You are on page 1of 301

STANDARD BIDDING

DOCUMENT
FOR

GMADA
(GREATER MOHALI AREA
DEVELOPMENT AUTHORITY)
GREATER MOHALI AREA DEVELOPMENT AUTHORITY
(PUDA Bhawan, Sector 62, S.A.S Nagar)

BIDDING DOCUMENT

Name of Work : Development of Land including civil,


public Health and Electrical work at
Ecocity (Phase-2), New Chandigarh,
Mullanpur, S.A.S Nagar including five
years maintenance
.
Time Limit for Completion : 24 Months
Bid Security :
A. For Lump Sum Contracts
(i) With Technical Bid : NA

(ii) With Financial Bid :

B. For Item Rate/Percentage Contracts :


(i) With Technical Bid Rs. 104.56 lacs
(ii) Cost of Bid Document Nil
iii) Processing Fee Rs. 5750/-

This copy of Bidding Documents is issued to:-

M/s ….……………………………………………………………………..…..…………

………………………………………………………………………………………………

……………………………………………………………………………………………

Signature of Authorized Officer


LIST OF IMPORTANT DATES

Website : www.etender.punjabgovt.gov.in

List of Important Dates of Submission of Online Bids :-

1. Name of Work : Development of Land including civil,


public Health and Electrical work at
Ecocity (Phase-2), New Chandigarh,
Mullanpur, S.A.S Nagar including five
years maintenance.

2. Completion Period for : 24 Months


construction/ Upgradation

3. Mode of submission of To be submitted on-line at


Tender www.etender.punjabgovt.gov.in

4. Period & Time for download From: Date Month Year


of Bidding Documents from Time hours
E-procurement portal
To: Date Month Year
Time hours

5. Time, Date & Place of Pre- Date Month Year


Bid Meeting Time Hours

6. Time & Date of online From: Date Month Year


submission of Bids Time hours

To : Date Month Year


Time hours

7. Time & Date of Opening : Date Month Year


online Technical Bids Time hours

8. Time & Date of Opening : Date Month Year


online Financial Bids Time hours

9. Place of Opening online Bids : Superintending Engineer (C-II)


GMADA
S.A.S. Nagar (Mohali).

10 Last Date of Bids validity : Date Month Year

11. Officer Inviting Bids Divisional Engineer (C-II)


GMADA
S.A.S. Nagar (Mohali).
INDEX

Section Name of Section Page No.

0 Invitation for bids (IFB) 5

1 Instructions to bidders (ITB) 12

2 Qualification information 34

3 Conditions of contract
i) General conditions of contract 46
ii) Conditions of particular application 70

4 Contract data 72

5 Technical conditions, specifications and requirements 78

6 Modal rules for the protection of health and sanitary 85


arrangements for workers

7 Contractor's labour regulations 91

8 Form of bid 97

9 Bill of quantities 99

10 Securities and other forms 103

11 Drawings , site investigation data and other technical plans 111

12 Documents to be furnished by bidder 112


5

SECTION 0

INVITATION FOR BIDS


(IFB)

Contractor Witness Divisional Engineer (C-II)


6

GREATER MOHALI AREA DEVELOPMENT


AUTHORITY
(PUDA Bhawan, Sector 62, S.A.S Nagar)
TENDER NOTICE INVITING e-TENDERS
Press Note
On line tenders on percentage basis (above or below or at par the DNIT amount) for the below mentioned
work are invited from the eligible contractors enlisted in PUDA/ GMADA /Central/State Government
Departments/PSUs for the appropriate class and category.
Sr. Name of the Work Estimate Earnest Tender Period of
No d Cost Money Processing completion
(in Lacs) (in Lacs) Fee
1 Development of Land including civil, public Health and
Electrical work at Ecocity (Phase-2), New Chandigarh, 9955.82 104.56 5750/- 24 Months
Mullanpur, S.A.S Nagar including five years maintenance.
Period of availability of tender on line, date and time of on line bid submission and place, date & time of
opening of bids are as given below: -

S.No. Availability of tender on- Last date & Place, Date & Time of opening of tender
line for bidding Time for on-
From To line Place Prebid Technical Bid Financial Bid
submission of
bids
Work at 19-11-2016 6-12-2016 6-12-2016 S.E (C-2) 28-11-16 6-12-2016 7-12-2016
Sr. No. 1 15:00 PM 11:00 A.M 11:00 A.M GMADA, 12:00 PM in 16:00 P.M. 15:00 P.M.
Room No. Room No.
411, 4th 411, 4th Floor,
Floor, PUDA
PUDA Bhawan,
Bhawan, Sector 62,
Sector 62, SAS Nagar
SAS Nagar

1. For detailed terms and conditions of the notice inviting bids refer to our website
www.etender.punjabgovt.gov.in.
2. For participating in the above e-tenders, the contractors shall have to get themselves registered
with etender.punjabgovt.gov.in and get user ID, password, Class 3 digital signatures. For any
clarification / difficulty regarding e-tendering process they can contact on 09257209340,
08054628821 or 0172-5020802.

Divisional Engineer (C-2)


GMADA, SAS Nagar.

Endst. No. GMADA/DE (C-2)/2016/4690-4703 Dated: 18-11-2016


A copy of the same is forwarded to the following for information and further
necessary action:-
1. Chief Engineer, GMADA, S.AS. Nagar.
2. Superintending Engineer (C-2), GMADA, S.A.S Nagar.
3. All Divisional Engineers, GMADA, S.AS. Nagar.
4. Accounts Officer (CC/P), GMADA, S.AS. Nagar.
5. DHD/S.O (w). O/o D.E (C-2), GMADA, S.AS. Nagar.
6. Assistance System Manager, GMADA, S.A.S Nagar.

Divisional Engineer (C-2)


GMADA, SAS Nagar.

Contractor Witness Divisional Engineer (C-II)


7

GREATER MOHALI AREA DEVELOPMENT


AUTHORITY
(PUDA Bhawan, Sector 62, S.A.S Nagar)

TENDER NOTICE INVITING e-TENDERS


On line tenders on percentage rate basis (above or below or at par the DNIT amount) for the below
mentioned work are invited from the eligible contractors enlisted in PUDA/ GMADA /Central/State
Government Departments/PSUs for the appropriate class and category.

Sr. Name of the Work Estimated Cost Earnest Tender Period of


No. (in Lacs) Money Processing completion
(in Lacs) Fee (Appx.)
1 2 3 4 5 6
1 Development of Land including civil,
public Health and Electrical work at
Ecocity (Phase-2), New Chandigarh, 9955.82 104.56 5750/- 24 Months
Mullanpur, S.A.S Nagar including five
years maintenance.

Period of availability of tender on line, date and time of on line bid submission and place, date & time of
opening of bids are as given below: -
S.No. Availability of tender on- Last date & Place, Date & Time of opening of tender
line for bidding Time for on-
From To line Place Prebid Technical Bid Financial Bid
submission of
bids
Work at 19-11-2016 6-12-2016 6-12-2016 S.E (C-2) 28-11-16 6-12-2016 7-12-2016
Sr. No. 1 15:00 PM 15:00 P.M 15:00 P.M GMADA, 12:00 PM in 16:00 A.M. 15:00 P.M.
Room No. Room No.
411, 4th 411, 4th Floor,
Floor, PUDA PUDA
Bhawan, Bhawan,
Sector 62, Sector 62,
SAS Nagar SAS Nagar

1) The tender documents can be down loaded from website www.etender.punjabgovt.gov.in. The down
loaded documents from the website should not be tampered with, and if any such tampering with is
detected before or after the opening of bids, the bidder shall be penalized and blacklisted.
2) For participating in the above e-tenders, the contractors shall have to get themselves registered with
etender.punjabgovt.gov.in and get user ID, pass word, Class 3 digital signatures. For any
clarification / difficulty regarding e-tendering process they can contact on 09257209340,
08054628821 or 0172-5020802, 0172-3934667
3) Any corrigendum / addendum / corrections and postponement shall be published on the website
only. The bidders should keep checking the website.
4) Bidders shall have to pay the earnest money as per clause 16.1 (Bid Security/Earnest Money) of
Section I (Instruction to Bidder).
5) Bidders shall have to pay the tender processing fee on line through e-portal
www.etender.punjabgovt.gov.in as mentioned above. It will be the sole responsibility of the bidder
to transfer the earnest money online upto the last date of submission of bid and if any public holiday
falls during submission period of bid, no claim toward extension in time for bid submission will be
considered/entertained.

Contractor Witness Divisional Engineer (C-II)


8

6) Bidders shall up load scanned copies of all the papers i.e proof of earnest money, tender fee, tender
processing fee, Enlistment certificate, PAN Card, VAT No, and other certificates/documents as
required in the eligibility criteria, without which the financial bid of the tenderer would not be
opened & the tenders would be rejected.
7) Bid documents consisting of qualification information and eligibility criterion of bidders, plans,
specifications, drawings, the schedule of quantities of the various classes of work to be done and the
set of terms & conditions of contract to be complied with by the Contractor can be seen on website
www.etender.punjabgovt.gov.in and scanned copies of the required documents and information as
per section-2 (formats & annexure) should be attached in the technical bid as prescribed in the SBD.
8) Uploaded documents of valid successful bidder will be verified with the original before
signing the agreement. The valid successful bidder has to provide the originals to the
concerned authority on receipt of such letter, which will be sent though registered post/e-mail.
9) Bids must be submitted only online through e-portal www.etender.punjabgovt.gov.in before the time
specified in the above table (as per server clock). GMADA does not take any responsibility for the
delay caused due to non availability of internet connection or network traffic jam for on line bids.
10) Conditional bids and the bids not meeting the qualifying criteria on the date of receipt of the bids
shall be summarily rejected.
11) The successful agency will have to get registered himself with Labor Department under Labor Act
1970 if not already registered.
12) Service tax as applicable will be reimbursed on production of original receipt / challan from the
concerned department.
13) If the date of opening of tender happens to be a public holiday, then the tender will be opened on
next working day at the same time and place.
14) GMADA reserves the right to reject any or all tenders without assigning any reason.

Divisional Engineer (C-2)


GMADA, SAS Nagar.

Endst. No. GMADA/DE (C-2)/2016/4690-4703 Dated: 18-11-2016


A copy of the same is forwarded to the following for information and further
necessary action: -
1) Chief Engineer, GMADA, S.AS. Nagar.
2) Superintending Engineer (C-2), GMADA, S.A.S Nagar.
3) All Divisional Engineers, GMADA, S.AS. Nagar.
4) Accounts Officer (CC/P), GMADA, S.AS. Nagar.
5) DHD/S.O (w) O/o D.E (C-2), GMADA, S.AS. Nagar.

Divisional Engineer (C-2)


GMADA, SAS Nagar

Contractor Witness Divisional Engineer (C-II)


9

SECTION I

INSTRUCTIONS TO BIDDERS
(ITB)

Contractor Witness Divisional Engineer (C-II)


10

Section 1: Instructions to Bidders

Table of Clauses

A. General Page D. Submission of Bids Page


No. No.

1. Scope of Bid 14 19. Sealing & marking of Bids 23


2. Source of funds 14 20. Deadline for submission of 24
Bids
3. Eligible Bidders 14 21. Late Bids 24
4. Qualifications of Bidder 14
5. One Bid per bidder 18
6. Cost & Sufficiency of 18
Bidding
7. Site Visit 18

B. Bidding Documents E. Bid Opening and Evaluation

8. Content of Bidding 18 22. Bid Opening 24


Documents
9. Clarification of Bidding 19 23. Process to be confidential 25
Documents
10. Amendment of Bidding 19 24. Clarification of Financial Bids 25
Documents
25. Examination of Bids and 25
Determination of
Responsiveness.
26. Correction of Errors 26
27. Evaluation and comparison of 26
Financial Bids

C. Preparation of Bids F. Award of Contract

11. Language of Bid 20


12. Documents of comprising 20 28. Award Criteria 27
the bid
13. Bid Prices 21 29. Employer’s Right to Accept 27
any Bid and to Reject any or all
bids
14. Currencies of Bid and 21 30. Notification of Award and 27
payment signing of Agreement
15. Bid Validity 21 31. Performance security 28
16. Bid Security 22 32. Corrupt or fraudulent practices 28
17. Alternative proposals by 22
bidders
18. Format and signing of Bid 23

Contractor Witness Divisional Engineer (C-II)


11

A. GENERAL

1. SCOPE OF BID
The Employer (named in Appendix to ITB) invites bids for the Project/Works (as defined in these
documents and referred to as “the Project/Works”) detailed in the table given in IFB. The bidders
may submit on-line bids for any or all of the Project/Works detailed in the table given in IFB.
The successful bidder will be expected to complete the Project/Works by the intended completion
date specified in the Contract Data.
Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their derivatives
(bidder/tenderer, bid/tender, bidding/tendering etc) are synonymous.

2. AUTHORITY, & SOURCE OF FUNDS


2.1 GMADA is mandated to undertake such work under the Punjab Regional and Town Planning and
Development Act 1995.
2.2 The expenditure on this Project/Work will be met from the funds to be released by GMADA.
2.3 GMADA shall not be responsible for non release or delayed release of funds by the concerned
department in case of deposit works.

3. ELIGIBLE BIDDERS
3.1 This Invitation For Bids is open to established and reputed contracting agencies who fulfill the
requirements laid down in Clause 4.3 of ITB.
3.2 All bidders shall provide in Section 2- Forms of Bid and Qualification Information, a statement that
the Bidder is neither associated, nor has been associated, directly, or indirectly, with the Consultant
or any other entity that has prepared the design, specifications, and other documents for the
Project/Work or being proposed as Project/Work Manager for the contract. A firm that has been
engaged by the Employer to provide consulting services for the preparation or supervision of the
works, and any of its affiliates, shall not be eligible to bid.
3.3 (a) “The bidder could be an individual, Limited Company / corporation, Proprietary firm, Partnership
etc. Consortium or Joint Venture of such firms / Companies etc. are also allowed to bid for the land
development works costing Rs. 5.00 Crores and above.”
(b) Additional criteria for Joint venture (For land development works costing Rs. 5 Crore and above is
annexed at Annexure ‘JV’

4. QUALIFICATION OF THE BIDDER


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

Contractor Witness Divisional Engineer (C-II)


12

4.2 All bidders shall attach the following information and documents with their on-line Technical Bid
along with the information required as per Section 2:

A. For woks upto Rs. 1.00 Crores


a) Copy of the valid enlistment with PUDA/GMADA/Central/State Govt./PSUs under
appropriate class and category of work:,
B. For works above Rs. 1.00 crores
(a) Copies of original documents defining the constitution or legal status, place of registration
and principal place of business; written power of attorney to the signatory of the Bid to
commit the Bidder
b) List of similar works completed during previous years duly supported with performance
certificate from authority for whom work has been completed and information shall include
name of work, estimated cost, date of start and date of completion;
(c) List of equipment and machinery available with documentary proof of ownership and
machinery proposed for deployment for execution of work;
(d) Qualifications and experience of key site management and technical personnel proposed for
Contract;
(e) Reports on financial standing of the Bidders, such as profit and loss statements and auditor’s
reports for the past five years;
(f) Evidence of access to line(s) of credit and availability of other financial resources facilities
(10% of contract value), certified by the Bankers (Not more than 3 months old)
(g) Undertaking that the bidder will be able to invest a minimum cash upto 25% of contract
value of work, during implementation of work.
(h) Authority to seek references from the Bidder’s bankers;

In addition, each bidder shall submit the following information for his qualification :

(a) Copy of Permanent Account Number (PAN) issued by Income Tax Department;
(b) Affidavit/undertaking of not having been black-listed by any Govt. /Semi Govt.
Organization/Corporation at any stage and/or debarred by GMADA or any other Regional
Development Authority.
(c) Affidavit/undertaking that information being submitted is correct and true, and that any false
information shall lead to disqualification at any stage;
(d) VAT Registration Number (TIN) issued by concerned department;
(e) EPF registration certificate from Provident Commissioner;
(f) Details of his available bid capacity with an undertaking that his available bid capacity,
calculated as per clause 4.4 below, is more than the total value of his financial bid; (Only
for works above Rs. 1.00 Crore)
(g) Any other qualification information specified in the Conditions of Particular Application.

