(i) …………….% ABOVE /BELOW (IN FIGURES)

(ii) …………………………………………………………

(PERCENTAGE ABOVE/ BELOW) (IN WORDS)

Contractor Executive Engineer,

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 34 -

Notice inviting lum sum tenders

HARYANA URBAN DEVELOPMENT AUTHORITY Name of work:- Improvement of water supply sewerage and Storm Water Drainage Scheme

in MIE Part-A & B Bahadurgarh against ASIDE scheme under Govt. of India, "Providing, installing , testing, of 3 Nos electric driven Submersible sewerage pumps of 7200 LPM each against a head of 15 Mtr driven by suitable capacity of electric motor at sewerage water disposal MIE Part-A & B Bahadurgarh including 72 hours trial run and all other works contingent thereto."

E/Money Rs. 50000/-

1. Tender are hereby invited from the enlisted contractor of HUDA of the appropriate class

or manufactures/authorized distributors/firms who have also successfully, executed

erection job/ installed/ tested commissioned & maintenance handed over with the limit

similar pumping set not less than 7200 LPM discharge each pumping to any other Govt

Deptt. or Govt undertaking during last two years for the work. Perspective tenderer will

have to make an application to the respective Executive Engineer, HUDA Division,

Bahadurgarh giving the name of client for whom such similar works have been executed,

erected and commissioned. A certificate from the client to this effect will also have to be

enclosed with the application for the work of providing, installing, testing,

commissioning and handing over 3 Nos electric driven Submersible sewerage pumping

of 7200 LPM each against a head of 15 Mtr driven by suitable capacity of electric motor

at sewerage water disposal MIE Part-B Bahadurgarh and all other works contingent

thereto."

2. Tender will be received at Bahadurgarh by the tender receiving committee in the office

of the Executive Engineer HUDA Division Bahadurgarh ______ and will be opened by

the tender receiving committee at the same time in presence of the tenderers or their

agents who may like to be present. Tenders received after the due time of opening will

not be entertained.

3. Earnest money amounting to Rs. ________/- must be deposited by bank draft drawn on

the scheduled bank, in favour of the Executive Engineer, HUDA Division Bahadurgarh

and must accompany each tender. Each tender is to be in a sealed __________ cover

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 35 -

subscribed with the name of the work and addressed to the Executive Engineer, HUDA

Division Bahadurgarh

4. Tender are to be on the prescribed form (which can be obtained from the office of the

Executive Engineer, HUDA Division Bahadurgarh or can be down loaded from the

HUDA website. The prescribed tender containing the conditions to be complied is also

available on website .

5. Further information can be obtained and plans and preliminary specifications can be seen

in the office of the Executive Engineer, HUDA Division Bahadurgarh on any working

day during office hours and on website of HUDA. Applicant will be required to pay in

cash Rs. ______ cost of each tender documents form (Nom - refundable) In case the

tender documents are down loaded from the web site then the above fee will have to be

paid in scope of demand draft to be enclosed in the envelop "A" containing the tender

documents, technical bid for detail see condition no. 22.

6. (a ) Tender should be made at lump sum rate as per prescribed form of the tender.

(b) The work should be completed within the prescribed period of 4(four) months.

7. Each tenderer shall give proof to the entire satisfaction of the Executive Engineer,

concerned that he has in his possession the Hr .P.W.D. specification of book 1990 with

latest amendments failing which his tender shall be liable to be rejected.

8. Approval to the acceptance of the tender will rest with the chief Engineer, HUDA,

Panchkula who does not bind himself to accept the lowest tender and reserve to himself

the Authority to reject any or/all the tenders received without assignment of any reason.

All tenders in which the above conditions are not fulfilled are also liable to be rejected.

9. The Engineer-in-charge reserves to himself the right of issuing the materials to the

contractors as per list enclosed for use on the work at the places and rates noted against

each (excluding 3% storage charges.). The contractor shall be held responsible for

obtaining from HUDA all such material required for the work and for making payment there

of by deduction from his bills at the rates specified regard-less of fluctuations in the market

rates/stock rates of the Divisions No. carriage or incidental charges will be borne by HUDA for

moving the materials beyond the place where the contractor has agreed to take delivery there of

except in case of material of which specified provision for the payment of carriage and

incidental charges is make in the contract schedule of rates.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 36 -

10 The tenderers shall initial corrections in this tender as regards rates, time etc. All the pages of the

tender form should be signed by the tenderer. Non compliance with these conditions will render

the tender liable to rejection.

11. The contactors whose tender is accepted will be required to execute unstamped deeds on the

prescribed form mentioned in the paragraph no. 4 above and will also required to furnish

security for the fulfillment of his contract. This security will consist of deduction of 5% from the

payment to be made on account of work done.

12 MODE OF TENDERING:- The tenders shall be submitted in three envelopes as detailed below.

Part 'A':- Shall contain "Earnest Money in shape of deposit at call/ demand draft.

Part 'B':- "Technical/Commercial bid only duly subscribed as "Technical bid" (in

duplicate)

Part 'C':- "Price bid" only duly subscribed as price bid. (in duplicate)

13. The tenderer should submitted alongwith the tender fully dimensioned drawings of the pumping

sets with piping arrangement.

14. Details of the works to be covered by the tenderer are given in the schedule from I to IV

enclosed herewith. The tenderers must frame their tenders in accordance with these schedules

full description, specification etc should be added in the relevant schedules and where the

specification of the machinery/ pipes/ specials covered by the tender is at variance with the brief

description and preliminary specification in corporate in these schedule. The tenderers must

clearly state his variations etc and explain why it has been considered necessary to change the

specification.

15. Issue of tender forms will be stopped 24 hours before the time of opening of tenders.

16. Tender not submitted on prescribed form issued by the Executive Engineer, HUDA Division

Bahadurgarh shall not be considered

17. No conditional tender should be given only lumpsum rates should be quoted. A conditional

tender is liable to be rejected out right at the description of the accepting authority. In the

alternative the accepting authority may treat the conditions as full and void and made a counter

offer to the tenderer to do the work at the lumpsum rates quoted by him without the condition

within one week of the said offer having been made by the accepting authority, his earnest

money shall stand for feinted and the tenderer shall have no claim to the same what so ever. if

the tenderer refuses to accept the said counter offer to do the work at the lumpum rate quoted by

him without the condition with one week of the said offer having been made by the accepting

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 37 -

authority, his earnest money shall stand forfeited and the tenderer shall have no claim to the

same whatsoever.

18. The contractor shall sign on all the pages of tender form at the space provided will affix his

office stamp. The signature of the contractor will be witnessed by the persons known to the

Executive Engineer, HUDA Division Bahadurgarh or by the notary public. If the tender

documents are not signed in the manner specified the tenders may be treated as in valid/

rejected.

19. This DNIT contains page 1 to 15 and 2 plans.

20. Sale Tax. and Income Tax. and 1% Cess shall be deducted from the running bills of the firm/

contractor of the work above as per the Govt instructions.

21. In case if is felt that higher rates have been received HUDA through Executive Engineer,

HUDA Division Bahadurgarh reserves that right of negotiations with all the parties, starting

from highest bidder first and endling at lowest. If lower rates that quoted by lowest firm are

received, contractor offer of the lowerer rates will the made to lowest firm. In this eventuality of

refusing to accept these rates, same shall be offered to second lowest on so forth.firm refusing to

accept the counter offer will later on have no right to the tender.

22. In case the intending firm wants to submit the tender form after down loading it from the

web site of HUDA the contractual agencies will submit the necessary documents as

under:-

Envelope - 'A'

Tender documents fee in the shape of demand drafts, earnest money in shape of deposit

at call, bank guarantee, proof of enlistment bid capacity and other proofs of machinery, if

any as per requirement of DNIT etc and affidavit about the authenticity of all documents

be also attached by the tenderer.

Envelope - 'B'

Envelop "B' shall consist of two - sub envelope as under:-

1. Envelope (priced conditions)

2. Envelope (rates) and information for qualification, if required as per cases/

tender. But these envelope "A' and 'B' shall be placed in another envelope

of bigger size clearly marking the name of agency and name of work.

Envelope "B' will be only opened if the contractual agency full fills

conditions in envelope 'A'

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 38 -

23 If any information furnished by the contractual agency is found incorrect at a lat er date

the shall be debarred from tendering/ taking up work in HUDA. HUDA services the right

to verify the particular furnished by the contractual agency independently

EXECUTIVE ENGINEER, HUDA DIVISION,

BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 39 -

Clause - 7 Payment of intermediate The terms of payment for materials supplied certificate to be regarded civil works mechanical works erection work shall as advance etc be made as under after submitted the bills by the contractors The prices will be quoted as per scheduled proformas supplied i.e.

separate for supply of material and separate of the erection and commissioning charges. The break up of the payment shall be as under:-

i.) FOR SUPPLY OF MATERIAL

a) 70% (Seventy percent) of the supply cost of contract on actual receipts.

b) 20% (Twenty percent) of the supply cost of contract just after erection.

c) 10% (Ten Percent) of the supply cost of contract after successful commissioning and testing of the unit.

ii) FOR ERECTION OF EQUIPMENTS

a) 50% (Fifty percent) of the amount in the contract for the erection, testing, commissioning & handling over will be paid on completion of erection job.

b) 50% (Fifty percent) of the amount in the contract for the erection, testing, commissioning and handling over will be paid after successful commissioning of the plant.

iii) 5% (five percent) security shall be deducted from all the running bills shall be payable to the contractor after the period of 3 Months has lapsed after the payment of final bill.

The above payments to the contractor shall not be made with out the certificate in writing

of the Engineer - in - charge and such certificate in writing shall not be given by the Engineer - in -

Charge until after the work has been completed in all respects and tested for its proper running for the

specified period and accepted by the Engineer - In - Charge. The certificate the Engineer - in - charge as

to his approval of the work as carried out from time to time and of the sum or sumps payable in respect

there of shall be final and conclusive against the contract.