4.3 To qualify for award of the contract, each bidder in its name should have:

A. For Works up to 1 Crore


a) Valid enlistment with PUDA/GMADA, Central/State Govt. Departments or PSUs for the
appropriate class and category
B. For Works above Rs. 1.00 Crores-
a) achieved a minimum annual financial turnover (in all classes of civil engineering
construction works only) equal to 40% of the estimated cost of work in any one of the last
three years [For Lump sum works where estimated cost is not to be disclosed, this amount
should be given in figures];

Contractor Witness Divisional Engineer (C-II)


13

b) satisfactorily completed in the last five years and as a prime contractor (or as a nominated
subcontractor, where the subcontract involved execution of all main items of work
described in the bid document, provided further that all other qualification criteria are
satisfied)
one similar work of value not less than 80% of the estimated cost
or
two similar works each of value not less than 50% of the estimated cost of work
or
three similar works each of value not less than 40% of the estimated cost of work
[For Lump sum works where estimated cost is not to be disclosed, these amounts should be
given in figures]. The values of works can be updated to current price levels by considering
the escalation factors given in Appendix to ITB;
c) availability (either owned or leased) of the key and critical equipment for this Project/Work
as per Annexure-1.
[The bidders should, however, undertake their own studies and furnish with their bid, a
detailed construction planning and methodology supported with layout and necessary
drawings and calculations (detailed) as stated in clause 4.1 above to allow the employer to
review their proposals. The numbers, types and capacities of each plant/equipment shall be
shown in the proposals along with the cycle time for each operation for the given
production capacity to match the requirements.];
d) availability of personnel with adequate experience as required for this work as per
Annexure-II;
e) liquid assets and/or availability of credit facilities of amount not less than that indicated in
Appendix to ITB
(Credit lines/letter of credit/certificates from Banks for meeting the funds requirement etc. -
usually the equivalent of the estimated cash flow for 3 months in peak construction
period.);
f) submitted an undertaking that he will be able to invest a minimum cash up to 25% of
contract value of work, during implementation of work.
g) given to the Employer or his representatives the authority to seek references from the
bidder’s bankers;

C. In addition to above, each bidder to be eligible or qualify should have submitted/attached


with his technical bid-
a) an undertaking that his available bid capacity, calculated as per clause 4.4 below, is more
than the total value of his financial bid. (Only for works above Rs. 1.00 Crore)

Contractor Witness Divisional Engineer (C-II)


14

b) the proof of PAN issued by Income Tax department;


c) Affidavit/undertaking of not having been black-listed by any Govt. /Semi Govt.
Organization/Corporation at any stage and/or debarred by GMADA/PUDA or any other
Regional Development Authority.
d) the affidavit/undertaking that information being submitted is correct and true, and that any
false information shall lead to disqualification at any stage;
e) the proof of his valid VAT Registration Number (TIN) issued by concerned department;
f) the proof of his valid EPF registration with the Provident Commissioner;
g) an undertaking that he agrees to the terms and conditions of bidding document including the
technical requirements and in case there is anything contradictory in his technical proposal
with respect to the conditions of bidding document, the latter shall prevail.
h) The undertakings/affidavit/undertakings/documentary proofs required as per the qualifying
conditions laid down in the Conditions of Particular Application.

4.4 Bid Capacity:

The bid capacity of the prospective bidders will be calculated as under:


Assessed Available Bid Capacity = (A * N* 2 - B)
Where
A= Maximum value of Civil Engineering works executed in any one year during the last five
years (updated to the price level of year indicated in Appendix to ITB) taking into account
the completed as well as works in progress.
N= Number of years prescribed for completion of the Project/Works for which these bids are
being invited. ( e.g. 7 months = 7/12 year)
B= Value (updated to the price level of the year indicated in Appendix) of existing
commitments (only allotted works) and on-going works to be completed during the period
of completion of the Project/Works for which these bids are being invited.
Note: The statement showing the value of existing commitments and on-going works as well as the
stipulated period of completion remaining for each of the works listed should be attached along with
certificates duly signed by the Engineer-in Charge, not below the rank of an Divisional Engineer or
equivalent.
4.5 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they
have:
- made misleading or false representation in the forms, statements and attachments submitted
in proof of the qualification requirements; and/or
- record for poor performance such as abandoning the works, not properly completing the
contract, inordinate delays in completion, litigation history, or financial failures etc; and/or
- participated in the previous bidding for the same work and had quoted unreasonably high
bid prices and could not furnish rational justification to the employer.

Contractor Witness Divisional Engineer (C-II)


15

5. ONE BID PER BIDDER


5.1 Each bidder shall submit only one bid for one Project/Work/package. A bidder who submits or
participates in more than one Bid (other than as a subcontractor or in cases of alternatives that have
been permitted or requested) will cause all the proposals with the Bidder’s participation to be
disqualified.
6. COST & SUFFICIENCY OF BIDDING
6.1 The bidder shall bear all costs associated with the preparation and submission of his Bid, and the
Employer will in no case be responsible and liable for those costs.
6.2 The bidder shall be deemed to have satisfied himself before bidding as to the correctness and
sufficiency of his bid information for the works and of the rates and prices given in the relevant
Schedule or quoted by him, which rates and prices shall, except as otherwise provided, cover all his
obligations under the Contract and all matters and things necessary for the proper completion and
maintenance of the works.
7. SITE VISIT
The bidder at the his own responsibility, expenses and risk, is encouraged to visit and examine the
Site(s) of Project/Work(s) and its/their surroundings and obtain all information (including that on the
risks, contingencies and other circumstances which may affect or influence the bid) that may be
necessary for preparing the Bid and entering into a contract.. Nothing extra charges consequent on
any misunderstanding or otherwise shall be allowed.
The bidder may reassure himself at his own cost about the soil properties at the site. The Employer
shall not be responsible for any variation in soil strata from than given in this document.

B. BIDDING DOCUMENTS

8. CONTENTS OF BIDDING DOCUMENTS


8.1 The set of the bidding documents comprises the documents listed below and addenda issued in
accordance with Clause 10.

Section Particulars
0. Invitation for Bids
1. Instructions to Bidders
2. Qualification Information and other forms
3. General Conditions of Contract &
Conditions of Particular Application
4. Contract Data
5. Technical Specifications
6. Rules for Sanitary Arrangements of Workers
7. Contractors’ Labour Regulations
8. Form of Bid
9. Bill of Quantities (BOQ)/Schedules of Payment (S-I) & Variation (S-II)
10. Securities and other forms
11. Drawings, Site Investigation Data & Other Technical Plans
12. Documents to be furnished by Bidder

Contractor Witness Divisional Engineer (C-II)


16

8.2 Deleted

8.3 The bidder is expected to examine carefully all instructions, conditions of contract, contract data,
forms, terms, and technical specifications, bill of quantities, forms, Annexes and drawings in the Bid
Document. Failure to comply with the requirements of Bid Documents shall be at the Bidder’s own
risk. Pursuant to clause 25 thereof, bids which are not substantially responsive to the requirements of
the Bid Documents shall be rejected.

9. CLARIFICATION OF BIDDING DOCUMENTS


9.1 A Prospective bidder requiring any clarification of the bidding documents may notify the Engineer
in writing or by cable (hereinafter “cable” includes telex and facsimile, e-mail) at the Engineer’s
Address indicated in the invitation to bid. The Engineer will respond to any request for clarification
which he received earlier than 15 days prior to deadline for submission of bids. Copies of the
Engineer’s response will be forwarded to all purchasers of the bidding documents, including a
description of the enquiry but without identifying its source.
9.2 Pre-Bid Meeting (Only for works costing above Rs. 5.00 Crore)
9.2.1 The Bidder or his official representative is invited to attend a pre-bid meeting which will take place
at the address, venue, time and date as indicated in Appendix in ITB.
9.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter that may
be raised at that stage.
9.2.3 The bidder is requested to submit any questions in writing or by cable/e-mail to reach the Employer
not later than one week before the meeting.
9.2.4 Minutes of the meeting, including the text of the questions raised (without identifying the source of
enquiry) and the responses given will be transmitted without delay to all purchasers of the bidding
documents. Any modification of the bidding documents listed in Sub-Clause 8.1 which may become
necessary as a result of the pre-bid meeting shall be made by the Engineer exclusively through the
issue of an Addendum/Corrigendum pursuant to clause 10 and not through the minutes of the pre-bid
meeting.
9.2.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.

10. AMENDMENT OF BIDDING DOCUMENTS


10.1 Before the deadline for submission of bids, the Employer may modify the biding documents by
issuing addenda/corrigenda.
10.2 Any addendum/corrigendum thus issued shall be part of the bidding documents and shall be
uploaded on the website as a corrigendum. Prospective bidders shall acknowledge receipt of each
addendum/corrigendum in writing or by cable/e-mail to the Employer.
10.3 To give prospective bidders reasonable time in which to take an addendum/corrigendum into
account in preparing their bids, the Employer may, at his discretion, extend as necessary the deadline
for submission of bids, in accordance with Sub-Clause 20.2 below.

Contractor Witness Divisional Engineer (C-II)


17

C. PREPARATION OF BIDS

11. LANGUAGE OF THE BID


11.1 All documents relating to the Bid shall be in the English Language.

12. DOCUMENTS COMPRISING THE BID


12.1 The bid to be submitted on-line by the bidder as Section 12 of the Bid document (refer Clause 8.1)
shall comprise scanned copies of the following in two separate parts/covers:

Part I: Technical Bid -


Envelop I (a) Earnest money (Bid security).

Envelop I (b)

(i) Qualification Information and supporting documents as specified in Clause 4.2.


(ii) Certificates, undertakings, affidavit/undertakings as specified in Clause 4.2.
(iii) Any other information pursuant to Clause 4.2 of these instructions.
(iv) Undertaking that the bid shall remain valid for the period specified in Clause 15.1.
(v) General Arrangement drawings including conceptual structural drawings with
approximate sizes, type of material and brief specification ensuring conformity to
technical requirements. [This requirement applies to Lump Sum Contracts only]
Part II: Financial Bid
Envelop II shall be named on-line "Financial Bid" and shall comprise

(i) Financial Bid (percentage rate at par, below or above the estimated cost/item wise
rates/one fixed sum) written both in figure and words in the prescribed Form of
Bid as specified in Section 8
(ii) Balance amount of Bid Security, if any, in the form specified in clause 16
hereunder.

Contractor Witness Divisional Engineer (C-II)


18

Section Particulars
0. Invitation for Bids (IFB)
1. Instructions to Bidders
3. General Conditions of Contract &
Conditions of Particular Application
4. Contract Data
5. Technical Specifications
6. Rules for Sanitary Arrangement
of Workers
7. Contractors’ Labour Regulations
11. Drawings & Soil Investigation
Report & Other Technical Data

13. BID PRICES

13.1 The contract shall be for the whole Project/Work as described in Sub-Clause 1.1, based on the Bill
of Quantities given in the document/at the lump sum price submitted by the Bidder.
13.2 The Bidder shall fill in the lump sum price (both in figures and words) for full scope of the
Project/Work described in the Bidding Document./ The Bidder shall fill in rates and prices and line
item total (both in figures and words) for all items of the Works described in the Bill of Quantities
along with total bid price (both in figures and words) Items for which no rate or price is entered by
the bidder will not be paid for by the Employer when executed and shall be deemed covered by the
other rates and prices in the Bill of Quantities./The Bidder shall fill in his bid as at par or percent
above or percent below the estimated total cost in the Bill of Quantities as specified therein or
Form of Bid.
13.3 Deleted
13.4 All duties taxes and other levies payable by the contractor under the contract, or for any other cause
shall be included in the rates, prices and total Bid Price submitted by the Bidder.
13.5 The rates and prices quoted by the bidder are subject to adjustment during the performance of the
Contract in accordance with the provisions of the Conditions of Contract.

14. CURRENCIES OF BID AND PAYMENT


The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees. All payment
shall be made in Indian Rupees.

15. BID VALIDITY


15.1 Bids shall remain valid for a period not less than 120 days after the deadline date for bid submission
specified in Clause 20. A bid valid for a shorter period shall be rejected by the Engineer as non-
responsive. In case of discrepancy in bid validity period between that given in the undertaking
pursuant to Clause 12.1(iv) and the Form of Bid submitted by the bidder, the latter shall be deemed
to stand corrected in accordance with the former and the bidder has to provide for any additional
security that is required.

Contractor Witness Divisional Engineer (C-II)


19

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

16. BID SECURITY (EARNEST MONEY)


.

16.1 The bidder shall furnish, as part of his bid, a bid security (earnest money) in the amount as
shown in appropriate column of the table of IFB for this particular project/work. This bid security
shall be in favour of engineer as named in appendix to ITB in the form of RTGS/NEFT mode
only.
In case the EMD amount is more than Rs. 25 lacs, 25% of EMD may be remitted through e-
Banking/e-Payment, and remaining EMD amount may be in the form of Bank Guarantee (BG)
that is digitally signed (which shall be uploaded on the e-procurement portal by the bidder.
Otherwise, hard copy of BG should be handed over to concerned tender inviting officer after
submission of bid online on e-tendering portal before opening of technical bid
16.2 Any bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-Clause
16.1 above shall be rejected by the Engineer as non-responsive.

16.3 The Bid Security of unsuccessful bidder will be returned within 28 days of the end of the bid validity
period specified in 15.1.

16.4 The Bid Security of the successful bidder will be adjusted in the retention money as stipulated in the
General Conditions of Contract.

16.5 The Bid Security may be forfeited.


a) If the Bidder withdraws the Bid after Bid opening during the period of Bid Validity.
b) If the Bidder does not accept the correction of the Bid Price, pursuant to clause 26; or
c) In the case of a successful Bidder, if the Bidder fails within the specified time limit to
i) sign the Agreement
ii) furnish the required Performance Security.
17. ALTERNATIVE PROPOSALS BY BIDDERS
17.1 Bidders shall submit offers that fully comply with the requirements of the bidding documents,
including the conditions of contract (including mobilization advance or time for completion), basic
technical parameters and requirements as indicated in the drawing and specifications. Conditional
offers will not be considered further in the process of tender evaluation.
17.2 Bidders shall have to furnish the detailed design and working drawings consistent with the basic
technical parameters and requirements indicated in the bidding documents. Further, he shall obtain
technical approval of the Chief Engineer for the design and drawings of each component of the
structure in the manner prescribed in the Conditions of Contract and the Technical Conditions. The
organization preparing the detailed design and working drawings must be empanelled with Ministry
of Road, Surface Transport & Highways, Government of India, or PUDA/GMADA and should have

Contractor Witness Divisional Engineer (C-II)


20

experience of rendering similar services in Govt/Semi Govt. Departments for at least five
Project/Works costing not less than Rs. 2.00 crores at current prices.

18. FORMAT AND SIGNING OF BID


18.1 The bidder shall on-line submit the one set of bid comprising of documents as per prescribed clause
12.
18.2 Deleted.
18.3 Deleted
18.4 Deleted

D. SUBMISSION OF BIDS
1. SEALING AND MARKING OF BIDS
2.
The Bidder shall place two separate digitally signed files marked “Technical Bid[Cover-1)” and
“Financial Bid(Cover-2)”
The contents of Technical and Financial Bids will be as specified in clause 12.1. All documents
are to be signed digitally by the bidders

19.1 Deleted

19.2 Deleted

19.3 If the outer envelope is not sealed and marked as above, the Engineer will assume no
responsibility for the misplacement or premature opening of the bid.