All intermediate payment shall be regarded as payment by way of advance against the

final payment only and not as payment or work actually done and completed in the perfect or unskill-

full work to be removed and taken way and re-in-stalled or reconstructed or be considered as an

admission of the due performance of the contract or any part there of in any respect determine or effect

in any way, the power of the Engineer - in - charge under these condition or any of them as to be final

settlement and adjustment of the accounts or otherwise or in any way any other way very or effect the

contract. The final bill shall be submitted by the contractor within three months of the date fixed of the

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 40 -

completion of the work and in testing contract or otherwise the Engineer - in - charge certificate of the

total amount payable for the work accordingly shall be final and binding on all parties. The amount

payable however shall be determined after preaudit of the bill by the accounts deptt of the authority

within 15 days of the presentation, of the bill by the Engineer - in - charge to the accounts department,

otherwise the amount already determined by the engineer - in - charge shall become binding on both

parties. Both the Engineer - in - Charge and the account department shall inform the contractors by

registered post of the fact about movement of the final bill and the amount there of.

Alternation in Clause - 12 the Engineer - In - Charge shall have power to make Specifications and any alternations in omission Design . from additions to or substitutions for the original specification

drawings designs and instructions that may appear to him to be necessary or advisable during the progress of the work. In accordance with any instruction which may be given to him in writing signed by the Engineer - in - charge such alternations: ommissions.

Extension of time in consequent Additions of substitution: shall not invalidate the contract, and any Case of alternations altered additional or substituted work which the contractor may be

directed to do in the manner above specified as part of the work shall be carried out by the contractor on the same conditions.

Rate for the altered additional In all respects on which he agreed to do the main work the time for

or substituted works:- the completion of the work shall be extended in the proportion that the altered additional or substituted work bears to the contract work and the certified of Engineer - in - charge shall be conclusive as to such proportion and if the addition of substituted work includes any class of work for which no rates specified in the schedule of rates marked schedule no. IV annexed to be paid the engineer - in - charge shall fix the rates to be paid of any work covered by the contract tender as delineated as per the contract drawing or described in the contract specifications.

Rates for the work A deduction will made from the lumpsum amount of the contract Ommitted and deductions for payable to the contractor such deduction swill be worked out on Lumpsum amount of the contractor the measurement of the omitted work as shown by the contractor

tenders for delineated on the contract drawing for described in the schedule of rates (marked schedule No. IV) annexed there to upto if the work for which - no rate is specified in the schedule of rates( marked schedule No. IV) annexed thereto the Engineer - in - charge shall fix in the rates at which deduction shall be made for such class of work. In any case of dispute regarding the quantities of rates or as to what constitutes an additional item of work or an

Superintending Engineer omission the decision of the work of the Superintending Decision is final Engineer, HUDA Circle Rohtak shall be final ad binding upon

the contractor.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 41 -

Name of work:- Improvement of water supply sewerage and Storm Water Drainage Scheme

in MIE Part-A & B Bahadurgarh against ASIDE scheme under Govt. of India, "Providing, installing , testing, of 3 Nos electric driven Submersible sewerage pumps of 7200 LPM each against a head of 15 Mtr driven by suitable capacity of electric motor at sewerage water disposal MIE Part-A & B Bahadurgarh including 72 hours trial run and all other works contingent thereto."

E/Money Rs. 50000/- Introduction

Proposal:-

It is proposed install 3 Nos submersible sewerage pumping set of 7200 LPM each against a head of 15 Mtr driven by sutabile capacity of electric motor at sewerage water disposel MIE Part-B Bahadurgarh. This tender includes the cost of supply, installing, testing, commissioning maintenance

and handing over to the Engineer - In - Charge after successful running of 12 months.

a) Providing, fixing of C.I. pipes valves and specials testing etc of required size for the

suction and delivery pipes for the above proposed pumping sets, also suitable vacum

pump for priming and dewatering pump to keep pump house dry will be included.

b) Maintenance of 12 Months after successful trouble free running and handed over to the

Engineer - in - Charge. However, the electric consumption will be born by the HUDA.

LOCATION:-

The site for pump chamber i.e. Sewerage water pump house at sewerage disposal MIE

part B, Bahadurgarh connected by roads. The location of proposed site is shown on the

key plan attached with DNIT.

MODE OF TENDERS:-

The tender shall be submitted in three envelopes duly sealed and superscripted as

detailed below:-

Part 'A' Shall contain "Earnest money" in shape of deposit at call/ demand draft.

Part 'B' 'Technical /Commercial bid" only dully superscribed as "technical bid" (in duplicate)

Part 'C' "Price Bid" Only dully sealed and superscribed as price bid( in duplicate).

EXECUTIVE ENGINEER, HUDA DIVISION,

BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 42 -

Name of work:- Improvement of water supply sewerage and Storm Water Drainage Scheme in MIE Part-A & B Bahadurgarh against ASIDE scheme under Govt. of India, "Providing, installing , testing, of 3 Nos electric driven Submersible sewerage pumps of 7200 LPM each against a head of 15 Mtr driven by suitable capacity of electric motor at sewerage water disposal MIE Part-A & B Bahadurgarh including 72 hours trial run and all other works contingent thereto."

E/Money Rs. 50000/- SCHEDULE NO. 1

The general instructions are provided to assist the tenders while preparing their tenders.

1. EXTRACT OF WORK The subject work is referred to as Providing, installing, testing, commissioning and

maintenance handing over 3 Nos electric driven Submersible sewarage sewarage pumping of

7200 LPM each against a head of 15 Mtr driven by sutabile capacity of electric motor at

sewerage water disposel MIE Part-B Bahadurgarh. 2. Tender documents duly bound are priced @_______Each tender document will be sold

to the enlisted contractor with HUDA for the appropriate class of authorized distributor / firm who have

also successfully supplied installed, tested commissioned maintained and handed over earlier a similar

pumping set not less than 15 cusces of capacity each pumping set to any others Govt Deptt/ Govt

undertaking in last 2 year perspective tenderer will have to make an application to the Executive

Engineer, HUDA Division Bahadurgarh giving the name of client for whom such similar works have

been executed erected and commissioned.

A certificate from the client to this effect will also have to be enclosed with the

application. The tenderers are required to prepare their tender document and submit the same in

three envelopers dully sealed, as described here-in-after. The tenderer will sign and fill in (where

necessary) all pages of documents including all annexures and drawings.

ENVELOPE "A" Shall contain proof Earnest money deposited as described in the tender

from on page ________.

ENVELOPE "B" of the tender shall consist of all the information in schedule II&III of the

DNIT in duplicate duly signed and all Schedule duly filled in the tender

documents which includes the particulars of machinery, variation

statement, list of drawing, delivery and erection time, list of sub contracts

maintenance service details of all proformas regarding technical detail

duly filled in list of prevision contract and list of tools & spare parts.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 43 -

ENVELOPE "C" of the tender shall consist of the following;-

1) Schedule of prices duly filled in the price schedule IV & IV B of the

DNIT all the three envelopes be separately sealed and delivered before

the opening time of the tender.

At the time of tender opening, envelope 'A' will be opened first. In case

the proper proof of deposit of earnest money as per NIT is not found in

the envelope (A then envelop 'B' and envelope 'C' of that tenderer shall

not be opened not considered.

The envelope 'B' of the bidders, who have given their proper proof of

deposit of earnest money will be opened after the due scrutiny of

technical & commercial offer received after opening envelope 'B'

clarification, if any will be sought immediately after the opening of the

tender and the authorized representative of the tenderer who have

authority to negotiate/ after such terms which are mutually agreed to

envelope 'C' of the tenderers will not be opened where the technical/

commercial offer of the tenderer is found not according to DNIT such

tenderers will be considered as rejected and the price bid will not be

opened. In case the spece provided in the above annexure is not sufficient

the tenderers may attach additional sheets at their end. In addition they

will sign each and every sheet of the tender documents and return the

original and duplicate copy of the tender document along with their offer

and the third copy of tender documents may be retained by the tenderers.

3 COST OF TENDERING.

The tenderer will not be reimbursed for any expenses incurred in preparation or

submission of tender.

4 INFORMATION TO ACCOMPANY THE TENDER

The tenderer shall submit alongwith the tender an authenticated copy of documents

defining the organisation of the firm, list of similar works giving the nature and value of

each work, location, time allowed date of commencement and completion and names and

addresses of the department concerned under (Annexure attached). The tenderer will

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 44 -

further mention as to which persons will be directly responsible for the due performance

of the contract.

5 DRAWINGS TO ACCOMPANY THE TENDER .

The tender shall be accompanied by all drawings which should be sufficiently detailed to

indicate as to what items of the machinery, fitting etc are included in the tender rand

accompanied by such pamphlets to enable the full appreciation of the plant in question.

The limit of contract as indicated in the tender document must be clearly shown (ref

Annexure - E)

6 PRELIMINARY PROGRAMME.

The tenderer shall provide with their tenders preliminary programme together with such

details of erection as are required in the departmental specification so as to complete the

entire work on turn key basis.

7 SITE VISIT .

The tenderer are requested to inspect the site before tendering and may discuss with the

Executive Engineer concerned in case of any difficulty and also to satisfy the engineer

that they have visited the site of the work before submitting their tender. If any tenderer

is in doubt as to the true meaning of any part of the tender document should at once get

clarification from the engineer concerned before submitting the tender:- Conditional

tenders in any way shall be rejected.

8 RIGHT OR REJECTION OF TENDER .

The Executive Engineer may accept any tender in part in whole on behalf of the Chief

Administrator HUDA Panchkula and reserves to himself the right to reject part or in

whole of any tender or all tenders received without assigning any reason.

9 Tenders must be sent under sealed cover, addressed to the undersigned by designation or

be delivered in person by the intending contractors or through their agents. Earnest

money amount to Rs. ________ lacs in shape of deposit at call/ demand draft receipt in

favour of the undersigned, must accompany with the tender. Any tender which is not

accompanied with earnest money will not be opened. Each tender is to be sent in a sealed

cover superscribed "Tender for providing, installing, Testing, Commissioning and

Handing over the 3 Nos electric driven Sewerage water pumping set of 7200 LPM each

against ahead of 15 Mtr in pump house at Water works Sec-7 and all other works

contingent thereto, to the Executive Engineer, HUDA Division, Bahadurgarh

Note:- Cheques if presented as earnest money will not be accepted

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 45 -

10 GURANTEE PERIOD

The contractor shall guarantee that the equipment shall be free from any defect, such as

defective material bad workman ship and defective design. The equipment shall operate

satisfactorily and the performance and efficiency of the equipment shall be guaranteed

for a period of Twelve Months after virtual completion, maintenance and taking over of

the plant by the department. The services of the contractor's personal, if requisitioned,

during the period of such work, shall be made available free of any cost to the

department. If the defects are not removed within the defect liability period, the engineer

- in - charge shall proceed to get the defect removed at contractors risk and cost.