Contractor Witness Divisional Engineer (C-II)


21

20. DEADLINE FOR SUBMISSION OF THE BIDS


20.1 Complete Bids (including Technical and Financial) shall be received by Engineer at the
address specified not later than the date indicated in appendix to ITB. In the event of the
specified date for the submission of bids declared a holiday for the Engineer, the Bids will be
received upto the appointed time on the next working day.
20.2 The Engineer may extend the deadline for submission of bids by issuing an amendment in
accordance with clause 10, in which case all rights and obligations of the Engineer and the
bidders previously subject to the original deadline will then be subject to the new deadline.

21. Deleted.

E. BID OPENING AND EVALUATION

22. BID OPENING


22.1 Tender Processing Committee (TPC) shall open the bids received for all works and shall evaluate the
same. The bids shall be opened in the presence of the Bidders or their representatives who choose to
attend at time, date and the place specified in Appendix to ITB in the manner specified in Clause 20
and 22.3. In the event of the specified date of Bid opening being declared a holiday, the Bids will be
opened at the same time and location on the next working day.
22.2 The Cover-1 containing Qualification Information/ “Technical Bid” shall be opened first. The
amount, form and validity of the bid security furnished with each bid will be announced. If the bid
security furnished does not conform to the amount and validity period as specified in the Invitation
for Bid or incomplete, the remaining bid documents will not be opened and the bid will be rejected.
22.3 (i) The bids accompanied with valid tender fee/bid security will be taken up for evaluation
with respect to the Qualification Information and other information furnished in Part 1 of
the bid pursuant to Clause 12.1, subject to confirmation of the tender fee/ bid security by
the issuing Bank, if such confirmation is considered desirable by the TPC.
ii) After receipt of confirmation of the bid security, the bidder will be asked in writing (usually
within 10 days of opening of the Technical Bid) to clarify or modify his technical bid, if
necessary with respect to any rectifiable defects.
iii) The bidders will respond in not more than 7 days of issue of the clarification letter, which
will also indicate the date, time and venue of opening of the Financial Bid.
iv) On receipt of these clarifications, the Tender Processing Committee will finalize the list of
responsive bidders whose financial bids are eligible for consideration.

Contractor Witness Divisional Engineer (C-II)


22

v) Evaluation of the technical bids with respect to tender fee/ bid security, qualification
information and other information furnished in Part I of the bid in pursuant to Clause 12.1
of ITB, shall be taken up and completed within ten working days of the date of bid
opening, and a list will be drawn up of the responsive bids whose financial bids are eligible
for consideration.
vi) The Employer shall inform, by telegram or fax, e-mail mail, the bidders, whose technical
bids are found responsive, date, time and place of opening as stated in the Appendix ITB.
In the event of the specified date being declared a holiday for the Employer, the bids will be
opened at the appointed time and location on the next working day through they or their
representative, may attend the meeting of opening of financial bids.
22.4 At the time of opening of “Financial Bid”, the names of the bidders who were found responsive in
accordance with Clause 22.3(iv) will be announced. The bids of only these bidders will be opened.
The responsive Bidders’ names, the Bid prices, the total amount of each bid, any discounts, and such
other details as the Engineer may consider appropriate, will be announced by the Engineer at the
time of opening. Any Bid price or discount, which is not read out and recorded, will not be taken
into account in Bid Evaluation.
22.5 In case bids are invited in more than one package, the order for opening of the “Financial Bid” shall
be that in which they appear in the “Invitation for Bid”.
22.6 The Engineer shall prepare minutes of the opening of the financial Bid Opening, including the
information disclosed to those present in accordance with Sub-clause 22.4.
23. PROCESS TO BE CONFIDENTIAL
23.1 Information relating to the examination, clarification, evaluation, and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to Bidders or any other persons
not officially concerned with such process until the award to the successful Bidder has been
announced. Any effort by a Bidder to influence the Engineer’s processing the Bids, or award
decisions may result in the rejection of his bid.
24. CLARIFICATION OF FINANCIAL BIDS.
24.1 To assist in the examination, evaluation and comparison of Bids, the Engineer may, at his discretion,
ask any bidder for clarification of his Bid, including breakdown of unit rates. The request for
clarification and the response shall be in writing or by cable/e-mail.
24.2 Subject to sub clause 24.1, no Bidder shall contact the Engineer on any matter relating to his bid
from the time of the bid opening to the time the contract is awarded.
24.3 Any effort by the Bidder to influence the Engineer in the Engineer’s bid evaluation, bid comparison
or contract award decisions may result in the rejection of the Bidder’s bid.
25. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
25.1 During the detailed evaluation of Qualification Information/“Technical Bids”, the Engineer will
determine whether each Bid (a) meets the eligibility criteria defined in Clause 3 and 4 ; (b)
documents has been properly signed; (c) is accompanied by the required securities and; (d) is
substantially and unconditionally responsive to all the requirements of the Bidding documents.
During the detailed evaluation of the “Financial Bid” the responsiveness of the bids will be further
determined with respect to the remaining bid conditions.

Contractor Witness Divisional Engineer (C-II)


23

25.2 A substantially responsive “Financial Bid” is one which conforms to all the terms, conditions, and
specifications of the Bidding documents, without material deviation or reservation. A material
deviation or reservation is one
(a) which affects in any substantial way the scope, quality, or performance of the Works;
(b) which limits in any substantial way, inconsistent with the Bidding documents, the Engineer’s
right or the Bidder’s obligations under the Contract; or
(c) whose rectification would affect unfairly the competitive position of other Bidders presenting
substantially responsive Bids.
25.3 If a “Financial Bid” is not substantially responsive, it will be rejected by the Engineer, and may not
subsequently be made responsive by correction or withdrawal of the non-conforming deviation or
reservation.

26. CORRECTION OF ERRORS


26.1 Deleted.
26.2 Deleted

27. EVALUATION AND COMPARISON OF FINANCIAL BIDS


27.1 The Engineer will evaluate and compare only the Bids determined to be substantially responsive
with Sub Clause 25.2.
27.2 Deleted
27.3 The Engineer reserves the right to accept or reject any variation or deviation. Variations and
deviations and other factors, which are in excess of the requirements of the Bidding documents or
otherwise result in unsolicited benefits for the Engineer shall not be taken into account in Bid
evaluation.

Contractor Witness Divisional Engineer (C-II)


24

27.4 The estimated effect of the price adjustment condition under the conditions of contract, during the
period of implementation of the Contract, will not be taken into account in Bid evaluation.
27.5 If the Bid of the successful Bidder is seriously unbalanced by more than or less than 25% in relation
to the Engineer’s estimate of the cost of work to be performed under the contract, the Engineer may
require the Bidder to produce detailed price analyses for any or all items of the Bill of Quantities, to
demonstrate the internal constituency of those prices with the construction methods and schedule
proposed. After evaluation of the price analyses, the Engineer may require that the amount of the
performance security set forth in Clause 31 be increased at the expense of the successful Bidder to a
level sufficient to protect the Engineer against financial loss in the event of default of the successful
Bidder under the Contract.

F. AWARD OF CONTRACT

28. AWARD CRITERIA


28.1 Subject to clause 29, the competent authority will award the Contract to the Bidder whose Bid has
been determined to be substantially responsive to the Bidding documents and who has offered the
lowest evaluated Bid Price.

29. EMPLOYER’S RIGHT TO ACCEPT ANY BID AND REJECT ANY OR ALL BIDS
29.1 Notwithstanding Clause 28, the competent authority reserves the right to accept or reject any Bid,
and to cancel the Bidding process and rejects all Bids, at any time prior to the award of Contract,
without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform
the affected Bidder or Bidders of the grounds for the Employer’s action.

30. NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT


30.1 The Bidder whose bid has been accepted by the competent authority will be notified of the award by
the Engineer prior to expiration of the Bid validity period by cable, telex or facsimile, e-mail
confirmed by registered letter. This letter (hereinafter and in the Conditions of Contract called the
“Letter of Acceptance”) will state the sum that will be paid to the Contractor in consideration of the
execution, completion, and maintenance of the Project/Works as prescribed by the Contract
(hereinafter and in the Contract called the “Contract Price”)
30.2 The notification of award will constitute the formation of the Contract, subject only to the furnishing
of a performance security in accordance with the provisions of Clause 31.
30.3 The agreement will incorporate all relevant correspondence between the Engineer and the successful
Bidder. It will be signed within 28 days following the notification of award along with the Letter of
Acceptance.
30.4 Upon the furnishing by the successful Bidder of the Performance Security, the Engineer will
promptly notify the other Bidders that their Bids have been unsuccessful.

Contractor Witness Divisional Engineer (C-II)


25

31. PERFORMANCE SECURITY


31.1 Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the
Engineer a Performance Security [to cover the amount of liquidated damages and/or the
compensation of the breach of contract] in any of the forms given below for an amount equivalent to
5% of the Contract Price plus additional security for unbalanced Bids in accordance with clause 27.4
& 27.5 of ITB and as stipulated in the conditions of contract:
- a bank guarantee in the form given in Section 10; or
- Certified Cheque / Bank Draft as indicated in Appendix.
31.2 If the performance security is provided by the successful Bidder in the form of a Bank Guarantee, it
shall be issued either (a) at the Bidder’s option, by a Nationalized/Scheduled Indian Bank or (b) a
foreign bank located in India and acceptable to the Employer.
31.3 Failure of the successful Bidder to comply with the requirements of Sub- clause 31.1 shall constitute
sufficient grounds for cancellation of the award and forfeiture of the Bid Security.

32. CORRUPT OR FRAUDULENT PRACTICES


32.1 The employer will reject a proposal for award if it determines that the Bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract in question and
will declare the firm ineligible, either indefinitely or for a stated period of time, to be awarded a
contract with GMADA. If it at any time determines that the firm has engaged in corrupt or
fraudulent practices in competing for the contract, or in execution.
For the purpose of this clause,
“Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value to
influence the action of a public official in the procurement process or in contract execution.
“Fraudulent Practice” means a misrepresentation of facts in order to influence a procurement process
or the execution of a contract to the detriment of the Borrower, and includes collusive practice
among Bidders (prior to or after bid submission) designed to establish contract prices at artificial
non-competitive levels and to deprive the Borrower of the benefits of free and open competition.”

Contractor Witness Divisional Engineer (C-II)


26

Appendix to Information to Bidders [I.T.B.]


(Mention ‘Not Applicable’ against columns not applying to a particular Project/Work)
Sr. Subject Description Reference
No Clause
1. Name of the Employer Chief Administrator [Cl. 1.1]
GMADA, S.A.S Nagar
For and on behalf of
Greater Mohali Area Development
Authority
Assignee Superintending Engineer (C-II)
(concerned)
GMADA, S.A.S Nagar
2. The last five years are 2012-2013
2013-2014
2014-2015
2015-2016
2016-2017(Current FY)

3. The minimum turnover Rs. 3989.61 Lacs [Cl.4.3]


amount should be

4. The “similar work” Land development works consisting


means Civil, Public Health & EI works

5. The minimum value of Rs. 7979.23 Lacs


one similar work is
80%

6. The minimum value of Rs. 4987.02 Lacs


two similar works is
50%

7. The minimum value of Rs. 3989.61 Lacs


three similar works is
40%

8. Minimum Liquid assets Rs. 2493.51 Lacs [Cl.4.3]


and/or availability of
credit facilities should
be

9. Base Year for Price 2016-2017


Level

Contractor Witness Divisional Engineer (C-II)


27

10. Rate of inflation may 8% simple interest


be taken as

11. The Pre-bid meeting [Cl. 9.2.1]


will take place in

12. The technical bid will The office of concerned (Cl. 22.1]
be opened in Superintending Engineer, GMADA
on 15:00 PM dated 18.10.2016 (time
and date)
13. Address of the Chief Administrator [Cl. 19.2]
Employer
GMADA, S.A.S Nagar

Divisional Engineer (C-II)


Address of the Engineer GMADA, Room no. 458, 4th Floor,
PUDA Bhawan, Sector 62
S.A.S. Nagar (Mohali).

14. Identification Development of Land including civil, [Cl. 19.2 (b)]


public Health and Electrical work at
Ecocity (Phase-2), New Chandigarh,
Mullanpur, S.A.S Nagar including
five years maintenance

15. The bid should be [Cl. 20.1]


submitted latest by

16. The financial bid will Superintending Engineer (C-II) [Cl. 22.4]
be opened in the office
(concerned)
of
GMADA, S.A.S Nagar

17. The Bid Security in Divisional Engineer (C-II) [Cl. 31.1]


favour of GMADA, S.A.S. Nagar (Mohali).

Payable at Mohali/Chandigarh

Contractor Witness Divisional Engineer (C-II)


28

Annexure I

TYPICAL INDICATIVE LIST OF KEY PLANT & EQUIPMENT TO BE DEPLOYED ON


CONTRACT WORK

(Road Works)
(REFERENCE Cl. 4]

Sl. Type of Equipment Minimum Nos. of


Equipments
1. Motor Grader 1
2. Dozer 2
3. Front end loader 2
4. Smooth wheeled roller (with automatic water sprayer) 2
5. Vibratory Roller 1
6. Hot mix plant with electronic Controls 1
(Minimum 50-60 TPH Capacity)
7. Paver Finisher with Electronic Sensor 1
8. Tippers 10
9. Water Tanker 2
10. Bitumen Sprayer 2
11. Tandem Roller 2
12. Wet Mix Plant having suitable capacity. 1
13. Wet Mix Paver. 1
14. Air Compressor 2

(Bridge Works)
(REFERENCE Cl. 4]

Sl. Type of Equipment Minimum Nos of


Equipments
1. Concrete mixture
2. Tippers
3. Crane for sinking NA
4. Surface Vibrators
5. Needle Vibrators

-----NA-----

Contractor Witness Divisional Engineer (C-II)


29

(Building Works)
(REFERENCE Cl. 4]

Sl. Type of Equipment Minimum Nos. of


Equipments
1. Concrete mixture As per requirement
2. Building hoist
3. Steel centering & shuttering
4. Surface Vibrators
5. Needle Vibrators

AS PER REQUIREMENT

Note- 1. The requirement of machinery will be works specific to be identified by the Engineer and
approved by the Employer.

2. The agency will have to produce the original documents regarding the ownership/ lease
deed of the above said machinery on the date of receipt of bids failing which his bid will be
rejected.

Contractor Witness Divisional Engineer (C-II)


30

Annexure II

TYPICAL INDICATIVE LIST OF KEY PERSONNEL TO BE


DEPLOYED ON CONTRACT WORK

(Road Works)
(REFERENCE Cl. 4]

Sl. Personnel Min. Qualification Minimum No.


1. Project/Work BE (Civil) 1
Manager
2. Site Engineer BE (Civil) or 3
Diploma (Civil) with 2 years
experience.
3. Plant Engineer B.E. (Mech.) or Dip. (Mech.) with 2 1+1
years experience. Electrical Engineer
(BE, E)
Total

(Bridge Works)
(REFERENCE Cl. 4]

Sl. Personnel Min. Qualification Minimum No.


1. Project/Work BE (Civil)
Manager
2. Site Engineer BE (Civil) or ..NA...
Diploma (Civil) with 2 years
experience.
3. Plant Engineer Dip. (Mech.) with 2 years
experience.
4. Quality Control B.E. (Civil) or Dip. (Civil) with 2
Engineer years experience
5. Survey Engineer ITI qualified Surveyor
Total

(Building Works)
(REFERENCE Cl. 4]

Sl. Personnel Min. Qualification Minimum No.


1. Project/Work BE (Civil)
Manager
2. Site Engineer BE (Civil) & BE (Elect.) or
AS PER
Diploma (Civil / Elect.) with 2
REQUIREMENT
years experience.
3. Quality Control B.E. (Civil) or Dip. (Civil) with
Engineer 2 years experience

Contractor Witness Divisional Engineer (C-II)


31

SECTION 2

QUALIFICATION INFORMATION

Contractor Witness Divisional Engineer (C-II)


32

QUALIFICATION INFORMATION

i. Qualification document as detailed below, complete in all respects, should be submitted on-line scanned
copies as per the stipulations of Clause 4.2 of ITB.
Pre-qualification document contains 11 numbers of forms as follows1.
1. FORMAT (1-1) GENERAL INFORMATION
2. FORMAT (1-2) NATURE OF FIRM (STR & ORG)
3. FORMAT (2-1): AVERAGE ANNUAL TURNOVER
4. FORMAT (2-2): DETAILS OF CONTRCTS OF SIMILAR NATURE AND
COMPLEXITY
5. FORMAT (2-3): PARTICULAR CONSTRUCTION EXPERIENCE RECORD
6. FORMAT (2-4): EQUIPMENT AVAILABILITY
7. FORMAT (2-5): AVAILABILITY OF PERSONNEL
8. FORMAT (2-6): AVAILABILITY OF CREDIT LINE
9. FORMAT (2-7) EXISTING COMMITMENTS
10. FORMAT (2-8): AFFIDAVIT/UNDERTAKING
11. FORMAT (2-9): UNDERTAKING
ii. If necessary, additional sheets can be added to the schedules. Such attachments should be clearly
marked as follows:
‘Attachment 1 to Form (1-2), Attachment 2 to Form (2-5)’ etc.
iii. While submitting the Qualification Information duly filled in, applicant shall enclose latest copies of
brochures of their firms and technical documentation if any giving additional information and proper
reference to the brochures.
iv. Each page of Qualification Information shall be duly signed by the applicant or his authorized
representative.
v. Costs incurred by applicant(s) in making this offer, in providing clarifications or attending
discussions, conferences, or site visits shall not be reimbursed by the Employer.
vi. Incomplete bids shall be summarily rejected.
vii. The language for submission of application shall be English.
viii. The enclosed Forms should be filled in completely and all questions should be answered. If any
particular query is not relevant, it should be replied as ‘not applicable’.
ix. Financial data, Project/Work costs, value of works, etc. should be given in Indian Rupee only except
for Works carried out abroad for which figures may be furnished in American Dollars. Deemed
Export Project/Works procured against International Competitive Bid, though executed within the
country and where the currency of bid/contract is US Dollars or other convertible currency shall be
considered as “Works Abroad.”
x. If the bid is made by a firm in partnership, it shall be signed by all the partners of the firm along with
their full names and current addresses, or by a partner holding the power of attorney for the firm for
signing the application. In such a case a certified copy of the power of attorney should accompany
the application. A certified copy of the partnership deed, current address of the firm and the full
names and current addresses of all the partners of the firm shall also accompany the application.
xi. If the bid is made by a limited company or a limited corporation, it shall be signed by a duly
authorized person holding the power of attorney for signing the application, in which case a certified
copy of the power of attorney should accompany the application. Such limited company or
corporation will be required to furnish satisfactory evidence of its existence before the contract is
awarded.
xii. The information furnished must be sufficient to show that the bidder is capable in all respects to
successfully complete the envisaged work.

Contractor Witness Divisional Engineer (C-II)


33

FORMAT (1-1)

GENERAL INFORMATION

All individual firms and each partner of a joint venture bidding for the Work are requested to complete the
information in this form. Nationality information to be provided for all owners or Applicant who are
partnerships or individually owned firms.

Following information with regard to the nature of your interests in the Firms may also be provided:
a) Shareholding pattern or percentage of shares held by the individual partners.
b) Firms interests in other areas of business
c) If, they represent a group of companies all the relevant details.
Where the Applicant proposes to use named subcontractor(s) for critical components of the works, or for
work contents in excess of 10 percent of the value of the whole works, the following information should also
be supplied for the subcontractor(s).

1. Name of firm
Place of incorporation / registration
Year of incorporation / registration

2. Head office Address


Telephones
Fax, e-mail

3 Name of Contact Person (s)


Correspondence Address
Telephones
Fax, e-mail
E-mail

Nationality of Owners (*)


Name Nationality

1.

2.

3.

(*) To be completed by all owners of partnerships or individually owned firms.

(Applicant/Bidder)

Contractor Witness Divisional Engineer (C-II)


34

FORMAT (1-2)

STRUCTURE AND ORGANIZATION

1. The Bidder is
(a) An individual …………………………………
(b) a proprietary firm …………………………………
(c) a firm in partnership …………………………………
(d) a Limited Company or Corporation …………………………………

2. Attach the Organization Chart showing the structure …………………………………


of the organization including the name of the …………………………………
Directors, position of directors, position of officers. …………………………………

3. No. of years of experience:


(a) As a Prime Contractor (contractor ………………………………..
shouldering major responsibility)
i) In own country …………………………………
ii) other countries (specify …………………………………
country)
(b) In a Joint Venture

i) in own country …………………………………

ii) other countries (specify ………..………………………


country)
(c) As Subcontractor (specify main
Contractor)
i) in own country ……………………………

ii) Other countries (specify …………………………


country)
4. For how many years has your organization been in ……………………………..
business of similar works under its present name?
6. Have you ever left the work awarded to you ……………………………
incomplete? (If so, give name of Project/Work and
reasons for not completing the work).

7. In which fields of civil engineering construction, do


you claim specialization and interest ……………………………

8. Give details of your soil and materials testing ……………………………


laboratory, if any (include full range of equipments
available; ‘make’, year and functional conditions
details etc. including present status indicating their
availability for the contract (s) being applied for)

9. Give details of your experience in similar works. ……………………………


……………………………
……………………………

(Applicant/Bidder)

Contractor Witness Divisional Engineer (C-II)


35

FORMAT 2-1

ANNUAL TURNOVER

Name of Applicant

All individual firms and all partners of a joint venture are required to complete the information in this form.
The information supplied shall be the annual turnover of the Applicant (or each member of a joint venture),
in terms of the amounts billed to clients for each year for work in progress or completed. Applicants should
enclose testimonials (certified copies of annual reports/, certificates) in support of their claim.

.
ANNUAL TURNOVER DATA
(From Construction Works only)( Ref: Clause 4.1)

S.No. Financial Year Turnover

1.

2.

3.

4.

5.

Note: In case of turnovers in foreign currency, the figures are to be given in relevant currency and
Figures in INR may be worked out as per SBI Foreign Currency selling rates prevalent on
01.04.20…

(Applicant/Bidder)

Contractor Witness Divisional Engineer (C-II)


36

FORMAT 2-2

Experience on Similar Works (may use copies of format for more than one works)

Name of Applicant

All individual firms are requested to complete the information in this form. Applicants should enclose
testimonials/ Clients’ certificates in support of their claim.( In case of turnover in foreign currency, the
figures are to be given in relevant currency and Figures in INR may be worked out as per SBI Foreign
Currency selling rates prevalent on 1.04.200 .)

(Ref: Clause 4.2)


1. Identification Number of Contract
Name of Contract
Location of works
Type of works: Roads/Bridges/Airport/Railways/ Tunneling or others(Specify)
Country
2. Name of Employer
3. Employer’s address (Give telephone and fax, e-mail no.)

4. Nature of works and special features relevant to the Contract for which the
Applicant wishes to pre-qualify

5. (tick one)
Prime contractor Partner in a Joint Venture Sub- contractor
6. Value of the total contract

7. Date of award
8. Date of Completion
9. Contract duration (years and months)
10. Specified requirements
Give details in respect of earthwork, Granular sub-base/base, RE Walls,
Concrete in bridges (submit a certificate from employer showing details of
your share of work).

11. Name and professional qualifications of Applicant’s Engineer –in- charge of


the work:
12. Were there any penalties/fines/stop notice/compensation/liquidated damage
imposed? (Yes or No) If yes, give amount and explanation.

Maximum value of Civil Engineering works executed in any one year during the last three years (updated to
the price level of the year indicated in Appendix to ITB) =

(Applicant/Bidder)

Contractor Witness Divisional Engineer (C-II)


37

FORMAT 2-3

PARTICULAR CONSTRUCTION EXPERIENCE RECORD

Sr.No. Detail of work Amount

FORMAT 2-4

EQUIPMENT AVAILABILITY OR ACCESS COMMITMENT

Item of Requirement Availability Proposals Remarks


equipment (From
whom to be
purchased)
No. Capacity Owned Nos./ Age /
/leased/to be capacity condition
procured
(1) (2) (3) (4) (5) (6) (7)

Note: Only major equipment needs to be reported here.

(Applicant/Bidder)

Contractor Witness Divisional Engineer (C-II)


38

FORMAT 2-5

AVAILABILITY OF PERSONNEL

SL. Personnel Number of Qualification


No. persons
1.
Project/Work Manager
2.
Site Engineer
3.
Plant Engineer
4.
Quantity Surveyor
5.
Survey Engineer
6.
Quality Assurance Engineer
7.
Pre-casting yard Engineer
8.

9.

10.

11.

12.

13.

14.

15.

(Applicant/Bidder)

Contractor Witness Divisional Engineer (C-II)


39

FORMAT (2-6)

FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF


OVERDRAFT/CREDIT FACILITIES

BANK CERTIFICATE

This is to certify that M/s ………………………………………….…………. is a reputed company with a


good financial standing.

If the contract for the Project/Work, namely “ …………………………….” is awarded to the above
firm, we shall be able to provide overdraft/credit facilities to the extent of INR …………… to meet
their working capital requirements for executing the above contract.

Name of the Bank ……………:…………………………………

Senior Bank Manager :………………….……………………………..

Address of the Bank :………………………………………………..

:………………………………………………

……………………………………………….

Contractor Witness Divisional Engineer (C-II)


40

FORMAT (2-7)

SUMMARY SHEET:
Current Contract commitments / works in progress
Name of the Applicant:

Applicants should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or
for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued.In case of turnover in foreign currency, the figures are to be
given in relevant currency and Figures in INR may be worked out as per SBI Foreign Currency selling rates prevalent on 1.04.20….

S.No. Name of the Contract Percentage and Percentage Name and Contract Length of the Stipulated Value of Estimated
contract, No. & Date amount of and amount Address of value Project/Work date of outstanding completion
Location and participation sub- Client completion work date
Nature of the of firm in the contracted
(including
work Project/Work by the firm
Tel./ Fax, e-
mail no.)

1 2 3 4 5 6 7 8 9 10 11
1

3etc

Total value of expected value of work to be carried out during completion period of this Project/Work=
Assessed available bid capacity (pursuant to clause 4.4 of ITB) =

Contractor Witness Divisional Engineer


1

FORMAT 2-8

AFFIDAVIT/UNDERTAKING*

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

2. The undersigned also hereby certifies that neither our firm M/s ____________________________ have
abandoned any work under Government of India or Govt. of Punjab nor any contract awarded to us for such
works have been rescinded, during last five years prior to the date of this bid.

3. The undersigned hereby authorize(s) and request(s) any bank, person, firm or corporation to furnish pertinent
information deemed necessary and requested by the Department to verify this statement or regarding my (our)
competence and general reputation.

4. The undersigned understand(s) and agree(s) that further qualifying information may be requested, and agrees
to furnish any such information at the request of the Department / Project/Work implementing agency.

5. The undersigned binds himself with all the stipulations of the Bidding Document including period of
completion, provision of adequate equipment, personnel and other resources required for completion within
the stipulated completion period and agrees to augment them, if found necessary for timely completion of the
Project/Work, as desired by the Engineer/Employer.

6. Affidavit/undertaking of not having been black-listed by any Govt. /Semi Govt. Organization/Corporation at
any stage and/or debarred by GMADA/PUDA or any other Regional Development Authority.
7. The undersigned has never been convicted by any court of law for any of the offences under any Indian/
foreign laws.

____________________________(Signed by an Authorized Officer of the Firm)

Title of Office_____________________

Name of Firm ____________________

DATE___________________________

* To be executed on a non-judicial stamp paper .

Contract Witne Divisional


or ss Engineer
2

FORMAT 2-9

UNDERTAKING

I, the undersigned do hereby undertake that our firm

M/s______________________________________________________________________________________

_________________________________________________ would invest a minimum cash upto Rs………

lacs during implementation of the Contract.

________________________________________
(Signed by an Authorized Person of the Firm)

______________________
Title of Authorized Person

_______________
Name of Firm

_______________
DATE

Contract Witne Divisional


or ss Engineer
3

SECTION 3

CONDITIONS OF CONTRACT

(i) GENERAL CONDITIONS OF CONTRACT


(ii) CONDITIONS OF PARTICULAR APPLICATION

Contract Witne Divisional


or ss Engineer
4

(i) GENERAL CONDITIONS OF CONTRACT

Table of Contents

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

1 Definitions 45 31 Quality aspects 55


2 Interpretation 46 32 Identifying Defects 56
3 Language and Law 47 33 Correction of Defects 56
4 Engineer’s Decisions 47 34 Habitual & bad working 56
5 Delegation 47
6 Communications 47 D. Cost Control
7 Sub-Contracting 47 35 Bill of Quantities(Schedule of 57
payment)
8 Other contractors 48 36 Variations & change in scope 57
of work
9 Change in constitution 48 37 Payments for variations 58
10 Material, machinery & equipments 48 38 Cash flow forecasts 59
11 Labour 48 39 Payments certificates 59
12 Compliance with labour 48 40 Payments 59
regulations
13 Personnel 49 41 Compensation events 60
14 Employer & Contractor’s risk 49 42 Tax 61
15 Insurance 50 43 Currencies 61
16 The works to be completed by 50 44 Price Adjustment 61
intended completion date
17 Ecological balance 50 45 Retention money 61
18 Directions by Superintending 51 46 Liquidated damages 62
Engineer
19 Approval by the Engineer 51 47 Secured Advance 63
20 Safety 51 48 Securities 63
21 Discoveries 51 49 Carriage of material, 63
machinery
22 Possession of the Site 51 50 Cost of repairs 63
23 Access & Inspection 51
24 Instructions 52 E. Finishing the Contract
25 Dispute Resolution Mechanism 52 51 Completion 64
52 Taking over 64
53 Final Accounts 64
B. Time Control 54 Manuals & registers 64
26 Programme 54 55 Termination 64
27 Extension of the intended 54 56 Payment upon termination 65
completion date

Contract Witne Divisional


or ss Engineer
5

28 Delays ordered by the Engineer 55 57 Property 66


29 Management meetings 55 58 Release from performance 66
30 Early warning 55 59 Extraordinary claims 66

Contract Witne Divisional


or ss Engineer
6

(i) GENERAL CONDITIONS OF CONTRACT

A. GENERAL

1. DEFINITIONS
1.1 Terms which are defined in the Contract Data may not necessarily have been defined in the conditions of
Contract but keep their defined meanings. Capital initials are used to identify defined terms
Bill of quantities means the priced and completed Bill of Quantities forming part of the Bid.
Compensation Events are those defined in Clause 41 hereunder.
The Completed Work means the work completed in all respects as per laid down specifications, drawings &
conditions of the contract to the entire satisfaction of Engineer.
The Completion Date is the date of completion of the Works as certified by the Engineer in accordance with
Sub-Clause 55.1.
Communication between parties are the written and signed letters , notices , reminders , memorandum and
instructions recorded in the instruction book or books kept at site.
The Contract is the contract between the Employer and the Contractor to execute, complete and maintain the
Project/Works. It consists of the documents listed in Clause 2 below.
The Contract Data defines the documents and other information which comprise the Contract.
The Contractor is a person or corporate body whose Bid to carry out the Project/Works has been accepted by
the Employer.
The Contractor’s Bid is the completed Bidding Documents submitted by the Contractor to the Employer and
includes Technical and Financial Bids.
The Contract price is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with
the provisions of the Contract.
Days are calendar days; months are calendar months.
A Defect is any part of the Project/Works not completed in accordance with the Contract.
The Defects Liability Period is the period named in the Contract Data and calculated from the Completion
Date.
The Employer is the party who will employee the Contractor to carry out the works including routine
maintenance.
The Engineer is the person named in the Contract Data (or any other competent person appointed and notified
to the contractor to act in replacement of the Engineer) who is responsible for supervising the Contractor,
administering the Contract, certifying payments due to the Contractor, issuing and valuing Variations to the
Contract, awarding extensions of time, and valuing the Compensation Events and getting the contract executed
on behalf of the Employer.
Equipment is the Contractor’s machinery and vehicles brought to the Site to construct the Project/Works.
The Authority shall mean Greater Mohali Area Development Authority.
The Initial Contract Price is the Contract Price listed in the Employer’s Letter of Acceptance.
The Intended Completion Date is the date on which it is intended that the Contractor shall complete the
Project/Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion Date
may be revised only by the Engineer by issuing letter of extension of time.