(Ref Annexure - "J" attached) 11 PRICES

a. The prices quoted by the tenderer should be inclusive of excise, octroi, marine-

Cum-erection insurance and all taxes and all other Govt. levies including labour

welfare cess.

b. The prices quoted shall also include free delivery of material as site of erection

including storage, watch and ward of the equipment till the same is

commissioned and tested maintained for 12 Months and handed over to the

department (Annexure - "A")

12 INSPECTION

All the equipment shall be tested and provided with the relevant ISI code. The tenderers

will have to give reasonable advance notice after making testing arrangement with them

for the equipments. The inspection will be carried out be the executive Engineer - in -

charge of the work and by his representative. Every offer shall be made to ensure that

most of the equipment should be offered for inspection in one lot, so that frequent trips

for inspection are avoided.

13 TERMS OF PAYMENT

The terms of payment of material, supplies, civil works, mechanical works and erection

work shall be made as under after submitting the bills by the sign of tender contractor.

(i) FOR SUPPLY OF MATERIAL

a) 70% (Seventy percent) of the supply cost of the contract o n actual receipts of

duly tested material at site in good conditions.

b) 20% (Twenty percent) of the supply cost of the contract just after erection of the

equipment in all respect.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 46 -

c) 10% (Ten percent) of supply cost of the contract after successful commissioning

& testing of the unit.

(ii) FOR ERECTION OF EQUIPMENTS

a) 50% (Fifty percent) of the amount in the contract for erection testing

commissioning & handing over will be paid on completion of erection job.

b) 50% (Fifty percent) of the amount in the contract for

erection/testing/commissioning and handing over will be after successful

commissioning & testing of the plant.

iii) 5% (Five percent) security shall be deducted form all the running bills for the

supply as well as erection shall be payable to the contractor after completion

period of 5 year mtc. defect liability..

The contractor whose tender is accepted, will be required to execute a contract

deed on the prescribed form mentioned in paragraph and will be required to

furnish security will consist of deduction of five percent from the running

payments to be made on account of work done. The earnest money (mentioned in

paragraph (I) above will be treated as a part of the security.

15 INSURANCE IN RESPECT OF DAMAGE TO PERSONA & PROPERTY

a) The contractor shall indemnify the L.I.C. against all claims which may be made

against the LIC by any member of the public or other third party in respect of

anything which may arise in respect of works or in consequences arrangement to

effect and maintain until virtual completion of the contract. A policy of insurance

in the joint names of the LIC and the contractor be got done against such a risk

and deposit such policy with the Engineer - in - charge from time to time during

the currency of this contract

b) FIRE INSURANCE

The contractor shall at time of signing contract, insure the work and keep it

insured until the virtual completion of the work against the loss or damage by fire

at the place of erection in the joint names of the Engineer - in - charge and the

contractor shall for the full amount of the contract and at his own expense, effect

and maintain such policy until virtual completion of the work.

16 The successful tenderer will have to supply the details of actual labour skilled/

unskilled and technical personals for the execution of the work alongwith every

running/ final bill.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 47 -

17 The contractor must quote the price for executing the work, strictly in accordance

with the NIT specifications, drawings terms and conditions.

18 OFFER OF ALTERNATIVE PROPOSAL

The tenderer may give alternate price along with detailed specifications of

variations. The alternate proposal will not be considered in case the tenderer has

not quoted his price for the original proposal as described in the approved NIT

(Ref Annexure D) the contractor shall initial all cuttings/ corrections of the

tenders documents.

19 PRICE BREAK UP

All detailed price breakup of various items (cost/erection/maintenance etc) must

be given with the price bid in the envelope 'C' it self on prescribed price schedule

of DNIT. No break up shall be entertained at a later stage.

The Executive Engineer reserves to himself the right of issuing the materials to

contractor as per list of enclosed for use on the work at the places and rates noted

against each (including the storage charges) when the materials are to be issued

from stock. The contractor shall be himself responsible for obtaining from Deptt.

all such materials required for the work and for making payment thereby

deduction from his bills at the rates specified regardless of fluctuation in market

rates or in the stock rates of Deptt. No carriage or incidential charges will be

borne by the department for moving the materials beyond the place where the

contractor has agreed to take delivery there of except in the case of material of

which a specified provision for the payment of carriage and incidential charges is

made in the contract schedule of rates.

20 PRECEDENCE BETWEEN DRAWING & SPECIFICATION

Any error in description, quantities or rate in schedule of work for the items or

any omission there from shall not vitiate the contract or release the contractor

from the execution of the whole or any part of the work comprised there in

according to drawings and specifications or from any of his obligations under the

contract. In case of dispute, the decision of the Engineer - in - charge will be

final.

21 In case of authorized representative is submitting the tender on behalf of a firm

the power of attorney duly executed must be attached alongwith the tender

documents.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 48 -

22 RATES TO BE IN FIGURES AND WORDS

The tenderer must quote his rates in figures as well as in works in the schedule of

quantities. The amount for each item should also be worked out, entered and

requisite total given of all items, both in figures and in works. The tendered

amount for the work shall be entered in the tender and duly signed by the

tenderer.

23 EQUIPMENT, TOOLS & PLANTS

The contractor shall give a detail of the equipments, tools and plants, available

with him for the successful completion of the work. A detail of all the machinery

to be employed by him at the site should be submitted alongwith the tender

documents.

24 COMPLETION DRAWINGS.

The contractor shall furnish to the Engineer - in - charge before the works are

taken over, the drawings of the works as completed with sufficient details to

enable the staff to maintain, dismantles, reasonable and adjust all the parts of the

works. The works shall not be considered to be completed until such instruction

and drawings have been supplied to the Engineer - in - charge.

25 OPERATING AND MAINTENANCE INSTRUCTIONS

The contractor shall furnish to the Engineer on or before the delivery of the

machinery to the operation and maintenance instructions together with the

detailed drawings of spares and units and other sketches in sufficient detail to

enable E.E. and his staff to operate the plant in a smooth and trouble free manner

and to maintain, dismantle reasons able and adjust all the parts or units. The

contractor shall also furnish the maintenance manual (six copies) of the plant.

The plant shall not be considered as taken over the owner until the operating and

maintenance instructions have been supplied to the owner (Ref Annexure - 3).

26 FINAL INSPECTION/ACCEPTANCE

Upon written notice from the contractor that the entire work required by the

contract documents is complete and that all submissions required of him are

made, and after the contractor had delivered the bonds, certificates of inspection

guarantees, warranties, releases and other documents all as or by law the

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 49 -

Engineer will make a final inspection and will notify the contractor in writing of

any particular in which this inspection reveals that the work is defective, and will

also notify the contractor in writing of any deficiencies in the submissions and

other documents required of him. The contractor promptly shall make such

corrections as are necessary to rectify all defects of deficiencies after the

contractor has completed any such corrections to the satisfaction of the Engineer

- in - charge. The engineer will issued a written final acceptance of the work and

file any notice of completion required by law or otherwise.

27 THE SITE

The exact location of the sites may be obtained from the Engineer - in - charge.

The sites shall be investigated by tendering contractors who must judge for

themselves the conditions under which the work is to be carried out, access to the

sites, availability of aggregates, water and labour, available storage area etc

climate conditions the nature of the ground, the general ground water table levels

and the like. The contractor will be deems to have fully informed himself

regarding all conditions effecting the construction works before submitting the

tender. Arrangement for filling water for the testing of the pipe lines will be made

by the contractors. However, the water for flushing of the pipe line shall be

supplied be the department free of cost.

28 DAMAGE TO ROADS

HUDA will not accept any liability for damage to roads in the area any damage

arising during the contract and maintenance periods from the use of contractors

unsound and imperfect lorries and other plant shall remain the liability of the

contractor in accordance with the condition of the contract. Similarly, the

contractor shall repair the road wherever the cuts to lay the pipe line or other

wise. The repair of the road shall be exactly according to original design and to

the full satisfaction of the Engineer - in - charge or any other authority in-charge

of the area. The contractor is to regulate the mode of transport to ensure that no

damage beyond fair wear and tear is occasioned thereby. He must comply with

the requirement of the engineer - in - charge as the routes to be traversed and

limitations of weights specification and class of vehicle.

29 TEMPORARY ACCESS ROADS.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 50 -

The contractor shall provide any necessary temporary roads of light gauge track

for access to work and maintain alter and adopt as required and remove on

completion and reinstate the surface. The routes of such roads ate to be agreed by

the Engineer - in - charge. Temporary roads for access to various sites are to have

proper foundation rolled and binded with fine stuff as required. Every effort is to

be made to restrict the out on such roads to the lines of future permanent roads

cut where road so provides are not required for future use, such formation is to be

taken up on completion of the works and the site reinstated to the satisfaction of

Engineer - in - charge.

30 PROTECTION AGAINST CLAIMS BY LOCAL AND OTHER AUTHORITIES.

On obtaining directions in writing from the Engineer - in - charge to proceed to

enter un even area or to excavate open public roads etc the contractor is

empowered to do such work as he may have been directed in writing and he is

protected against all claims from other authorities of private owners provided he

adheres to the written direction given by the Engineer-in-charge and complies

with the conditions of contract if he does otherwise, he is not protected and acts

on his own responsibility.

31 SCAFFOLDING

The contractor shall provide, erect maintain, dismantle and clear way at

completion proper and adequate scaffolding wherever required in connection

with this work including that required in connection with the work including that

required for sub contractor and specialist Hol'es shall be made good to much the

adjacent surface in the scaffolding is dismantled. The contractor shall be entirely

responsible for all precautions in connection the scaffolding

32 WATER TO BE REMOVED

The contractor is to keep the work at all time well drained and excavations

whether above or below the normal water level form storm and percolating water

which may accumulate I the site which may interfere with progress or

construction or has or is likely to have deleterious effect on the work in progress

or the use thereof, by the provision of temporary open drains diversion of ditches

& other surface water, channels etc. or pumping or by other means of as required.

The cost of this work shall be considered to be including in the rates as quoted in

the schedule of quantities and rates.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 51 -

33 FACILITIES TO HUDA WORKS OF OTHER CONTRACTORS.

The contractors is to afford free access and use of ladders scaffolds and plants etc

in use on the site to the Engineering Department and other contractors erecting

other works during the courses of this contract and protect such works also afford

facilities for the proper execution of their works to such contractors employed in

connection with the formation of roads and other works and deposit all water is

clear of the roads, approaches and such contractors sites so as to cause no

obstruction interruption, or other interference with work undertaken by such

contractor.

34 INFORMATION ABOUT THE TENDERS.

The tender must fill in the enclosed proforma No. I failing which it will not be

possible to make a qualitative analysis and therefore the tender would be rejected

35 PROGRAMME FOR THE EXECUTION.

The tenderer must submit a detailed programme of execution of the contract on

proforma at Annexure-F and attach the same with this offer. The programme

should be prepared showing the starting and completion of each item of the

"Schedule of items & rates". However, the Engineer - in - charge will fix the

priority of each item for execution during the period of contract

(Ref. Annexure .-F)

36 APPROVAL OF MATERIALS.

The successful tenderer shall submit the samples of all materials which are

proposed to be used in the project sufficiently in advance to the Engineer - in -

charge of the project and obtain his written approval before purchasing them.

Any material not approved and not according to the PWD Haryana.

Specifications relevant ISI code shall be rejected and the contractor shall replace

the same at his own cost.

37 SIGNATURE AND STAMP OF TENDERER.

The tenderer shall sign. And a stamp all the pages of the contract document

including instruction to the tenderers. Form of tender, general condition of

contract, general technical specifications, special conditions, special technical

specification, schedule of requirements, schedule of quantities and rates etc.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 52 -

tenderer shall include sufficient information and drawings to desceibe what is

offered and to enable a qualitative assessment to be made.

38 The tender documents shall be signed by authorized person on behalf of the

tenderer and proof of such authority duly authenticated shall be attached with the

offer. Where no specifications are mentioned, the material/ work shall be

generally according to I.S. / PWD specifications.

39 The contractor shall be quote his rates for all items mentioned in the schedule of

rates. Any additional items as proposed by the contractor shall be given on a

separate sheet.

40 The payment shall be made as per actual execution of individual item according

to specifications and contract conditions. The engineer - in - charge is authorized

to increase/ decrease the scope of work or withdraw any items as per site

conditions and the contractor cannot claim any damages on this account.

41 In case the tender is being submitted by individual, the 'original' and 'Duplicate'

offer on tender forms, contract conditions, drawing, specification, schedule of

rates and other contract documents shall be signed by tenderer or giving his full

name and address. If the tender is signed by or on behalf of a company or firm or

partnership firm etc the name of person signing the contract shall be clearly

mentioned and a copy of 'Trading & contraction' license and agreement for

partnership shall be attached, with the offer. The offer not accompanied with the

above information and signed contract documents drawings and specification

shall be considered as uncomplete and may be rejected.

42 The Engineer - in - charge will have the right to inspect the machinery to be used

at manufactures premises. This inspection shall, however not absolve the

contractor of its obligation regarding testing/ commissioning etc

43 SITE ACCOMMODATION AND OTHER SERVICES.

a) Site area for contractor

The contractor will be allocated an area for his plant, stores, compound, workship

and site office with in the site areas, the contractor shall provide constantly

available labour, transport and materials and maintain the cleanliness and fitness

of the site and to attend to the protection and temporary covering and barricading

of open excavations trenches, pipe and other bazerns, to safety as directed by

Engineer - in - charge.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 53 -

b) SITE OFFICE FOR CONTRACTOR.

The contractor shall provide and maintain an office on the site for the

accommodation of his agent and site staff and such office shall be opened at all

reasonable hours to receive instructions notices or other communications.

c) Temporary roads.

An adequate access road will be provided to site by the contractor from the main

road system. The contractor shall be responsible for the maintenance of their

access road as directed by the Engineer - in - charge. The preparation and

maintenance of temporary roads within the site area shall be the contractors

responsibility and the contractor shall take such measures as are through to be

necessary can as are directed by the Engineer - in - charge to reduce and central

dust nuisance including spraying temporary road with the water or road oil.

d) Electricity power.

Electricity will be made available to the contractor at his cost at one point on his

written application to the UHBVNL prescribes proforma accompanied by

prescribed fee, subject to fulfilling of requirements as laid down in the Electricity

Rules.

However, it is made clear that any loss damage to the work on account of

interruption of electricity for short or long duration will be contractor

responsibility. He may there fore make his own arrangement for stand by

generating set according to his requirement.

e) Water

The water shall be supplied to the contractor at one point at his own cost, on his

written application to the Executive Engineer, HUDA Division, Bahadurgarh

accompanied by prescribed fee.

f) FIRST AID FACILITIES.

The contractor shall provide and maintain first aid facilities on the site to the

approval of the engineer - in - charge.

EXECUTIVE ENGINEER,

HUDA DIVISION, BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 54 -

Name of work:- Improvement of water supply sewerage and Storm Water Drainage Scheme in MIE Part-A & B Bahadurgarh against ASIDE scheme under Govt. of India, "Providing, installing , testing, of 3 Nos electric driven Submersible sewerage pumps of 7200 LPM each against a head of 15 Mtr driven by suitable capacity of electric motor at sewerage water disposal MIE Part-A & B Bahadurgarh including 72 hours trial run and all other works contingent thereto."

E/Money Rs. 50000/-

SCHEDULE NO. II

2.1 As described earlier the scope of the contract will consist of providing, installing, testing, commissioning, maintenance for 12 months and handing over the 3 Nos electric driven Submersible sewarage sewarage pumping of 7200 LPM each against a head of 15 Mtr driven by sutabile capacity of electric motor at sewerage water disposel MIE Part-B Bahadurgarh and all other works contingent items as described here in the DNIT complete in all respects at the water works.

Sr. No.

Rated discharge capacity of

pump

Drive Liquid to be pumped out

Pumping head set

Max RPM

No. Pumping

Efficiency of motor rating (minimum)

B.H. P. of motor to be

filled by cont. 1 2 3 4 5 6 7 8 9 1

7200 LPM Submersible Sewarge pump

Sewerage water

15 Mtr 1440 3 Nos 80%

The necessary electric cables, control panels and earthing will be provided alongwith the above required machinery.

The pumping machinery to be supplied should be as per ISI / BIS specification and standard construction. Design of the pump should such that

the pump losses are minimum and also economical in cost and easy in maintenance. All rotating parts shall be statically and dynamically balanced to

ensure vibration - less operation after erection.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 55 -

2.2 PERFORMANCE CURVES.

The tenderer shall have to submit the characteristic curves for the pumps above discharge and

head. As the pumps have to be run multiple operation the shut off head should be 1.5 time the

normal operating head equal multiple operation curves may be provided for all the pumps.

N.P.S.H.P curves for pumps should also be enclosed with the tender.

2.3 PERFORMANCE FIGURE

The tenderer shall give duly certified by the manufacture the performance figures of the pumps

and the motors in the following performa separately for (–) 25% and (+) 10% of the pumping

head of pumps. Calculation for NPSHA be given separately. The performance of pumps shall be

guaranteed as per relevant is with allowance tolerance in efficiency and discharge at duty points.

Total head Discharge Pumps Efficiency

1. 2. 3.

Motor efficiency Power factor of motor NPSHR at Duty Point

6 7 5

Input to motor BHP absorbed by

8 9.

2.4 PROTECTION SYSTEM

In addition to normal safe guard, the tenderer shall make suitable provision for protecting the

pump in case of low water level on the suction side of the pump. Protection system should be

completed with necessary alarms.

2.5 GAUGE SETS

Each pumping set shall be provided with suitable set of compound gauge of 150mm dia at the

suction and 150mm i/d pressure gauge at the delivery side through copper tubing, stop cock etc.

These should be placed in such a position as is to read easily. The gauges will also be provided

by the contractor/firm. The contractor/firm may quote the price for the same.

2.6 PIPES AND PIPE FITTINGS AND VALVES.

This will be exactly as per layout drawing of pumping station and will comply with all

requirement under respective clause of section 3 (material and work manship) to complete the

work on turn key basis. The details of various pipes and pipe fittings and valves as required have

been given in Annexure 'B'. In case the tenderer desires to amend the size or the amend the

layout so as to obtain maximum working efficiency taking into consideration minimum

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 56 -

maintenance and economical in cost, that should be specified under Annexure 'D' separately.

The pipes, pipe fittings sluice valves will be provided by the contractor. However the contractor/

firm shall quote the price for the same as per Annexure 'B'.

EXECUTIVE ENGINEER, HUDA DIVISION,

BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 57 -

Name of work:- Improvement of water supply sewerage and Storm Water Drainage Scheme in MIE Part-A & B Bahadurgarh against ASIDE scheme under Govt. of India, "Providing, installing , testing, of 3 Nos electric driven Submersible sewerage pumps of 7200 LPM each against a head of 15 Mtr driven by suitable capacity of electric motor at sewerage water disposal MIE Part-A & B Bahadurgarh including 72 hours trial run and all other works contingent thereto."