Contract Witne Divisional


or ss Engineer
7

Materials are all supplies, including consumables, used by the contractor for incorporation in the
Project/Works.
Plant is any integral part of Project/Works which is to have a mechanical, electrical, electronic or chemical or
biological function.
Routine Maintenance is the maintenance of roads for five years as specified in the Contract Data.
The Site is the area defined as such in the Contract Data.
Site Investigation Reports are those which were included in the Bidding documents and are factual
interpretative reports about the surface and sub-surface conditions at the site.
Specifications means the Specification of the Project/Works included in the Contract and any modification or
addition made or approved by the Engineer.
The Start Date is given in the Contract Data. It is the date when the Contractor shall commence execution of
the Project/Works. It does not necessarily coincide with any of the Site Possession Dates.
A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry out a part of
the work in the Contract which includes work on the Site.
The Superintending Engineer is the engineer in charge of an administrative circle of GMADA, under whose
supervision the Project/Work activities will be carried out.
Temporary works are works designed, constructed, installed and removed by the Contractor which are needed
for construction or installation of the Works.
The Tender Processing Committee [TPC] is the committee constituted by the Employer for receiving,
opening, processing and evaluating the bids.
A Variation is an instruction given by the Engineer, which varies the Project/Works.
The Project/Works, as defined in the Contract Data, are what the Contract requires the Contractor to construct,
install, maintain and turn over to the Employer through the Engineer, as defined in the Contract Data. This term
shall be used synonymously with the term “Works” hereinafter or anywhere in the Contract.
2. INTERPRETATION
In interpreting these Conditions of Contract, singular also means plural, male also means female or neuter and
the other way around. Headings have no significance. Works have their normal meaning under the language of
the Contract unless specifically defined. The Engineer will provide instructions clarifying queries about the
Conditions of the Contract.
If sectional completion is specified in the Contract Data, references in the Conditions of Contract to the
Works, the Completion Date and the Intended Completion Date apply to any Section of the Works (other than
references to the Completion Date and Intended Completion date for the whole of the Works.)
The documents forming the Contract shall be interpreted in the following order of priority:

a) Agreement
b) Letter of Acceptance, notice to proceed with the works
c) Contractor’s Bid
d) Contract Data
e) Conditions of Contract including Conditions of Particular Application
f) Specifications
g) Drawings and
h) any other document listed in the Contract Data as forming part of the Contract

Contract Witne Divisional


or ss Engineer
8

If there are varying or conflicting provisions in the documents forming part of the contract, the authority
competent to approve the tender shall be the final deciding authority with regard to the intention of the
document.

3. LANGUAGE AND LAW


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

4. ENGINEER’S DECISIONS
4.1 Except where otherwise specifically stated, the Engineer shall decide contractual matters between the
Employer and the Contractor in the role representing the Employer. Any clarifications on the
Contract Data shall be given by the Engineer.

5. DELEGATION
5.1 The Employer may delegate any of his duties and responsibilities to other person after notifying the
Contractor and may cancel any delegation after notifying the Contractor.

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

7. SUB-CONTRACTING
The contract shall not be assigned or sub-contracted without the written approval of the Engineer.
Employment of labour on piece rate basis shall not, however be deemed as sub-contracting. If the contractor
assigns or sublets his contract or attempts to do so without approval as aforesaid or becomes insolvent or
commence any on solvency proceedings or make any composition with his creditors or attempt to do so or if
any bribe, gratuity, gift, loan, perquisite, reward or advantage, pecuniary or otherwise, shall either direct or
indirectly be given, promised or offered by the Contractor or any of his servants or agents to any public
officer or person shall become in any directly or indirectly interested in the contract, the Engineer may
absolutely thereupon terminate the contract as specified hereinafter with specified consequences.

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

Contract Witne Divisional


or ss Engineer
9

9. CHANGE IN CONSTITUTION
Where the contractor is a partnership firm, the previous approval in writing of Engineer shall be obtained
before any changes is made in the constitution of the firm where the contractor is an individual or a Hindu-
Undivided family business concern, such approval as aforesaid shall likewise be obtained before the
contractor enters into any partnership agreement, where-under the partnership firm would have the right to
carry out the work hereby undertaken by the contractor. If prior approval as aforesaid is not obtained, the
contract shall be deemed to have been assigned in contravention of clause 7 hereof and the same action may
be taken and the same consequences shall ensure as provided in the said clause 7.
10. MATERIALS, MACHINERY & EQUIPMENT
10.1 The contractor shall arrange and supply at his own cost all material, machinery, equipment, plant,
tools ,appliances , implements ,ladder , cordage ,tackle , scaffoldings , water and power supply and
temporary works requisite or proper for effective execution of the work , whether original, altered or
substituted and whether included in the specification or other documents forming part of the Contract
or referred to these conditions or not all which may be necessary for the purpose of satisfying or
complying with the requirements of the Engineer as to any matter which under these conditions he is
entitled to be satisfied or which he is entitled to require together with the carriage therefore to and
from the work .
10.2 The Contractor shall bear all the taxes including transportation, loading, unloading, stacking storage,
safe custody against the damage due to sun, rain, dampness, fire, theft etc.

10.3 The Contractor shall procure all material from sources approved by the Engineer in charge in
writing. All the material brought to the site shall be duly accounted for by the contractor and got
insured against loss due to any reason what so ever. Proof regarding this supported by the copies of
the requisite document shall be regularly submitted to the Engineer in charge. The department may
summon the complete record of the procurement of materials from the contractor at any time if
needed. At site, the material shall be accounted in a manner prescribed by Engineer in charge in
writing.
The material procured by the contractor shall be strictly according to the specification of that
material conforming to ISI standard or any other approving authority as applicable. Storage of the
material should be as per approved norm. No damaged or inferior material will be kept at site of
work for more than seven days from the date of orders of Engineer in charge to remove the material.

11. LABOUR
The Contractor shall unless otherwise provided in the Contract, make his own arrangements for the
engagement of all staff and labour, local or other, and for their payment, housing, feeding and transport.
The contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such form and
at such intervals as the Engineer may prescribe, showing the staff and the number of the several classes of
labour from time to time employed by the Contractor on the site and such other information as the
Engineer may require.
12. COMPLIANCE WITH LABOUR REGULATIONS
During continuance of the contract, the Contractor and his sub-contractors shall abide at all times by the all
existing labour enactments and rules made there under, regulations, notifications and bye laws of the State
or Central Government or local authority and any other labour law (including rules), regulations, bye laws
that may be passed or notification that may be issued under any labour law in future either by the State or
the Central Government or the local authority. Salient features of some of the major labour laws that are
applicable to construction industry are given below. The Contractor shall keep the Employer indemnified
in case any action is taken against the Employer by the competent authority on account of contravention of
any of the provisions of any act or rules made there under, regulations, or notifications including
amendments. If the Employer is caused to pay or reimburse, such amounts as may be necessary to cause or
observe or for non observance of the provisions stipulated in the notifications/bye
laws/Acts/Rules/regulations including amendments. If any on the part of the contractor, the
Contract Witne Divisional
or ss Engineer
10

Engineer/Employer shall have the right to deduct any money due to Contractor, the Engineer/Employer
shall have the right to deduct any money due to the Contractor including his amount of performance
security. The Employer/Engineer shall also have right to recover from the Contractor any sum required or
estimated to be required for making good the loss or damage suffered by the Employer.
The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the
Employer at any point of time.

13. PERSONNEL
13.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel as referred
to in the Contract Data to carry out the functions stated in the Schedule or other personnel approved
by the Engineer. The Engineer will approve any proposed replacement of key personnel only if their
qualifications, abilities and relevant experience are substantially equal to or better than those of the
personnel listed in the Schedule.
13.2 If the Engineer asks the Contractor to remove a person who is a member of Contractor’s staff or his
work force stating the reasons, the Contractor shall ensure that the person leaves the Site within
seven days and has no further connection with the work in the Contract.

14. EMPLOYER’S AND CONTRACTOR’S RISKS


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

14.2 Employer’s Risks


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

14.3 Contractor’s Risks


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

15. INSURANCE
15.1 The contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover
from the Start Date to the end of the Defects Liability Period plus maintenance period of five years in
the amounts and deductibles stated in the Contract Data for the following events which are due to the
Contractor’s risk:
(a) loss of or damage to the Works, Plant and Materials;
(b) loss of or damage to Equipment:
(c) loss of or damage of property (except the Works, Plant, Materials and Equipment) in
connection with the Contract: and
(d) personal injury or death.
15.2 Policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the
Engineer’s approval before the Start Date. All such insurance shall provide for compensation to be
payable in the types and proportions of currencies required to rectify the loss or damage incurred.
15.3 If the contractor does not provide any of the policies and certificates required, the Employer may
affect the insurance which the Contractor should have provided and recover the premiums the
Contract Witne Divisional
or ss Engineer
11

Employer has paid from payments otherwise due to the contractor or, if no payment is due, the
payment of the premiums shall be a debt due.
15.4 Alterations to the terms of insurance shall not be made without the approval of the Engineer.
15.5 Both parties shall comply with any conditions of the insurance policies.

16. WORKS TO BE COMPLETED BY THE INTENDED COMPLETION DATE


16.1 The contractor shall construct and install the works in accordance with the Specification and
Drawings.
16.2 The Contractor may commence execution of the works on the Start Date and shall carry out the
works in accordance with the programme submitted by the contractor, as updated with the approval
of the Engineer, and complete them by the Intended Completion Date.

17. ECOLOGICAL BALANCE


17.1 The contractor shall maintain the ecological balance by preventing deforestation, water pollution and
defacing of natural landscape. The contractor shall so conduct his construction operation as to
prevent and destruction, scarring or defacing of natural surrounding in the vicinity of work or
damage to any tree, scrub or water course unless any of same is specifically required to be cleared or
removal for construction purpose. Such removal shall only be done with prior approval of Engineer
who may require the contractor to compensatory plantation at his cost.
17.2 No separate payment shall be made for compliance with provisions of this clause and all costs shall
be deemed to have been included in the bid.
17.3 The contractor shall make his own arrangement for the disposal of the spoils from the works to such
place where the same shall not cause nuisance and should be acceptable to the authorities concerned.

18. DIRECTIONS OF THE SUPERINTENDING ENGINEER


All the works to be executed under the contract shall be executed under the directions and subject to the
approval in all respects of the superintending engineer of the circle who shall be entitled to direct at what
point or points and what manner they are to be commenced and from time to time carried out.
19. APPROVAL BY THE ENGINEER
19.1 The Contractor shall submit specifications and drawings showing the proposed construction
methodology to the Engineer, who is to approve it if it complies with the specifications and
drawings.
19.2 The contractor shall be responsible for design of temporary works.
19.3 The Engineer’s approval shall not alter the Contractor’s responsibility for design of the temporary
works.
19.4 The Contractor shall obtain approval of third parties to the design and drawings of the temporary
work where required and inform the Engineer and Employer about the same alongwith copies of
approved design and drawings.
19.5 Before their use, all designs and drawings prepared by the Contractor for the execution of the
permanent works are subject to approval by the Employer as stipulated in the Technical Conditions.
20. SAFETY
20.1 The Contractor shall be responsible for maintaining the safety of all activities on the site, including
smooth flow of traffic at his own cost as per guidelines of the IRC/MORT&H.
20.2 In respect of all labour directly or indirectly employed in the work for the performance of the
Contractor's part of this contract, the Contractor shall at his own expense arrange for the safety
provisions as per Safety Code framed from time to time and shall at his own expense provide for all

Contract Witne Divisional


or ss Engineer
12

facilities in connection therewith. In case the Contractor fails to make arrangement and provide
necessary facilities as aforesaid, he shall be liable to pay a penalty of Rs.5000/- for each default day
and in addition the Employer shall be at liberty to make arrangement and provide facilities as
aforesaid and recover the costs incurred in that behalf from the Contractor.
21. DISCOVERIES
21.1 Anything of historical or other interest or of significant value unexpectedly discovered on the site is
the property of the Employer. The Contractor is to notify the Engineer of such discoveries and carry
out the Engineer’s instructions for dealing with them.

22. POSSESSION OF THE SITE


22.1 The Engineer shall give possession of all parts of the Site to the Contractor. If possession of a part is
not given by the date stated in the Contract Data the Engineer is deemed to have delayed the start of
the relevant activities and this will be Compensation Event for the purpose of time extension only.

23. ACCESS & INSPECTION


23.1 The Contractor shall allow the Engineer or any other person authorized by the Engineer access to the
Site, to any place where work in connection with the Contract is being carried out or is intended to
be carried out and to any place where materials or plant are being manufactured/fabricated/
assembled for the works.
23.2 All the work 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 and his senior/subordinate and the
contractor shall at all times during the usual working hours and at all other times at which reasonable
notice of the intention of the Engineer or his senior / subordinate to visit the works shall have been
given to the contractor , either himself to be present to receive orders and instructions or have a
responsible agent, duly accredited in writing , present for that purpose. Orders given to a contractor’s
agent shall be considered to have the same force as if they had been given to the contractor himself.

24. INSTRUCTIONS
24.1 The Contractor shall carry out all the instructions of the Engineer pertaining to works which comply
with the applicable laws where the site is located.
24.2 The Contractor shall permit the Employer to inspect the Contractor’s accounts and records relating to
the performance of the Contractor and to have them audited by auditors appointed by the Employer, if
so required by the Employer.
25. DISPUTES RESOLUTION MECHANISM
i) If any dispute or differences of any kind what-so-ever arise between the Authority, its authorized
representatives and the contractor in connection with or arising out of this contract or the execution
of work, these shall be resolved as under.
ii) Whether before its commencement or during the progress of Project/Work or after the termination,
abandonment or breach of the contract, the dispute shall, in the first instance, be referred for
settlement to the Engineer of the work and he shall, within a period of sixty days after being
requested in writing by the contractor to do so, convey his decision to the contractor. Such decision
in respect of every matter so referred shall, subject to arbitration as hereinafter provided, be final and
binding upon the Contractor. In case the work is already in process, the contractor shall proceed with
the execution of the work on receipt of the decision of the Engineer as aforesaid with all due
diligence, whether any of the parties requires arbitration as hereinafter provided or not.

iii) If the Engineer has conveyed his decision to the contractor and no claim for arbitration has been filed
by the contractor within a period of sixty days from the receipt of the latter communicating the

Contract Witne Divisional


or ss Engineer
13

decision, the said decision shall be final and binding upon the contractor and will not be a subject
matter of arbitration at all.
iv) If the Engineer fails to convey his decision within a period of sixty days from the date on which the
said request was made by the contractor, he may refer the dispute for arbitration as hereinafter
provided.
v) All disputes or differences in respect of which the decision is not final and conclusive shall, at the
request of either party made in communication sent through registered A.D. post, be referred to the
sole arbitration of a Superintending Engineer of Greater Mohali Area Development Authority acting
as such at the time of reference unless debarred from acting as an Arbitrator by an order of the
Authority, in which event, the Employer shall appoint any other technical officer of the department
to act as an arbitrator on receipt of a request from either party.
vi) The Employer shall have the authority to change the arbitrator on an application by either the
contractor or the Engineer requesting change of arbitrator giving reasons thereof, either before the
start of the arbitration proceedings or during the course of such proceedings. The arbitration
proceedings would stand suspended as soon as an application for change of Arbitrator is filed before
the Employer and a notice thereof is given by the applicant to the Arbitrator. The Employer after
hearing both the parties may pass a speaking order rejecting the application or accepting to change
the arbitrator or simultaneously, appointing a technical officer as Arbitrator under the contract. The
new arbitrator so appointed may enter upon the reference afresh or he may continue the hearings
from the point these were suspended before the previous arbitrator.
vii) The reference to the arbitrator shall be made by the claimant party within one hundred twenty days
from the date of dispute of claim arises during the execution of work. If the claim pertains to rates or
recoveries introduced in the final bill, the reference to the arbitrator shall be made within six calendar
months from the date of payment of the final bill to the contractor or from the date a registered notice
is sent to the contractor to the effect that his final bill is ready by the Engineer (whose decision in
this respect shall be final and binding) whichever is earlier.
viii) It shall be an essential term of this contract that in order to avoid frivolous claims, the party invoking
arbitration shall specify the disputes based upon facts and calculations stating the amount claimed
under each claim and shall furnish a “deposit-at-call” for ten percent of the amount claimed, on a
scheduled bank in the name of the Arbitrator, by his official designation who shall keep the amount
in deposit till the announcement of the award. In the event of an award in favour of the claimant, the
deposit shall be refunded to him in proportion to the amount awarded with respect to the amount
claimed and the balance, if any, shall be forfeited and paid to the other party.
ix) The provisions of the Arbitration and Reconciliation Act, 1996 or any other statuary there under or
modification thereof and for the time being in force shall apply to the arbitration proceedings under
this clause.
x) The arbitrator shall award separately giving his ward against each time claim and dispute and counter
claim raised by either party giving reasons for his award. Any lump sum award shall not be legally
enforceable.
xi) The independent claims of the party other than one seeking arbitration as also the counter claims of
any party shall be entertained by the arbitrator.

xii) The venue of arbitration shall be such place or places in Punjab or Chandigarh as may be fixed by
the arbitrator in his sole discretion. The work under the contract shall continue during the arbitration
proceedings.
xiii) 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 recoverable from another sum due to such party
under this or any other contract.