E/Money Rs. 50000/-

SCHEDULE NO. III

TECHNICAL SPECIFICATION

Specification of Sewerage water pumps

3.1 GENERAL

The pumps shall conform to IS 1520 1977 with the latest amendments. It shall be

suitable for coupling directly through a set of flexible couplings on common

fabricated base plate to the drive. The maximum speed shall be 985 RPM for 15

Mtr head pumps. The pump shall be horizontal split casing double suction having

heavy duty self aligning double ball bearing at either end. The shaft shall be

provided with bronze sleeves on either side of the impeller split gland shall be

provided at either end for easy access to the gland packing. The impeller hub and

casing shall be provided with replaceable rings at both ends. The make of pumps

shall be Kirlosker/Mather & Platt/ Worthington/ Jyoti / Beacon - Weir (Ref

Annexure 'A'). The contractor shall supply the detailed specification on Annexure

'C' alongwith the tender.

3.2 ACCESSORIES.

Each pumps shall have the following accessories.

a. Air cock

b. Flexible coupling

c. A gauge cock

3.3 REQUIREMENTS

i) Performance

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 58 -

The specified range shall be on the stable portion of the head characteristic

curve.

ii) INTERCHANGEABILITY

The manufacture of parts should be such that inter chargeability of wearing parts

is assured

iii) WATER PASSAGES

All the water passages in the casing and impeller which are in accessible to

machining shall be finished to smooth surface as far as possible.

iv) PRIMING CONNECTIONS

A priming connection shall be provided.

I) IMPELLER

It shall be with precisely finished Vanes, hydraulically balanced or rigid

construction and polished. It shall be suitably keyed into the shaft. It shall be of

bronze. The impeller shall conform to relevant IS specification.

vi) DRAINING PLUGS

Tapered drain holes plugs shall be provided for draining the water the drop from

the stuffing box.

vii) SHAFT

It shall be rigid non-corrosive, high tensile, accurately machined high grade-

speed. It shall be of ample size to ensure freedom from vibrations. It shall be

liberally dimensioned to transmit maximum power required by the impeller

without under strain or deflection. It shall be effectively protected from the liquid

to be of high ensiled steel and conform to relevant IS specification.

viii) CASING

It shall be of close grained C.I. It shall be robust construction, hydraulically

balanced, volute type and shall conform to relevant IS specification.

ix) BEARING

These shall be antifrictional heavy duty ball bearings which are capable of

carrying large thrust load in either directions. These shall ensure accurate

alignment and mechanical sturdiness. These shall be heavy self aligning double

row ball bearings.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 59 -

x) STUFFING BOXES

These shall be specially deep to accommodate the liberal packing in addition to

water seal ring. The water seals are provided to seal the stuffing boxes against air

leakage when the pump is working under suction lift.

xi) PACKING

These shall be graphited asbestor.

xii) BASE PLATE.

It will accommodate the pump and its prime mover. It shall be rigid & stable so

that alignment is not effected under normal working conditions. It shall be

fabricated mild steel. The design will be got approved before supply &

antivibration pads of approved make & quality shall also be provided by the

contractor.

3.4 INFORMATION

The supplier give the following information.

i) The pump input at duty point.

ii) The maximum input for working grange between + 10 and (-) 25% of specified

head.

iii) Efficiency of the pump

iv) Overall efficiency of the pumping set.

v) Actual KW consumption at duty point.

vi) Certified Performance Curve

It shall be clearly stated whether the efficiency shown in the performance curve is

guaranted by the firm or subject to tolerance. It tolerance is applicable, maximum

tolerance limit must be stated in the tenders.

vii) Certified drawings giving leading dimensions.

viii) Direction of rotation hall be marked on the casing.

3.5 NAME PLATE

The name plate on the pump shall indicated.

i) Name & address of the pump manufacturer.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 60 -

ii) Type, side and serial number of the pump.

iii) Speed, total head, capacity and corresponding pump input.

iv) Maximum pump input for the working range and +10% to (-) 25% of the specified head.

3.6 ELECTRIC MOTOR GENERAL

These shall be suitable for driving electrically driving pumps as per requirement

given in 2.1 above. The motor shall conform to ISI - 325. It shall be suitable for

operation on 415 + (10%) volts 3 phase, 50 cycles A.C. supply.

Each motor shall be horizontal shaft squarrel cage motor in TEFC fitted with ball

or roller bearings.

The insulation will be class - F class insulation however temperature MISC

limited to class 'B' insulation suitable for an ambient temperature upto 45o C.

The power factor and efficiency of motor at full ¾ and ½ loads shall be clearly

stand in the tender. If motor efficiency is subject to tolerance, the maximum limit

of tolerance must also e stated. Any tenderer not complying with these basic

requirements may be rejected. The motor H.P. shall be atleast 10% higher than the

maximum input H.P. required at pump working at a head ranging between (+)

10% and (-) 25% of the head of duty point as given in Sec - 32. The make of the

motors shall be Kirloskar/ Jyoti/ NGEF/GEC/ Crompton/BHEL/ABB.

a) SQUARREL CAGE MOTOR.

Motor shall be induction type with class 'F' insulation and stator core of lawless,

high permeability sheet steel lamination, stator winding shall be made out of

electrolytic copper conductors.

b) The motor core shallbe built up in similar manner and winding similar to the

stator winding. The rotor shall comprise a unit assembly embodying the rotor

shaft, core and windings, the ventilation fan, two self contained bearings and

housing. The contractor shall supply the detail specification on Annexure 'F'

alongwith the tender it should be adequate BHP so that current at peak load

operation does not exceed full load ratting current under worst conditions of

electric supply.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 61 -

C) The motor shall be provided with a combination of ball and roller bearings. The

roller bearing shall be fitted at the driving end, while the ball bearings shall be

fitted at the free and shall have ample capacity to deal with any axial thrust.

Standard cartridge housed type bearing which effectively seal off dust and

moisture even when the motor is dismantled shall be used. Unit type lubricators

shall be provided to enable to the bearings to be correctly/ grease.

d) A rigidly built fan secured to the shaft, shped to give effective air flow and

maximum ventilation consistant with quite operation shall be provided.

e) The starting torque shall match the load torque and the starting current not exceed

150% at full load current.

3.7 STARTERS

Each electric motor shall be provided with a suitable liquid rotor stator electrically

operated automatic type conforming to BIS specifications to limit the starting

current within 50-80% of full load the current while developing 100% of the

starting torque, the motor starter shall be so interlocked that it shall be impossible

to start motor unless full resistance is in circuit and it shall also ensure that motor

cannot continue to run unless the entire resistance has been cut off. Protection

against single phasing & overload preferably static shall be provided. The starter

shall be as per BS.140 (with upto date amendments) the contractor shall supply

the detailed specification. The make of starter shall be Enter Prizing Engineer/

L&T/ Perimal/ Kiburn/ Jyoti. Starter should lee with shorting contractor of

suitable mating.

3.8 ELECTRICAL SWITCH & WIRING

The general work of electric switch and wiring shall be carried out in conformity

with the provision of Indian electricity as amended upto-date and according IS,

1972 and PWD specifications electric cable upto the switch board shall be laid by

the department. The jointing of the cable with switch board and all work beyond

shall be carried out by the contractor.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 62 -

3.9 SWITCH BOARD (CONTROL PANEL)

Totally enclosed sheet steel 16 SWG for wall and 14 SWG for doors only. The

cubical type floor mounted, dust weather and vermin proof, compartmentalized

cubicle design floor mounting type, low tension switch board in unit type

construction, suitable for extension/ modification at a later stage, complete with

aluminum links and bus bars, duly insulated and supported on non - flammable

strong gylam partition, complete internal wiring etc. Suitable foe operation at

400+6% volts 3 phase, 4 wire 50 cycles A.C. supply. The make of electrical

components fitted in control panel shall be GEC/Schneider/EE/LTP/CPS.

The control panel shall comprise of:-

A. Two incoming feeders with following parameter in each feeder.

a. One Horizontal electrically operated draw out type A.C.B. of 1250 AMP as

incoming A.C.B.

b. One set of C.T.S. (2 overload and one earth fault)

of suitable ratio for protection and indication.

c. One set of overload and short circuit release.

d. Cable termination arrangement for PVC insulated.

e. 0-500 voltmeter with selector switch.

f. 1 No A.E. make ammeter of range 0-1250 Amps with 3 No CTS.

g. Automatic power factor system to have constant power factor of 0.95 irrespective

of operation of one pump to four pumps, comprising with automatic power factor

correction relay, contactors, MCCB indicating lights etc.

B. Bus Coupler

1 No ACB as coupler above but without metering apparatus, but indicating lights.

C. Bus Bars

1 set of continuous bus bars of 1600 Amps for panel and 60% cross sectional area

of main bus bar for neutral air insulated, mounted on ceramic insulators

extendable type shall be provided.

D. Outgoing Feeders (Pump House)

a. 4 Nos outgoings feeders for electrically driven pumps each conveying 300 LPS at

60 Mtr head. Each feeder shall comprise of

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 63 -

b. Air circuit breakers of 800 Amp capacity, Horizontal draw out electrically

operated. .

c. An ammeter (range 0-800 Amp) with selector switch and 3 NOCTS.

d. An suitable set of motor protection relay assembly of approved make

MEL/EE/JMP.

e. Single phasing preventer.

f. Under voltage release.

g. Cable termination arrangement.

E. Auxiliary load feeder

(a) 25 Amp TP MCB for vacuum pump & dewatering pump - 04 Nos

(b) 100 Amp MCCB TP for lighting load & Spare - 02 Nos

3.10 PANEL

The main panel of the board shall be total enclosed sheet 16 SWG for the walls &

14 SW G for doors and shutter and will be cubical type, dust, whether and vermin

proof, the panel will have.

i) Panel shall be painted with light grey paint shade 631 of IS 5 after 7 tank process.

ii) The cable entry and exit shall be from bottom and side and gland plates shall be

provided at 50mm from floor level.

iii). Separate lable for each instrument/ equipment shall be provided.

iv) Separate feeder description plates on front door of each feeder shall be provided.

v) Separate space for heater shall be provided in each panel and one common switch

thermostat shall be provided. The housing of the cable in a tray of design

approved by Executive Engineer, the tray shall be provided on plate forms. The

rear section shall be suitable for accommodating all cable boxes, cable cleats and

multi-control terminals. The circuit breakers and large insolating switches shall be

positioned as far the possible below the bus bar chamber to allow for easy cabling

lamps. Shall be located adjacent to the control terminal to which is associated and

subject to the requirement. Care shall be taken to achieve a neat systematical

arrangement. Suitable arrangement shall be made for all types of cable from

below the switch board. Where the cables enter from below cable boxes shall be

fitted at the rear and arranged inters to facilitate making upper and lower units

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 64 -

connection clamps shall be provided to support the weight of the cables, current

transformer and circuit breaker shall be housed in separate chamber. All parts of

equipment shall be accessible and the breaker lowering and raising gear shall be

self aligning type relays and meter shall be easily accessible busbars shall air

insulated C.T.'s safely interlocks, directed acting, trips sufficient ancillary

contracts for control and indication shall be provided. Volt meter and ammeter

shall be provided with stamp & each breaker panel and shall be accuracy of first

grade instruments conforming to relevant I.S specification, shock absorbing

device shall be installed in each phase on the main board.