Contract Witne Divisional


or ss Engineer
14

xiv) Neither party shall be entitled to bring a claim for arbitration, if it is not filled as per the time period
already specified or within six months of the following:-
a) Of the date of completion of the work as certified by the Engineer or
b) Of the date of abandonment of the work or breach of contract under any of its clauses, or
c) Of its non-commencement or non resumption of work within 10 days of written notice for
commencement or resumption as applicable, or
d) Of the cancellation, termination or withdrawal of the work from the contractor in whole or in
part and / or revision for closure of the contract, or
e) Of receiving an intimation from the Engineer that the final payment due or recover from the
contractor had been determined, for the purpose of payment/adjustment whichever is the latest.
If the matter is not referred to arbitration within the period prescribed above, all the rights and
claims of either party under the contract shall be deemed to have been fortified and absolutely
barred by the time for arbitration and even for civil litigation.
xv) No question relating to this contract shall be brought before any civil court without first invoking and
completing the arbitration proceedings, if the issue is covered by the scope of arbitration under the
contract. The pending arbitration proceedings shall not disentitle the Engineer to terminate the
contract and to make alternate arrangement for completion of the works.
xvi) 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.
xvii) The expiry to the contractual time limit, whether originally fixed or extended, shall not invalidate the
provisions of this clause.
xviii) The jurisdiction of Civil Court for matter under dispute shall be on the basis of the location of the
office of the Engineer.

B. TIME CONTROL

26. PROGRAMME
26.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer for approval
a programme showing the general methods, arrangements, order, and timing for all the activities in
the works along with monthly cash flow forecast.
26.2 An update of the Programme shall be a Programme showing the actual progress achieved on each
activity and the effect of the progress achieved on the timing of the remaining work including any
changes to the sequence of the activities.
26.3 The Contractor shall submit to the Engineer, for approval, an updated Programme at intervals no
longer than the period stated in the Contract Data If the Contractor does not submit an updated
Programme within this period, the Engineer may withhold the amount stated in the Contract Data
from the next payment certificate and continue to withhold this amount until the next payment after
the date on which the overdue programme has been submitted.
26.4 The Engineer’s approval of the Programme shall not alter the Contractor’s obligations. The
Contractor may revise the programme and submit it to the Engineer again at any time. A revised
programme is to show the effect of variations and compensation events.

27. EXTENSION OF THE INTENDED COMPLETION DATE

Contract Witne Divisional


or ss Engineer
15

27.1 If the contractor shall desire an extension of the time for completion of the work on the ground of his
having been unavoidably hindered in its execution or any other ground, he shall apply in writing to
the Engineer (with corresponding time extension in Performance Security) within thirty days of the
date of hindrance (but before the expiry of time limit) on account of which he desires such extent ion
as aforesaid‟ and the Superintending Engineer shall if in his opinion (which shall be final) reasonable
grounds be shown therefore, authorize such extension of time as may in his opinion be necessary or
proper. No application for extension of time received late or addressed to the Sub-Divisional
Engineer or any officer other than the Engineer shall be considered valid. If the contractor fails to
apply for extension as aforesaid and the work is not completed within the time limit, the contract
shall be determined absolutely after action under relevant clauses.

28. DELAYS ORDERED BY THE ENGINEER


28.1 The Engineer may instruct the Contractor to delay the start or progress of any activity within the
works.

29. MANAGEMENT MEETINGS


29.1 The Engineer may require the Contractor to attend a management meeting. The business of a
management meeting shall be to review the plans for remaining work and to deal with matters raised
in accordance with the early warning procedure.
29.2 The Engineer shall record the business of management meetings and is to provide copies of his
record to those attending the meeting and to the Employer. The responsibility of the parties for
actions to be taken is to be decided by the Engineer either at the management meeting or after the
management meeting and stated in writing to all who attended the meeting.

30. EARLY WARNING


30.1 The Contractor is to warn the Engineer at the earliest opportunity of specific likely future events or
circumstances that may adversely affect the quality of work, increase the Contract Price or delay the
execution of works. The Engineer may require the Contractor to provide an estimate of the expected
effect of the future event or circumstance on the Contract Price and Completion Date. The estimate
is to be provided by the Contractor as soon as reasonably possible.
30.2 The Contractor shall cooperate with the Engineer in making and considering proposals for how the
effect of such an event or circumstance can be avoided or reduced by anyone involved in the work
and in carrying out any resulting instruction of the Engineer.

C. QUALITY CONTROL

31. QUALITY ASPECTS


31.1 (a) (For works above Rs. 2.00 Crores)
The Contractor shall employ a competent quality control consultant/engineer to produce quality works.
He is also expected to improve his procedures in line with ISO 9002 and get this certification. The
contractor will set up fully equipped field laboratory to conduct quality control tests required as per
relevant specifications. The records shall be maintained in the prescribed formats and the contractor shall
supply copies thereof to the Engineer regularly with the bills without which no payment shall be made.
In case the contractor fails to set up the laboratory and/or to employ the quality control consultant for the
whole or part of the period of execution, the Engineer on behalf of the Employer may order setting up of
the laboratory and/or employment of Quality Control Consultant at the cost of the Contractor or may
order the departmental staff to carry out the quality control tests. A deduction @ 1.5 % of the total cost of

Contract Witne Divisional


or ss Engineer
16

the work or actual expenditure incurred in this respect, whichever is more, shall be made from the
payments of the Contractor.

Contract Witne Divisional


or ss Engineer
17

(b) The Engineer will be free to conduct surprise, random or in situ checks any time during the execution and
after the completion of the work but not later than the Defect Liability Period, so as to have cross check
in quality.
(c) Nothing in this clause shall reduce the overall responsibility of the Contractor regarding quality and he
shall remain liable for any defect in the execution.

31 .2 ACTION AND COMPENSATION IN CASE OF BAD WORK


If it appears to the Engineer or his subordinate-in-charge of the work that any work or part of it has been
executed with unsound, imperfect, unskillful workmanship or with materials of any inferior description
or that any articles or materials provided by the Contractor for the execution of the work are unsound or
of inferior quality to that contracted for or otherwise not in accordance with the contract, the Contractor
shall, on written instructions by the Engineer specifying unsound the work, materials or articles,
forthwith rectify or remove and reconstruct the work so specified in whole or part, as the case may
require or as the case may be, remove the materials or articles at his own proper charge and cost, within a
period specified by the Engineer. In the event of his falling to do so, the Contractor shall be liable to pay
compensation at the rate of 1.00 % of the estimated amount of unsound work per week. In case the
Contractor does not make the necessary compliance at all, the Engineer may rectify or remove and, re-
execute the work or remove and replace with others, the materials or articles complained of as the case
may be, at risk and expenses of the Contractor.
32. IDENTIFYING DEFECTS
32.1 The Engineer shall check the Contractor’s work and notify the contractor of any defects that are
found. The note of the Engineer shall give the description of the defects in sufficient detail,
including the obligations as per the Contract. Such checking shall not affect the Contractor’s
responsibilities. The Engineer may also instruct the Contractor to search for a Defect and to uncover
and test any work that the Engineer considers may have a Defect.
32.2 If the Engineer instructs the Contractor to carry out a test not specified in the Specification to check
whether any work has a defect and the test shows that it does, the Contractor shall pay for the test
and any samples. If there is no Defect the test shall be a Compensation Event.
33. CORRECTION OF DEFECTS
33.1 The Engineer shall give notice to the Contractor of any Defects before the end of the Defects
Liability Period, which begins at Completion and is defined in the Contract Data. The Defects
Liability Period shall be extended for as long as Defects remain to be corrected.
33.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the
length of time specified by the Engineer’s notice.
33.3 If the Contractor has not corrected a Defect within the time specified in the Engineer’s notice, the
Engineer will assess the cost of having the Defect corrected, and recover twice of this amount from
the Contractor.
34. HABITUAL AND CONTINUED BAD WORKING
34.1 If the Employer determines from the record of the Contractor’s performance on various works in the
department that he has been penalized for sub-standard working in three or more works, the
Employer shall debar the Contractor against further bidding for works in the department for one
year. A Contractor debarred twice under this clause shall be blacklisted for any future bidding for
works.

D. COST CONTROL

Contract Witne Divisional


or ss Engineer
18

35. BILL OF QUANTITIES


35.1 The Bill of Quantities shall contain items for the construction, installation, testing and commissioning
work to be done by the Contractor.
35.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity
of work done at the rate in the Bill of Quantities for each item.
36. CHANGE IN THE QUANTITIES
36.1 If the final quantity of work done differs from the quantity in the Bill of Quantities for the particular
item by more than 25 percent provided the change exceeds 1% of initial Contract Price, the Engineer
shall adjust the rate to allow for the change, duly considering.
a) Justification for rate adjustment as furnished by the Contractor.
b) Economies resulting from increase in quantities by way of reduced plant, equipment and
overhead costs.
c) Entitlement of the contractor to compensation events where such events are caused by any
additional work.
d) The revised rates will be applicable to the quantity that exceeds 25% limit and not on the
entire quantity.
36.2 The Engineer shall not adjust rates from changes in quantities if thereby the Initial Contract Price is
exceeded by more than 15 percent, except with the prior approval of the Employer.
36.3 If requested by the Engineer, the Contractor shall provide the Engineer with a detailed cost
breakdown of any rate in the Bill of Quantities.
37. VARIATIONS
37.1 All variations shall be included in updated Programmes produced by the Contractor.
38. PAYMENT FOR VARIATIONS
38.1 The Contractor shall provide the Engineer with a quotation (with breakdown of unit rates) for
carrying out the Variation when requested to do so by the Engineer. The Engineer shall assess the
quotation, which shall be given within seven days of the request or within any longer period stated
by the Engineer and before the Variation is ordered.
38.2 If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in
the opinion of the Engineer, the quantity of work above the limit stated in Sub Clause 38.1 or the
timing of its execution do not cause the cost per unit of quantity to change, the rate in the Bill of
Quantities shall be used to calculate the value of the Variation. If the cost per unit of quantity
changes, or if the nature or timing of the work in the Variation does not correspond with items in the
Bill of Quantities, the quotation by the Contractor shall be in the form of new rates for the relevant
items of work.
38.3 If the Contractor’s quotation is unreasonable, the Engineer may order the Variation and make a
change to the Contract Price which shall be based on Engineer’s own forecast of the effects of the
Variation on the Contractor’s cost.
38.4 If the Engineer decides that the urgency of varying the work would prevent a quotation being given
and considered without delaying the work, no quotation shall be given and the Variation shall be
treated as a Compensation Event.
38.5 The contractor shall not be entitled to additional payment for costs which could have been avoided
by giving early warning.

[Alternate Clauses 35 to 38 for Lump Sum Contracts are as follows]

35. SCHEDULE OF PAYMENT


Contract Witne Divisional
or ss Engineer
19

35.1 The Schedule of Payment shall contain items for the construction, installation, testing, and
commissioning work to be done by the Contractor.

35.2 The Contractor shall be paid for the quantity of work completed by him on a pro-rata basis at the
time of submission of monthly statement pursuant to clause 39.

36. VARIATIONS & CHANGE IN THE SCOPE OF WORK


36.1 The Engineer shall have power to make any variations, alterations omission, additions to or
substitutions for the original specifications, drawings, designs and instructions that may appear to be
necessary or advisable during the progress of the work, and the contractor shall be bound to carry out
the work in accordance with any instructions which may be given to him in writing, signed by the
Engineer in charge. Such alterations/additions /substitutions shall not invalidate the contract and
shall be carried out by the contractor on the same conditions in all respect on which he agreed to do
the main work. The time of completion of the work shall be extended in the proportion that the
altered, additional or substituted works bears to the original contract work and the certificate of the
Engineer shall be conclusive as to such proportion.

36.2 If the final scope of work differs from the original by more than 1% of initial Contract Price, the
Engineer shall adjust the rate to allow for the change, duly considering:
(a) Justification for rate adjustment as furnished by the Contractor,
(b) Economies resulting from increase in quantities by way of reduced plant,
equipment, and overhead costs.
(c) Entitlement of the Contractor to compensation events where such events are
caused by any additional work.

36.3 The Engineer shall not adjust rates from changes in scope of work, if thereby the Initial Contract
Price is exceeded by more than 15 percent, except with the prior approval of the Engineer.
36.4 If requested by the Engineer, the Contractor shall provide the Engineer with a detailed cost
breakdown of any rate of the item undergoing variation in the scope of work.
36.5 All variations shall be included in updated Programmes produced by the Contractor.

37. PAYMENTS FOR VARIATION


37.1 Any variation that is, increase or decrease in the scope of this work, shall be regulated as per
schedule S-II (variation schedule), Section 10 in so far as the payments/recoveries are concerned. All
other conditions of contract shall remain unchanged.
37.2 If rate is not available in schedule S-II, the Contractor shall provide the Engineer with a quotation
(with breakdown of unit rates) for carrying out the Variation when requested to do so by the
Engineer. The Engineer shall assess the quotation, which shall be given within seven days of the
request or within any longer period stated by the Engineer and before the Variation is ordered.
37.3 If the Contractor’s quotation is unreasonable, the Engineer may order the Variation and make a
change to the Contract Price which shall be based on Engineer’s own forecast of the effects of the
Variation on the Contractor’s costs.
37.4 If the Engineer decides that the urgency of varying the work would prevent a quotation being given
and considered without delaying the work, no quotation shall be given and the Variation shall be
treated as a Compensation Event.
37.5 The Contractor shall not be entitled to additional payment for costs which could have been avoided
by giving early warning. }

38. CASH FLOW FORECASTS


Contract Witne Divisional
or ss Engineer
20

38.1 When the Programme is updated, the contractor is to provide the Engineer with an updated cash flow
forecast.
39. PAYMENT CERTIFICATES
39.1 The Contractor shall submit to the Engineer monthly statements/bills of the estimated value of the
work completed less the cumulative amount certified previously, along with copies of the following
documents:-
(i) Measurements and quantities of items of work done since last bill.
(ii) Copies of quality control tests in specified format covering the work done since last bill.
(iii) Copies of instructions recorded in the instruction book containing the instructions and
compliance made thereof, covering the work done since last bill.
The contractor shall submit all bills on the printed forms to be had on applications from the office of
the Engineer

39.2 The Engineer shall check the Contractor’s monthly statements within 30 days and certify the amount
to be paid to the Contractor after taking into account any deductions for advance payments, retention,
other recoveries in terms of the contract and taxes at source, as applicable under the law, and the
credit or debit for the month in question in respect of materials for the works in the relevant amounts
and under conditions set forth in clause 47. The Contractor shall be required to sign the corrections
made, if any, in token of acceptance of the same, before release of payment.
39.3 The value of work executed shall be determined by the Engineer.
39.4 The value of work executed shall include the valuation of Variations and Compensation Events. The
Contractor shall be deemed to have waived off all claims not included in such bills/statements and
will have no right to enforce any claim not so included, whatsoever be the circumstances.
39.5 The Engineer may exclude any item certified in a previous certificate or reduce the proportion of any
item previously certified in any certificate in light of later information.