The assembly shall be given a coat of primer paint and two coats of grey or other

colours as approved by Engineer - in - charge. Name plates shall be fixed on

equipment and panels.

3.11 CIRCUIT BREAKERS

The circuit breakers shall be as per ISI vertically isolated, flush front, single bus

bar, bars metal clad, shall be drawn out type which manually closing mechanism

accommodated in a steel sheet housing as suggested above. The make of the

circuit breaker will be L&T/ Schneider / GEC/CPS or English Electric, circuits

breaker for each feeder shall be housed in separate compartment. Each

compartment shall be provided with hinged door which can be operated

independently of the compartment doors of others feeder section. A fixed quiding

frame shall be provided in the feeder compartment for carrying the with draw able

in case of air circuits breaker. The circuit breaker will be provided with service

and test position in the guiding frame it self. Even when the circuit breaker is put

in test position the compartment doors can be used which will ensure the proper

enclosing if the switch board even when a number of feeder breakers are in test

position. The circuit breakers will be provided with mechanical interlocks so that

it is not plugged inter with drawn from the service position in 'on' position.

3.12 BUS BARS.

Bus bars shall be air insulated, extendable type. These bars and connection shall

consist of hard drawn high conductivity aluminum strip, with P.V.C. sleeves of

appropriate phase colour. The bus bars shall be mounted edge - wise on insulated

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 65 -

base, which will permit sufficient movement for compensation of temperature

stress shall provided with proper breaking to with stand the electric magnetic

force produced during short circuits. The natural bus bars shall be rates for 60% of

the phased rating. The current carrying capacity of bus bar shall not be more than

1 Amp/ mm2

3.13 TERMINALS

The terminal for connections of the cubicles of the out going feeder shall be put at

such locations where these are easily and conveniently approachable and the cable

to do and the cables do not hinder access to any other parts of the cubicle.

3.14 DIRECT ACTING TRIP.

C.T. operated directed acting trips shall be provided as follow:

Over load : 50 to 150%

Earth fault : 20 to 80%

Under Voltage : 70 to 80%

3.15 WIRING SYSTEMS

It shall be suitable for 3 phase, 50 cycles, 4 wire supply with 400 volts between

phase and 220 volts between phase and natural the voltage and frequency of

supply shall be subject to variations permissible under the Indian Electricity act

and rules. The work shall carried out as drawing to be supplied by the contractor

and approved by the engineer-in-charge. Wiring shall be carried out for the

following item.

a) The wiring shall be form the control panel to starters and from starter to motors

with suitable size 3 core PVC insulted PVC sheathed armored cables.

b) The cable size will be appropriate for taking full load current and the size and

make of the cable will be appropriate for taking full load current and the size and

make of the cable will be got approved before installation.

NOTE:- the size of the cable will be got approved before installation. The make of cables

will be ICI/Gloster /Grandly / Siemens

3.16 CABLE LAYING

All cables form switch board to Electric motor starter shall be laid in trenches.

The trenches will be of masonry walls and removable cover grating and shall be

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 66 -

constructed by the department. Cable shall be suitable supported with wooden

cleats mounted on M.S. supports. The supports shall be supplied and erected by

the contractor special case shall be taken to ensure that the cable are not damaged

at bends. Proper spacing of cables shall be provided to minimize the loss in

current carrying capacity drawings showing the arrangement of the cables shall be

supplied by the contractor and got a approved from the Engineer - in - charge.

Nothing extra shall be paid over & above the quoted price to the contractor in case

of any change in the size and length of cable at the time of approval of final

drawings.

3.17 EQUIPMENT WIRINGS

The wire shall be of 660 volts grade. Underground cables shall be of 1100 volts

grade. Final connection to equipment shall be through flexible wiring.

3.18 EARTHING.

It shall be done as per electricity rules including one station earth and double loop

earthing for all electrical equipments. The size of earth strip will be first got

approved before installation.

3.19 DRAWING.

A set of complete drawings giving all single line diagram of wiring. Location of

panel, switch, joints boxes distribution boards etc shall be furnished. The size

capacity and make shall be specified in the tender. The contractor will give

complete drawing of the control panel and get it approved before its fabrication.

During the fabrication of the control panel it will be got checked from

representative of the department.

3.20 TESTING.

Before commissioning the equipment, the entire installation shall be tested in

according with guide of practice IS 732: 1963 and test report be furnished through

a qualified and licensed person of the Chief Electrical in spectorate Haryana.

3.21 MATERIAL & WORKMANSHIP

Specification sets out the general standard of the materials to be supplied and

installed by the contractor. The names of manufacturers of material and the

equipments included in the contract shall be furnished separately.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 67 -

3.22 MATERIAL

All material incorporated in the works shall be most suitable for the performance

of duty and shall be of first class commercial quality selected for long life and

minimum maintenance. They shall be specifically chosen as suitable for use in a

hot humid tropical climate prevailing at the site of work. All parts exposed to

atmospheric conditions shall be completely resistant to corrosion and shall also

maintain their properties without again due to passage of time or may other causes

where stainless steel is specified it shall have resistance to atmosphere correction

and attention shall be pried to prevention their corrosion due to close proximity of

dismilar metals. all similar equipments shall be identical useless and otherwise

specified elsewhere.

3.23 Overall workmanship and finished shall be of first class commercial quality, spare

parts shall be manufactured from same material as original and shall be suitable

for immediate replacement of the original parts. All equipment shall operate

without excessive vibration and with minimum noise. All revolving parts shall be

balanced both statically and dynamically and all parts subjected to dust shall be

totally enclosed in dust proof housing nuts, bolts, studs, and washers to be in

corporated in the plant shall conform to the required standard. These should be of

best quality and properly machined suitable for long life.

3.24 VACUUM PUMP WITH ASSOCIATED PIPING & VALVES.

Liquid ring type, centrifugal horizontal vacuum pump having bronze impeller,

properly balance rotating parts, C.I. casing confirm to IS 250 Gr. 200 C-40 shaft.

The stuffing box be designed so that it can be repacked without removing any

other part.

The vacuum pump should have capacity to deliver atleast 73 m3/hr at 630mm lfg.

The pipe sizes shall be as 40mm complete as per requirement including valve &

all other accessories.

The vacuum pump unit should be complete with M.S. base plate flexible coupling

of suitable rating 50 C/S A.C. supply Kirlosker / NGEF Make motor. The pump

should have a suitable vacuum gauge duly marked vacuum in mm, on the vacuum

pump.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 68 -

3.25 DEWATERING PUMP WITH HOSE AND CABLE.

Verticle, centrifugal, noiseless, vibration free, single stage non clog type

dewatering pump having bronze impeller, C.I. casing & C. Steel shaft with 50mm

hose pipe & 50 Mtr submersible cable. The pump should develop 25 m3/hr

discharge at 15 Mtr head. The pump motor shall suitable for working in

submergence or without submergence in water and pump should be portable type

with hooks and pump. Impeller should be mounted on the extended shaft of the

motor & pump should be have mechanical seal.

3.26 PIPE WORKS AND VALVES

Valves, all pipes shall be ISI marked class (B) C.I. pipe work shall be strictly as

per tender layout plan. The class of valve should be same for all the valves

flexible joints should transfer longitudinal thrust along the pipe work as whole.

The contractor shall indicate on his drawing, details of thrust blocks which are

required to anchor pipe work to be supplied by him. Particular care shall be take

to ensure that pipe work thrust are, as for as possible not transmitted to machinery

of other associated equipment pipe work shall be done by the contractor as and he

shall quote his rates for the same. The supports of the pipe shall be made R.S.

Joints (as per design approved by the Engineer - In - Charge) in side the pump

house of C.C. block out side the pump house.

3.27 MAKES OF EQUIPMENT

The tenderer will quote for the various equipment of the makes as mentioned

separately in Annexure 'A' and no other make for any of the items shall be

accepted.

3.28 The tenderers shall quote list of spares separately item wise and attach annexure-B

which will not form parts of main offer. All the spares shall new-unused and

strictly in chargeable with the parts for which will they are intended to be replaced

and shall be treated and packed separately for long storage under the climatic

conditions prevailing at the site. All such cases/ containers to be opened for

check-up and when requested by the Engineer-in-charge and there for after

repacking shall also be arranged by the contractor. The Engineer-in-charge will

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 69 -

have the option to purchase some or any of the spare parts. The order there fore

may be placed with the successful bidder with or without spare parts.

TESTING

"TESTING' of the equipment before supply and commissioning under this

contract.

3.29 ROUTINE TEST OF THE MANUFACTURES WORKS

The contractor will ensure that equipment before dispatch under go tests at the

respective manufacturers work in the presence of engineer-in-charge or his

representative not below the rank of S.D.E.A Certificate in duplicate to this effect

along with details of tests and their results should be clearly stated and submitted

to the engineer-in-charge. The certificate shall also be signed, by the contractor.

No material of item of the equipment shall be erected until its test contractor. No

beakrial or item of the equipment to be erection in till its test certificate has been

received by the Engineer-In-Charge.

3.30 a) All pumps shall be tested at the manufacturers works in the presence of

departmental engineer. Who will witness testing on full speed. Testing of pumps

shall be carried out as per ISS codes- for every pump so tested a pump sets record

sheet as per relevant IS shall be prepared and submitted to the engineer-in-charge.