40. PAYMENTS
40.1 The Engineer on behalf of Employer shall pay the Contractor the amounts certified by the Engineer.
40.2 Items of the Project/Work, for which no rate or price or percentage of lump sum rate has been
entered in, will not be paid for by the Employer and shall be deemed covered by other rates and
prices in the Contract.
40.3 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 due to the Government by the contractor in
respect of this contract or any other contract or work-order or any account whatsoever may be
deducted from any sum payable by the Government to the contractor either in respect of this contract
or any work order or contract or any other account by any other department of the Government.
40.4 The Engineer may refuse or suspend payments on account of a work when executed by a firm or by a
contractor described in his bid as a firm, unless receipts are signed by all the partners, or one of the
partners or an authorized representative of the contractor who produces a valid authority in writing
enabling him to give effectual receipts on behalf of the firm.
40.5 All the intermediate payments shall be regarded as payments by way of advance against the final
payment only and not as payments for work actually done and completed ; and shall not preclude the
requiring of bad, unsound , imperfect or unskilled work to be removed and taken away and
reconstructed or re-erected or be considered as an admission of the performance of the contract or
any part thereof in any respect of the occurring of any claim , nor shall it conclude , determine or
effect in any way the powers of the Engineer under these conditions or any of them as to the final
settlement and adjustment of the accounts or otherwise or in any other way , vary or affect the
contract.
Contract Witne Divisional
or ss Engineer
21

40.6 The receipt of the Accountant or Clerk for any money paid by the contractor to the department will
not be considered as a receipt of payment to the Engineer and the contractor shall be responsible for
ensuring that he procures a receipt duly signed by the Engineer or his Sub Divisional Engineer.

41. COMPENSATION EVENTS


41.1 The following are Compensation Events unless they are caused by the Contractor:
a) The Engineer does not give access to a part of the Site as stipulated in Clause 22 by the site
possession Date stated in the Contract Data.
b) The Employer modifies the schedule of other contractors in a way which affects the work of
the Contractor under the contract.
c) The Engineer orders a delay or does not issue instructions required for execution of works
on time.
d) The Engineer gives an instruction for dealing with an unforeseen condition, caused by the
Employer, or other reasons.
e) The effect on the Contractor of any of the Employer’s Risks.
f) The Engineer unreasonably delays issuing a Certificate of Completion.
g) Other Compensation Events listed in the Contract Data or mentioned in the Contract.
41.2 If a Compensation Event would cause additional cost or would prevent the work being completed
before the Intended Completion Date, the Contract Price shall be increased and/ or the Intended
Completion Date is extended. The Engineer shall decide whether and by how much the Contract
Price shall be increased and whether and by how much the Intended Completion Date shall be
extended.
41.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor’s
forecast cost has been provided by the Contractor, it is to be assessed by the Engineer and the
Contract Price shall be adjusted accordingly. If the Contractor’s forecast is deemed unreasonable, the
Engineer shall adjust the Contract Price based on Engineer’s own forecast. The Engineer will assume
that the Contractor will react competently and promptly to the event.
41.4 The Contractor shall not be entitled to compensation to the extent that the Employer’s interests are
adversely affected by the Contractor not having given early warning or not having cooperated with
the Engineer.

42. TAXES
42.1 The rates quoted by the Contractor shall be deemed to be inclusive of all the taxes, levies, etc.
including their variations as notified by the concerned authority from time to time, and also of all the
new taxes and levies that may be imposed that the Contractor will have to pay for the performance of
this Contract. The Engineer on behalf of the Employer will perform such duties in regard to the
deduction of such taxes at source as per applicable law.
42.2 The Contractor shall comply with the proper bye-laws and legal orders of the local body or public
authority under the jurisdiction of which the work is executed and pay all fees and charges for which
he may be liable. Nothing extra shall be payable on this account.

43. CURRENCIES
All payments shall be made in Indian Rupees.

44. PRICE ADJUSTMENT


44.1 Contract price shall be adjusted for increase or decrease in rates and price of Bitumen, Cement &
Steel only in accordance with the following principles and procedures and as per formula given in
the contract data:

Contract Witne Divisional


or ss Engineer
22

(a) The price adjustment shall apply for the work done from the start date given in the contract
data upto end of the initial intended completion date or extensions granted by the Engineer
and shall not apply to the work carried out beyond the stipulated time for reasons
attributable to the contractor.
(b) The price adjustment shall be determined during each month from the formula given in the
contract data. It will exclude value for works executed under variations for which price
adjustment will be worked separately based on the terms mutually agreed.
(No price adjustment is to be paid for the work done in first six months from the date of
allotment of work irrespective of the time period specified except for bitumen component
in case of road works for which (a) above shall apply).
44.2 To the extent that full compensation for any rise or fall in costs to the contractor is not covered by the
provisions of this or other clauses in the contract, the bid price shall be deemed to include amounts to
cover the contingency of such other rise or fall in costs.

45. RETENTION MONEY (SECURITY DEPOSIT)


45.1 The Engineer on behalf of the Employer shall retain 5% of the amount of each payment due to the
Contractor until Completion of the whole of the Project/Work to cover the cost that may be involved
in removal of defects, imperfections, or taking remedial measures in the work executed. This
retention shall be inclusive of the initial bid security deposited by the bidder.
45.2 50% of the total amount retained shall be repaid to the Contractor after three months of completion
of the whole of the Project/Work as certified satisfactory by the Engineer with respect to removal of
all defects, imperfections, short comings and taking remedial measures, that may be necessary and
after recording of final measurements of work done, for which the certificate of the Engineer would
be conclusive.
45.3 The remaining amount of the retained money shall be repaid after one year or when the Defects
Liability Period has passed, whichever is later, and after the Engineer has certified that all Defects
notified by the Engineer to the Contractor before the end of this period have been corrected.
.
46. LIQUIDATED DAMAGES

46.1 The Contractor shall ensure due diligence to achieve progress of work not less than that indicated in
the following milestones:-
1) On Lapse of 25% contractual time : 10%
ii) On Lapse of 50% contractual time : 30%
iii) On Lapse of 75% contractual time : 65%
iv) On Lapse of 100%(full) contractual time : 100%
In case of default , the contractor shall, notwithstanding issuance of a prior notice in this regard, pay
prospectively as liquidated damages an amount upto 1% of the amount of contract or such lesser
amount that the Engineer may levy on behalf of the Employer, for every week of the period for
which the work remains un-commenced after 10 days of the issue of acceptance letter; or the
minimum progress of work stated above is not achieved; or the work remains unfinished after the
completion date.
46.2 In case of continued default or shortfall in progress, the Engineer may go on enhancing the levy of
liquidated damages, each time limited to 1% of the amount of contract per week of further default
subject to maximum limit of five percent of the Contract value.
46.3 The Superintending Engineer on representation from Contractor and after hearing both the Engineer
and Contractor, may reduce the amount of liquidated damages and his decision in writing shall be
final.

Contract Witne Divisional


or ss Engineer
23

46.4 If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer
shall correct any overpayment of liquidated damages by the Contractor by adjusting the next
payment certificate.
46.5 If the contractor fails to comply with the time for completion as stipulated in the tender, then the
Contractor shall pay to the Employer (through the Engineer), the relevant sum stated in the Contract
Data as Liquidated damages for such default and not as penalty for everyday or part of day which
shall elapse between relevant time for completion and the date stated in the taking over certificate of
the whole of the works on the relevant section, subject to the limit stated in the contract data.
46.6 If, before the Time for Completion of the whole of the Works or, if applicable, any Section, a Taking
- Over Certificate has been issued for any part of the Works or of a Section, the liquidated damages
for delay in completion of the remainder of the Works or of that Section shall, for any period of
delay after the date stated in such Taking-Over Certificate, and in the absence of alternative
provisions in the Contract, be reduced in the proportion which the value of the part so certified bears
to the value of the whole of the Works or Section, as applicable. The provisions of this Sub-Clause
shall only apply to the rate of liquidated damages and shall not affect the limit thereof.

47. SECURED ADVANCE


47.1 The contractor ,on signing an indenture in the form to be specified by the Engineer, shall be entitled to
be paid, during the execution of work, upto 75% of the estimated value of any materials, which, in the
opinion (as per Para 2.105 of P.W.D. code coupled with rule 7.37 of D.F.R. [Financial Hand Book
No.3]) of the Engineer, are non-perishable and which have been procured and adequately stored
against damage, but which have not been incorporated in the works at the time of making advance.
a) The materials are in accordance with the specification for works;
b) Such materials have been delivered to site, and are properly stored and protected against damage
or deterioration to the satisfaction of the Engineer. The contractor shall store the bulk material in
measurable stacks;
c) The contractor’s records of the requirements, orders, receipt and use of materials are kept in a
form approved by the Engineer and such records shall be available for inspection by the
Engineer;
d) The contractor has submitted with his monthly statement the estimated value of the materials on
site together with such documents as may be required by the Engineer for the purpose of
valuation of the materials and providing evidence of ownership and payment thereof;
e) Ownership of such materials shall be deemed to vest in the Employer for which the Contractor
has submitted an Indemnity Bond in an acceptable format; and
f) The quantities of materials are not excessive and shall be used within a reasonable time as
determined by the Engineer.

48. SECURITIES
The Performance Security (including additional security for unbalance bids) shall be provided to the Engineer
on behalf of the Employer no later than the date specified in the Letter of Acceptance and shall be issued in an
amount and form and by a bank or surety acceptable to the Engineer on behalf of the Employer and
denominated in Indian Rupees. The Performance Security shall be valid until a date 28 days pursuant to the
date of expiry of the Defects Liability Period plus maintenance period of five years and the additional security
for unbalanced bids shall be valid until a date 28 days from the issue of the certificate of completion.
Performance Security shall be released after handing over of all services of GMADA in good working
condition.

49. CARRIAGE OF MATERIALS, MACHINERY ETC.

Contract Witne Divisional


or ss Engineer
24

The Contractor shall ensure that each vehicle transporting his material, machinery etc. to the work site does
not exceed its stipulated loading capacity. In case it is found that the material, machinery etc. are being
transported is in overloaded vehicles, then the Engineer shall make recovery from the payments of the
contractor of an amount equivalent to 50% of the rate of the carriage of material brought to the site by the
Contractor. For the purpose of this clause, the rates of the carriage shall be considered as those given in the
Departmental Common Schedule of Rates (CSR) plus Sanctioned premium prevailing on the date of receipt
of bids. The Engineer or his field staff shall certify that the actual carriage of material is within the norms
and no overloading has been done.
50. COST OF REPAIRS
50.1 Loss of damage to the Works or Materials to be incorporated in the Works between the Start Date
and the end of the Defects Correction periods shall be remedied by the Contractor at Contractor’s
cost if the loss or damage arises from the Contractor’s acts or omissions.

E. FINISHING THE CONTRACT

51. COMPLETION
51.1 The Contractor shall request the Engineer to issue a Certificate of Completion of the works and the
Engineer, within 30 days of the receipt of such request, shall inspect the work and if there is no
defect in the work, shall furnish the contractor with a certificate of completion. Otherwise, the
Engineer may issue a provisional certificate of completion indicating the defects (a) to be rectified by
the contractor and / or (b) for which payment shall be made at reduced rates. However no certificate,
provisional or otherwise, shall be issued nor shall the work be considered to be complete until the
Contractor has cleared all scaffolding, surplus materials, garbage and all huts and sanitary
arrangements set up for the labour at the site and cleaned off the dirt from work.

52. TAKING OVER


52.1 The Engineer on behalf of the Employer shall take over the Site and the Works within seven days of
having issued a Certificate of Completion to the Contractor.
53. FINAL ACCOUNT
53.1 The Contractor shall supply to the Engineer a detailed account of the total amount that the Contractor
considers payable under the Contract before the end of the Defects Liability Period. The Engineer
shall issue a Defect Liability Certificate and certify any final payment that is due to the Contractor
within 56 days of receiving the Contractor’s account if it is correct and complete. If it is not, the
Engineer shall issue within 56 days a schedule that states the scope of the corrections or additions
that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the
Engineer shall decide on the amount payable to the Contractor and issue a payment certificate, within
56 days of receiving the Contractor’s revised account.
54. MANUALS & REGISTERS
54.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall
supply them by the dates stated in the Contract Data.
54.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Contract
Data, or they do not receive the Engineer’s approval, the Engineer shall withhold the amount stated
in the Contract Data from payments due to the Contractor.
54.3 The Contractor shall also furnish, if so desired by the Engineer, the following documents duly signed
by him or his authorized representatives:
i) Variation statement showing the altered items , if any against those provided in the original
drawings.
Contract Witne Divisional
or ss Engineer
25

ii) Original site instruction book.


iii) Original registers for various quality control tests as specified.
iv) Register of consumption of Cement, Steel and Bitumen.
55. TERMINATION
55.1 The Engineer on behalf of the Employer may terminate the Contract if the other party causes a
fundamental breach of the Contract. For this purpose, 14 days notice in writing shall be served by
either party on the other party clearly mentioning the particular grounds of Breach of Contract with a
copy to the Employer.
55.2 Fundamental breaches of Contract include, but shall not be limited to the following:

(a) the Contractor stops work for 28 days when no stoppage of work is shown on the current
programme and the stoppage has not been authorized by the Engineer;
(b) the Employer or the Contractor is made bankrupt or goes into liquidation other than for a
reconstruction or amalgamation;
(c) the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of
Contract and the Contractor fails to correct it within a reasonable period of time determined by
the Engineer;
(d) the Contractor does not maintain a security which is required;
(e) the Contractor has delayed the completion of works by the number of days for which the
maximum amount of liquidated damages can be paid as defined in the Contract data; and
(f) If the Contractor, in the judgment of the Engineer or the Employer has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract.
(g) If the Contractor, having been given a notice in writing by the Engineer, fails to rectify,
reconstruct or replace any defective work or continues the execution of work in an inefficient,
improper, un workman – like manner or not in accordance with sound Engineering practices or
without complying with the directions and requirements within a period of 10 days of the issue
of said notice.
(h) If the Contractor being a company shall pass a resolution or a court shall make an order of the
effect that the company shall be wound up or if a receiver or a manager on behalf of the credit
or shall be appointed or if circumstances shall arise which entitle the court of creditor to
appoint a receiver or manager or to make a winding up order.
(i) If the contractor commits any acts of defaults with respect to conditions of contract.

55.3 Notwithstanding the above, the Engineer on behalf of the Employer may terminate the Contract for
convenience.
55.4 If the Contract is terminated the Contractor shall stop work immediately, make the Site safe and
secure and leave the Site as soon as reasonably possible.