Testing of pumps shall be arranged at his own cost by the contractor. At least 15

days notice shall be given for deputing the departmental for works inspection.

b) MOTORS

All motors of each capacity to be coupled to the main pumps shall be got tested at

manufacturers works for routine tests as per ISS also efficiency test shall also be

witnessed by the engineer-in-charge.

C SLUICE VALVES

All valves of main header should be tested at the manufacturers work based on

relevant ISS code. Departmental engineer will also witness testing of C.I. pipe

header, valves at the manufacturers works as and when they shall be ready. Sluice

valve & NRVS shall be of 1.00 MPA for seat and body test pressure 105 MPA,

spindle of the sluice valve shall be of stainless steel. Sluice valve should see non

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 70 -

rising spindle of SSA-ISI-410, body/starting of LTB2 as per IS 318, with BTB and

gear box arrangement. NRVS of during check type conform to IS - 5312 with

body/ seat ring of LTB2 as per IS 318, hings pin of SSA-ISI-410.500mm dia NRV

of spindle door type and 800mm dia NRV of multi door type.

3.31 PUMPS

GUARANTEE OF PERFORMANCE AND TOLERANCE

The performance of the pumps shall be guaranteed as per IS with an allowable

tolerance of 3% on efficiency and +2.5% on the discharge at the duty point only.

3.32 MOTOR

The performance of the motors shall also be guaranteed as per relevant IS code. A

latest issue of the applicable code shall be made available. The test result shall be

complied and submitted to the Engineer - in -charge duly signed by the contractor.

3.33 COMBINED EFFICIENCY

From the above test results, the combined efficiency (after allowing tolerance as

per ISS) of the pumps and motor shall be worked out.

3.34 A TEST OF COMPLETION OF THE WORK.

After completion of the entire works, the contractor shall arrange for the final

testing of the plant/machinery equipments. The motive of this test shall be ensure

that the works carried out under the contract give trouble free operation. The

minimum of site tests to be carried out on each completed section of electrical and

mechanical plant shall be as under:-

i) Insulation resistance test, continuity and earth tests for all electrical

equipments including cables etc.

ii) Test to prove correct operation of interlocks tripping and closing circuits,

indicators etc.

iii) Test to prove correct operation of all switch gears and to check their

sensitivity and stability.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 71 -

iv) Mechanical test shall be to ensure correct assembly of the components

parts and also free from vibration while working.

The contractor will make arrangements for all skilled/unskilled labour and

necessary instruments shall be supported with deliberation certificates. If these

tests show noticeable deterioration in the performance of the plant or any

particular item of the plant, the contractor will rectify the same immediately at his

own cost.

B RUNNING TRIAL The testing of machinery shall be done for trouble free continuous running of each

unit for 24 hours at site. During this period fuel and lubricants will be arranged by

the contractor at his own cost.

3.35 ERECTION

Being a turn-key job the contractor shall requires to erect all the equipment

supplied under the contract to either the tentative layout plan of the department or

to any other layout plan approve by the Engineer - in - charge to his almost

satisfaction up to the limit to contract. The contractor shall provide employee

upon the site in connection with the execution and testing of the plant only such

technical persons who are skilled and experienced in their respective field. The

Engineer shall be at liberty to object to and require the contractor to remove from

the work any person employed by the contractor for execution of the works who

in the opinion of the Engineer has miscomputed himself or is incompetent or

negligent in the proper performance of the duties.

3.36 FOUNDATION PREPARATION

The contractor shall provide necessary design and drawings in advance to the

engineer - in - charge for preparation of foundations for various equipment. The

foundation shall be constructed by the contractor himself. The foundation as shall

be constructed by the contractor him self, in addition of all civil works, such as

digging of trenches/ breaking including of holes in his walls and repairs thereof

shall be of contractor liability.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 72 -

3.37 Danger plates in Hindi, as well as in English are to be fixed on all the electrical

equipment so as to caution from voltage.

TAKING OVER BY THE DEPARTMENT AND MAINTENANCE

a. TAKING OVER.

After the work is completed in all respect and the contractor shall issue a notice to

the effect that plant is ready for testing the tests shall be carried out and if

everying found in order for which written confirmation shall be made by the

Engineer - in - charge, the works shall be taken over by the department.

b. MAINTENANCE & TRAINING OF OPERATORS

The contractor shall, without any expense to the department maintenance carryout

for a period of 12 months after the installation is taken over by the engineer - in -

charge all routine and special maintenance of the plant and attend to any defects

arising in operation of the plant. The contractor shall associate with him during

the erection and commissioning period, the departments operation staff to

familiarize them with operations & maintenance of the plant. If required by the

engineer - in - charge operating the contractor shall also agree to trained the

members of Engineer - in - charge operating staff at his cost.

c. AFTER SALES SERVICES.

Tenderers shall give full details for the various facilities which they can offer after

sales service for the supply replacement of components and also for the skilled

maintenance which may be required by the engineer - in - charge.

d. REMOVAL OF DEFECTS.

As regards defects, the same have be attended in terms of guarantee clause at I.T. 9 on page _____ of the specification.

EXECUTIVE ENGINEER, HUDA DIVISION,

BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 73 -

fitted at the free and shall have ample capacity to deal with any axial thrust. Standard

cartridge housed type bearing which effectively seal off dust and moisture even

when the motor is dismantled shall be used. Unit type lubricators shall be

provided to enable to the bearings to be correctly/ grease.

d) The sliprings shall preferably be of phosphorous of bronze of an insulated cast-

iron hub. There shall be carried or extension of the shaft at the non driving end the

machine. Generous spacing between the rings shall be provided to ensure case of

cleaning and freedom from flashover. The brushes shall be continuously rates.

The sliprings and the brush gear shall readily accessible.

e) A rigidly built fan secured to the shaft, shped to give effective air flow and

maximum ventilation consistant with quite operation shall be provided.

f) The starting torque shall match the load torque and the starting current not exceed

150% at full load current.

3.7 SOFT LIQUID ROTOR STARTERS

The purpose of self starter is to maintain a required constant start current for

example 1.3 to 2.5 time the rated current of wound rotor motors and 1.5 to 3.5

times to the sq.cage rotor motor with soft starter excessive voltage drop, unduly

high acceleration speed, excessive heat produced by high starting current etc can

be avoided. Soft starter can prolong life of motor and protect mechanical impact

on transmission gear and load. Most important of all, as the start current and start

duration of liquid resistor soft starter can be adjusted on site. PP tanks are

provided, which are very long life in compensation to fabricated town. Chemical

are used as electro light which are not required to replace in 10 years. The make

of soft liquid rotor starter shall be “SSE/KILBURN/EE"

3.8 ELECTRICAL SWITCH & WIRING

The general work of electric switch and wiring shall be carried out in conformity

with the provision of Indian electricity as amended upto-date and according IS, 1972 and PWD

specifications electric cable upto the switch board shall be laid by the department. The jointing

of the cable with switch board and all work beyond shall be carried out by the contractor.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 74 -

Name of work:- Improvement of water supply sewerage and Storm Water Drainage Scheme in MIE Part-A & B Bahadurgarh against ASIDE scheme under Govt. of India, "Providing, installing , testing, of 3 Nos electric driven Submersible sewerage pumps of 7200 LPM each against a head of 15 Mtr driven by suitable capacity of electric motor at sewerage water disposal MIE Part-A & B Bahadurgarh including 72 hours trial run and all other works contingent thereto."

E/Money Rs. 50000/-

SCHEDULE NO. IV

The following is the price schedule for the design supply erection, testing,

commissioning and handing over 3 Nos submersible sewerage pumping set of 7200 LPM each

against a head of 15 Mtr driven by sutabile capacity of electric motor at sewerage water

disposel MIE Part-B Bahadurgarh.

L.S. rates to be quoted by the firm/Contr/ Supplier or the entire job covered under

contact

Sr No.

Description of item Unit Qty

Total cost for providing and fixing complete

1 Providing and installation of Kiloskar/

KSB/Kishore/Jyoti/Crompton/Kirloskar

make Submersible sewarage pump

for delivering 7200 LPM each of

sewage water against ahead of 15 Mtr

complete in all respect as per detailed

specification and drawing approved in

the DNIT with Electrical Motors

complete in all respects as per

drawings and specification to suit the

pumps. As per detail technical

specification of Pumps/Machinery

enclosed.

Each

3 Nos

Rs. ________

2 Stardelta starters to suit the electric

motor Sr. No. 2 above as per

specification & drawings in the DNIT.

Each

3 Nos

Rs. ________

3 Control panel complete both circuit

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 75 -

breakers as per specification and

drawings detailed herein the DNIT for

electric pump set complete given as

above at Sr. No. 1 & 2

Job

Work

1 No

Rs. ________

4 Wiring & cables for pump sets motor at

Sr No. 1 & 2 above complete as per

specification & drawings in the DNIT.

Job

Work

1 Lot

Rs. ________

5 Earthing for electric pump sets

complete as specified in the DNIT.

Approved (original)

Job

Work

Comp

Job

Rs. ________

EXECUTIVE ENGINEER,

HUDA DIVISION, BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 76 -

ANNEXURE - 'A'

1. Pumps /Motor

Horizontal split casing

Jyoti/ Kirloskar/ /KSB/KISORE/CROMPTON

Worthington/ BEACON-WEIR

2 L.T. Panel components Sehneider ,LT/GEC,EE,Siemens/C&S( Control and switch gear)/ Jyoti.

3 Starters MEI,Kilburn, / Perimal ,

4 A.C.B. L&T/EE/Schneider / C&S/GEC.

5 Cables/ Wire Indian cable co/cable corporation of India/ Siemens. Gloster,

Grandly ICL or any other reputed ISI make..

6 Valves I.V.C. Only

7 Vacuum pump KBL/SML.

8 Shunt capacitors Unistor/crompton greaves/NGEF/ASIAN/ KHATAU/

MADHAV/USHA or any other reputed ISI make.

9 Tools Jhalani/ Dewidatt/ Taparia. .

10 Pressure gauge FIEBIG/HCI/ANI/GLL.

11 Dewatering pumping set Mody/Puken/Darling/KBL

12 Zero velocity valve FLOWNIX/DELTA

Note:-

A. The department reserves right to choose any one make while placing the work order.

B. It also reserves the right to change the make of any item of supply provided the same is

found to be more or equally suitable from performance point of view and price wise etc.

C. Price of different makes of item be given separately e.g. for pumps the process.

WORTHINGTONPUMPS KIRLOSKAR MATH & PLATT. WORTHINGTON BEACON WEIR Rs. Rs. Rs. Rs. Rs.

D. Make of any other item not specified above shall be approved by the department.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 77 -

ANNEXURE C

DETAILED PARTICULARS OF THE PLANT

(To be completed by the tender)

Particulars mentioned in this annexure by the tenderer shall be binding upon the

contractor and may not be varied. The approval or otherwise of the particulars given

shall in obligation under the contract.

TABLE- 1 (SEWERAGE WATER PUMPS)

1. Manufactured by & year of Manufactured. 2. Type 3. Capacity. 4. Standard to which manufactured. 5. Type of impeller. 6. weight of impeller. 7. Dia of impeller. 8. Material of shaft. 9. Material of impeller. 10. Material of casing 11. Min dia of the shaft 12. Material of shaft sleeves & gland. 13. Type of flexible coupling between pump and motor. 14. Type of bearing. 15. Critical speed of shaft 16. Dia of suction inlet 17. Dia of delivery outlet 18. Nominal speed of the pump 19. Class & flanges 20. Type of gland and packing 21. Method of lubrications of the pump 22. Maximum suction on lift 23. Total head of pumps/discharge 24. Speed of pumps 25. Pumps input at duty point 26. Maximum pump input for the works & range between+10% and (-) 25% of specified

head. 27. Efficiency of pump 28. Maximum power consumed by the pump 29. Characteristic curves indicating the quantity of water delivered at head varying from

+10% to (-) 25% of the rates head. [

EXECUTIVE ENGINEER, HUDA DIVISION,

BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 78 -

TABLE II MOTORS RAW WATER

1. Name/code designation of motor of manufacture.

2. Type.

3. Rating

4. Speed

5. Starter voltage

6. Starter current

7. Starter cable size No. of cores and type

8. Rotor & current

9. Rotor cable size no. of cores and type

10. Rotor voltage

11. Class of winding insulation

12. Type of bearings

13. type of enclosure

14. Weight of motor

15. overall dimensions

16. Power margin over the whole working range

EXECUTIVE ENGINEER, HUDA DIVISION,

BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 79 -

TABLE III

STARTERS FOR SEWERAGE WATER PUMPS

1. Manufacture by 2. Type 3. Operation 4. Type make of relays for overload protection 5. type and make of Moval/under voltage relay 6. System of emergency trip 7. Maximum current rating

TABLE IV

PANEL FOR SEWERAGE WATER PUMPS

1. Manufactured by Incoming feeder Outgoing feeder 2. Type 3. Capacity of bus bars 4. Material for bus bars 5. Overall dimensions 6. Capacity of A.C.B 7. Make & type of C.T.'S 8. Ratio and class of C.T.'S. 9. Make and type of over current relays.

TABLE V

BOARD FOR SEWERAGE WATER PUMPS

1. Manufactures by Same as L.T. Board 2. Type 3. capacity of bus bars 4. Material for bus bars 5. Overall dimensions 6. Capacity switch fuse unit 7. Make & type of C.T.'S 8. Ratio and class of C.T.'S 9. Make and type of over current relay

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 80 -

ANNEXURE 'D'

ALTERATION/DEVIATION IN PLANT REQUIREMENT AND MATERIAL

The firm shall hereby states clearly in part 'A' any alteration in the equipment and the material

which it has to propose for better working of plant. The firm should also mention the net effect

of such alternatives and alteration upon the tender price. This should stated item wise and not on

the basic of lump sum rate.

Although it is presumed the at the tenderer shall quoted strictly as per NIT conditions

and specification, yet in part 'B' of this schedule the tenderer has to very clearly give details of

items both commercial & technical where deviations have been made in the office from the

tender specification. In case of any omission on the part of the tender, the department conditions

and specification shall prevail.

PART 'A'

Item No. Description of proposed Alteration for better Working of plant

Net effect (l) upon tendered price (to be given in price Bid. Separately

PART 'B'

Item (starting form)

Description as per NIT description as per offer

Net effect upon tendered price if NIT specification are adhered to (to be given with price bid separately)

EXECUTIVE ENGINEER, HUDA DIVISION,

BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 81 -

ANNEXURE 'E'

CONTRACTOR'S DRAWINGS

The tenderer shall give below a list of all drawings submitted with his tender.

Sr. No. Title No. of

Signature and official

Stamp of tenderer_________________

Address ________________________

Dated __________________________

EXECUTIVE ENGINEER, HUDA DIVISION,

BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 82 -

ANNEXURE 'E' DELIVERY AND ERECTION TIME

Sr. no Item of plant Time calculation works from

date of award of contract.

To complete delivery To complete erection

1. Electric motor Nos pump.

2. Starters for (l)

3. Electric panel for (l)

4. Pipes and pipe fitting

5. Valves

6. Spares

7. Tools

8. Miscellaneous items

9. wiring and earthing materials

EXECUTIVE ENGINEER,

HUDA DIVISION, BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 83 -

ANNEXURE 'G'

(SCHEDULE OF PRICES)

1. Total tender as per schedule no. _________________________________

2. Cost of deviation as per statement Annexure _______________________

Stamp & signed of tendered

EXECUTIVE ENGINEER, HUDA DIVISION,

BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 84 -

ANNEXURE - H LIST OF PREVIOUS CONTRACT

The tender shall list hereunder previous installation works of similar nature to the

work called for, under the contract which he as under taken.

1. Name of work ________________________________________________________

Value _____________________________ Time allowed ______________________

Dated of commencement and completion ___________________________________

2. Name of work ________________________________________________________

Value _____________________________ Time allowed ______________________

Dated of commencement and completion ___________________________________

Title and location ______________________________________________________

3. Title of location _______________________________________________________

Value _____________________________ Time allowed ______________________

Dated of commencement and completion ___________________________________

Signature and official

Stamp of tenderer __________________

Address __________________________

EXECUTIVE ENGINEER, HUDA DIVISION,

BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 85 -

ANNEXURE - J

GUARANTEES

We guarantee that:-

a. We will replace, repair and adjust free of all charge to the Executive Engineer incharge

any part of the plant which fails to comply with the specification of amendment to such

specification as refereed to in our specification attached to our tender, wear and tear

expected, until the completion of the maintenance period.

b. All the pumping machinery will be reliable.

c. All the pumping machinery will be of a type which has been proved in service to be

suitable for the duty required, by the specification and will have been manufactured and

tested in accordance with the appropriate standard specifications approved by the

Engineer - concerned at the time of tendering.

Signature _____________________________________________________________________

In the capacity of ______________________________________________________________

WITNES ____________________________________________________________________

Occupation __________________________________________________________________

Address______________________________________________________________________

_____________________________________________________________________________

Dated ______________

EXECUTIVE ENGINEER, HUDA DIVISION,

BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 86 -

ANNEXURE - K CONTRACT DRAWING AND INSTRUCTION MANUALS

1. The contractor shall supply the following in accordance with the DNIT.

a. Contractors tender Drawings.

b. Detailed drawings.

c. Cabling & wiring diagram & schedules.

d. Approved detailed drawings.

e. Approved cabling and wiring diagram schedules.

f. Record drawing.

2. The contractor shall supply instruction manuals in accordance with DNIT.

Stamp & sign of tenderer

EXECUTIVE ENGINEER, HUDA DIVISION,

BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 87 -

PERFORMA - "L-A"

Detail of work completed

Sr. No

Name of work completed of similar

nature

Amount of contract

Actual amount of final bill received

Agreed period of completion from to

Actual period of completion from to

Name of Town/City state in which site is

located.

EXECUTIVE ENGINEER, HUDA DIVISION,

BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 88 -

PERFORMA - "L-A" Detail of work completed

Sr. No

Name of work completed of similar

nature

Amount of contract

Actual amount of final bill received

Agreed period of completion from to

Actual period of completion from to

Name of Town/City state in which site is

located.

EXECUTIVE ENGINEER, HUDA DIVISION,

BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 89 -

PERFORMA - "L-B" Detail of work in hand

Sr. No

Name of work completed of

similar nature

Amount of contract

Date of agreement

Agreed date of completion

Agreed progress to end of

previous month

Actual progress to end of

previous month

Name of Town/City state in which work /

site is located.

EXECUTIVE ENGINEER, HUDA DIVISION,

BAHADURGARH.

C:\Users\Ravi\Desktop\softcopyofdnits\50,000-.doc - 90 -

PERFORMA - "L-C"

Detail of work already tendered

Sr. No

Name of tendered of similar nature

Estimated cost

Amount of contract

Name of Town/City state in which site is located.

EXECUTIVE ENGINEER, HUDA DIVISION,

BAHADURGARH.

E.E.

CONTRACTOR WITNESS EXECUTIVE ENGINEER

Name of work:- Improvement of water supply sewerage and Storm Water Drainage Scheme in MIE Part-A & B Bahadurgarh against ASIDE scheme under Govt. of India, "Providing, installing , testing, of 3 Nos electric driven Submersible sewerage pumps of 7200 LPM each against a head of 15 Mtr driven by suitable capacity of electric motor at sewerage water disposal MIE Part-A & B Bahadurgarh including 72 hours trial run and all other works contingent thereto."

E/Money Rs. 50000/-

Technical specifications of pumps and machinery are as under:-

Sr. No.

Parts Material

1 Pump casing CF8M 2 Motor Housing (MH) CF8M 3 Impellor Front Open CF8M 4 Rotor Shaft SS410 5 Fasteners in liquid SS316 6. Pump mechanical seal (PMS) SIC vs SIC-AES 7 Motor mechanical seal (MMS) C Vs St. Steel-4 8 Auto Rail Coupling CF8M 9 Guide Rail Pipe SS316 10 Lifting Chain SS316 11 Solid handling/throttling capacity Not less than 100mm