55.5 After the termination of the contract under this clause, the Employer shall be at liberty to get the
balance work executed through some other contractual agency or through departmental means or to
abandon the balance work altogether or to modify the design and scope of the work in any manner.
The Contractor shall have no claim against the Employer in this regard.

56. PAYMENT UPON TERMINATION


56.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the
Engineer shall issue a certificate for the value of the work done less advance payments received upto
the date of the issue of the certificate, less other recoveries due in terms of the contract, less taxes
due to be deducted at source as per applicable law and less 5% of the contract value towards
Contract Witne Divisional
or ss Engineer
26

compensation for the breach of contract. The total amount of liquidated damages and compensation
for breach of contract shall, however, be limited to 7.5% of the contract value or the amount
available with the Engineer (in the shape of retention money and performance security), whichever is
less. The requisite amount for which the Contractor may become liable shall be realized by
encashing the performance security furnished by the Contractor and/ or from other amounts due to
the Contractor in respect of this work or any other work, undertaken by him for the Government.
56.2 If the Contract is terminated at the Employer’s convenience or because of a fundamental breach of
Contract by the Employer, the Engineer shall issue a certificate for the value of the work done. This
work value shall take into account the cost of balance material brought by the contractor and
available at site, the reasonable cost of removal of Equipment, repatriation of the Contractor’s
personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the
works. The advance payment received upto to the date of the certificate, other recoveries due in
terms of the contract and the taxes due to be deducted at source as per applicable law, shall be
detected from the work value.

56.3 No Compensation for Alteration in or Restriction in Works


If at any time , after the commencement of the work the Government, for any reason whatsoever,
does not require the whole Project/Work or part thereof to be carried out, the Engineer shall give
notice in writing of the fact to the Contractor , who shall have no claim to any payment or
compensation whatsoever on account of any profit or advantage, which he might have derived from
the execution of the work in full, but which he did not derive inconsequence of the full amount of
work not having been carried out, neither shall he have any claim for compensation by reasons of
any alteration having been made in the original specifications, drawings , designs and instructions ,
which shall involve any curtailment of the work originally contemplated.

57. PROPERTY
57.1 All materials on the Site, Plant, Equipment, Temporary works and Works are deemed to be the
property of the Employer, if the contract is terminated as per Cl. 55.2 above because of a
Contractor’s default.

58. RELEASE FOR PERFORMANCE


58.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control
of either the Employer or the Contractor the Engineer shall certify that the Contract has been
frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after
receiving this certificate and shall be paid for all work carried out before receiving it and for any
work carried out afterwards to which commitment was made.

59. EXTRAORDINARY CLAIMS


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

Contract Witne Divisional


or ss Engineer
27

SECTION 3

(ii) CONDITIONS OF PARTICULAR APPLICATION


[COPA]

Contract Witne Divisional


or ss Engineer
28

CONDITIONS OF PARTICULAR APPLICATION

Conditions/Clauses of the contract which are required in case of particular or specific work shall form part

of this section. Such conditions may include additional qualification conditions for the bidders. For

example, for construction of a bridge work in running canal conditions, an additional qualifying condition

can be that the bidder should have experience of having done construction in such demanding conditions.

Fresh administrative or financial instructions can also be included in this section.

Clauses included in the General Conditions and Clauses of the Contract may need to be modified or

deleted to suit the particular situation. Those modifications and deletions in reference to the clauses should

also be inserted in this part.

Contract Witne Divisional


or ss Engineer
29

SECTION 4

CONTRACT DATA

Contract Witne Divisional


or ss Engineer
30

CONTRACT DATA

Name of the Project/Work : Development of Land including civil, public Health and
Electrical work at Ecocity (Phase-2), New Chandigarh,
Mullanpur, S.A.S Nagar including five years maintenance

Contract Identification No. :

The Contract Data hereunder pertains to some specific, but in no way exhaustive, information on the
Project/Work. The bidders are required to study and account for this data in conjunction to various other
Sections of the Document. GCC stands for ‘General Conditions of Contract’.

1. Name of the Employer :

Chief Administrator
GMADA, S.A.S Nagar
for and on behalf of
Authority

Address of Employer:

PUDA Bhawan
Sector 62, S.A.S Nagar.

2. Name of the Assignee:

Superintending Engineer
(C-II)
GMADA, S.A.S Nagar

3. Name & Address of the Engineer:


Divisional Engineer (C-II )
GMADA
S.A.S. Nagar (Mohali).

4. The Defect Liability Period:


It is ONE year from the date of completion. [Cl. 1.1& 33,GCC]

5. The Start Date:


The start date shall be from the date of issue of the allotment letter by the Engineer.

6. The Intended Date of Completion:

The intended completion date for the whole works is 24 months after start of the work. [CI 1.1& 27,GCC]
Contract Witne Divisional
or ss Engineer
31

7. Site Particulars:
The site is at Km ------of ------ near ------, Punjab, India. The main markets are at ----------. The nearest
Railway station is --------. The nearest post office and Telegraph office is -------------. Communication
facilities like Fax, e-mail, STD, ISTD service are available at----.
The site falls in Seismic Zone --- & the conditions of exposure are ---------.

8. The Hydraulic Investigation Data :


---------------------------------------

9. The Scope of work put to Bid:

As per bill of quantities.

10. The additional documents that also form part of the Contract; [C1.2. GCC]
……………………………………………………………………..
……………………………………………………………………..

11. The law which applies to the Contract:


[CI 3.1,GCC]
The Law of Union of India.

12. The language of the contract document :


[CI 3.1,GCC]
English

13. Amounts of Insurance & Deductions by Engineer :


[CI 15.1,GCC]
Nil

14. Soil Investigation Report: Appended in Section----

15. The Site possession dates are:


[CI 22,GCC]
i. For ------------- Date of Award of Contract
ii. For ------------- ………………………………..
iii. For ------------- ……………………………….

Contract Witne Divisional


or ss Engineer
32

16. The Period for Submission of the Programme for approval of


Engineer: [CI 26,GCC]
21 days from the issue of Letter of Acceptance.

17. The period between programme updates shall be 30 days. [CI 27.3,GCC]

18. The Additional Compensation Events are:


[Cl. 41,GCC]
(i) Substantially adverse ground conditions encountered during
the course of execution of work not provided in the bidding
Document
(ii) Removal of underground utilities detected subsequently
(iii) Significant change in classification of soil requiring additional
mobilization by the contractor, e.g. ordinary soil to rock excavation,
(iv) Removal of unsuitable material like marsh, debris dumps, etc. not caused by the contractor
(v) Artesian conditions
(vi) Seepage, erosion, landslide
(vii) Presence of historical, archeological or religious structures,
Monuments interfering with the works
(viii) Restriction of access to ground imposed by civil, judicial, or military authority
20. The currency of the Contract: [CI 43,GCC]
Indian Rupees

21. The schedule of submission of operating and Maintenance manual:


[Cl 54.1,GCC]
15 days after completion of work.

22. The amount to be withheld for failing to supply “as built” drawings, if any, by the date required:
[Cl 54.2,GCC]
Rs. 10,000 or 1% of the contract amount, whichever is higher.

23. The Events which shall also mean fundamental breach of contract:
[CI 55.2,GCC]
The Contractor has contravened Clause 9 of GCC.

Contract Witne Divisional


or ss Engineer
33

24. The formula (e) for adjustment of prices are; [Cl. 44)
ADJUSTMENT FOR BITUMEN COMPONENT
(i). Price adjustment for increase or decrease in the
cost of bitumen shall be paid in accordance
with the following formula;
Vb = Pb x (Bi-B0)
Vb = Increase or decrease in the cost of bitumen work
during the month under consideration due to
Changes in rates for bitumen.

B0 = The official retail price of bitumen at the IOC Depot (Attached)


at nearest center (Panipat) considered by the Department while approving the invitation of the Bids.
This price for the work under consideration is Rs..........
Bi = The official retail price of bitumen of IOC Depot at nearest center (Panipat) for the month under
consideration.
Pb = quantity of bitumen actually consumed in the work done in the period under consideration.
If the prices of bitumen change during the period under consideration for working out escalation, the period
shall be split up to calculate appropriate adjustment.
Contractor’s profit shall not be considered on Price Adjustment.

ADJUSTMENT FOR CEMENT COMPONENT


(ii) Price adjustment for increase or decrease in the cost of cement procured by the contractor shall be paid in
accordance with the following formula:
Vc = Nc x Rc (Ci-C0)/C0
Vc = Increase or decrease in the cost of work during the month under consideration due to changes in the
rates for cement.
Co= The initial price of cement per 50 kg bag based on the All India whole sale price index for cement, as
published by the Ministry of Industrial Development, Government of India, New Delhi, As on the date on
which the rate of cement Rc was enforced by the Department
Ci= The current price of cement per 50 bag based on the All India average whole sale price index for
cement published by the Ministry of Industrial Development, Government of India, New Delhi (current =
month under consideration)
Rc= Rate of PPC/OPC Cement per 50 Kg bag considered by the Department while inviting the bids, i.e.
for PPC Rs. 240.00/- per bag as on 2/2016 (date of fixing of this rate as per CSR rate) Premium List
Nc= Number of 50 Kg cement bags actually consumed in work during the period under consideration.
Contractor’s profit shall not be considered on Price Adjustment.

Contract Witne Divisional


or ss Engineer
34

ADJUSTMENT FOR STEEL COMPONENT


(iii) Price adjustment for increase or decrease in the cost of steel procured by the contractor shall be paid in
accordance with the following formula:
Vs = Qs x Rs (Si-S0)/ S0
Vs = Increase or decrease in the cost of work during the month under consideration due to changes in the
rates for cement.
So= The initial price of steel per metric tonne based on the All India whole sale price index for steel, as
published by the Ministry of Industrial Development, Government of India, New Delhi, As on the date on
which the rate of steel Rs. _______ was enforced by the Department
Si= The current price of steel per metric tonne based on the All India average whole sale price index for
steel, as published by the Ministry of Industrial Development, Government of India, New Delhi (Current =
Month under consideration )
Rs= Rate of Steel per metric tonne considered by the Department while inviting the bids, i.e. Rs. 36000/-
(fe 500) per metric tonne as on 02/2016 (date of fixing of this rate as a CSR rate)
Qs= Quantity of Steel in metric tonne actually consumed in work during the period under consideration.
Contractor’s profit shall not be considered on Price Adjustment.
Note: For the application of this clause index of Bars & Rods has been chosen to represent steel group.

Contract Witne Divisional


or ss Engineer
35

RATE OF BITUMEN AS ON 1-9-2016 ARE AS UNDER.

Bitumen VG-10 (Bulk) Rs. 24226/- + 14% Excise duty and education cess +
2% CST + 5% Entry tax.

Bitumen VG-30 (Bulk) Rs. 25026/- + 14% Excise duty and education cess +
2% CST + 5% Entry tax.

Bitumen Emulsion RS (Bulk) Rs. 20856/- + 14% Excise duty and education
cess + 2% CST + 5% Entry tax.

Bitumen Emulsion MS (Bulk) Rs. 21056/- + 14% Excise duty and education
cess + 2% CST + 5% Entry tax.

Bitumen Emulsion SS (Bulk) Rs. 20316/- + 14% Excise duty and education
cess + 2% CST + 5% Entry tax.

Divisional Engineer (C-2)


GMADA, S.AS. Nagar

Note: No escalation will be paid for the maintenance period.

Contract Witne Divisional


or ss Engineer
36

SECTION 5

TECHNICAL CONDITIONS, SPECIFICATIONS &


REQUIREMENTS

Contract Witne Divisional


or ss Engineer
37

TECHNICAL CONDITION

1. MORT&H/ P.W.D. specifications wherever mentioned in the


NIT shall mean MORT&H/
P.W.D. specifications for roads and bridges work (latest
editions corrected upto date of tender).

2. The work shall be executed strictly in accordance with


MORT&H/ Punjab P.W.D. specifications (latest editions
corrected upto date of tender) to the entire satisfactions
of the Engineer-In- Charge. Further in case there is any
contradiction in the MORT&H/Punjab
P.W.D. specifications in that event, the decision of the
Engineer in such matters shall be final.

3. All the road work items shall be carried out as per


MORT&H specifications 5th Revision up dated upto one
month before the closing date for submission of tender.

4. (a) The contractor will have to set up fully equipped


quality control laboratory duly equipped with necessary
laboratory equipment as per Annexure “A” at his own cost
near the site of work
/plant site and the tests required for quality control will
be got done at the cost of contractor conforming to the
tests mentioned in the quality control hand book/
specifications relating to each item of work.

(b) The quality control will be exercised/ observed by the


Contractor /Engineer as per guidelines stipulated in hand
book of quality control for construction of road and
Contract Witne Divisional
or ss Engineer
38

runways published by IRC (latest edition on the day of


tenders) or in specifications.

(c) Minimum four tests for quantity of bitumen in mixed


materials shall be carried out on each road upto a length
of 500 m and additional two tests for every 100m or
part their off length of material laid.

4. The rate to be quoted by the contractor shall include cost


of all material, loading, unloading and stacking at plant
site and re-handling of the materials from stacks to the
plant site work. Nothing extra shall be paid if any local
carriage of any material is done irrespective of lead and
lift.

5. The material shall be supplied strictly according to the


grading given in the requisite specifications.

6. (a) Manufacturing, laying and rolling temperature should be as


per table 500-2 of

Contract Witne Divisional


or ss Engineer
39

MORT&H specifications.

(b) If due to overheating of bitumen or improper work-man-ship,


desired quality is not obtained, then such work shall be rejected
and shall have to be re-laid by the Contractor at his own cost.

(c ) Bitumen where required to be used for the work shall


be heated in boiler of approved design only and not on
open fire. Spraying of bitumen where-ever necessary
should be done only with mechanical sprayer and
premixing of bitumen and stone aggregate shall be done in
proper hot mix plant.
(d) The temperature of bitumen shall not exceed the specified
limit in any case. For this purpose the temperature of heated
bitumen shall be checked as follows:-
I. Before the start of mixing.

II. After every stoppage and resumption of mixing.

III. After every tipper load is about half-filled.

7. Short consumption of material.

Where actual consumption of material is short of the theoretical


consumption by 3% or less, the recovery of cost of material thus
saved shall be made from the contractor at the issue rate. Where
the consumption of materials is short of theoretical consumption
by more than 3% the rate of items shall be reduced or where it is
not possible to determine the exact items on which short materials
has been used, the cost of materials, thus saved shall be recovered
from the contractor at issue rates. When the consumption of
materials is short by more than 3% the Executive Engineer shall
investigate the causes of such short consumption and shall bring it
Contract Witne Divisional
or ss Engineer
40

to the notice of Superintending Engineer all such cases for such


action against the contractor as he may deem fit. It shall also be
determined whether the stability of the road crust is affected
adversely by short consumption of material and in case where it is
felt that it is likely to be so, the work shall be rejected. The
decision of the Superintending Engineer in this regard shall be
final.

8. Excess consumption of material.


If actual consumption exceeds the theoretical
consumption nothing extra shall be paid in lieu of excess
consumption.

9. If any material/ quality is found short on checking of the


incomplete/ completed work any time, the shortage so
worked out shall be recoverable from the contractual
agency against

Contract Witne Divisional


or ss Engineer
41

any type of payment due from the department with in


the Division or any other Division against any work or on
any other account. If there is no such payment due from
the department, the contractual agency shall be bound to
deposit the amount so worked out as shortage the
department on the basis of checking carried out as above.

10. The payment of earth work shall be made on the basis of


cross section which should be signed by the tenderer
before the commencement of work.

11. The final X-sections shall be measured in the presence of


the tenderer and signed in token of acceptance on
completion of work.
12. Compaction of embankment and subgrade layer of earth
will be d o n e with suitable road roller after levelling the
surface to the profile with motor grader. The provisions of
MORT&H Specifications 305.2.2.4 shall be followed strictly.
13. Any agenda issued on CSR from time to time will be
applicable for measurements and payments.

14 Maintenance of Civil
Engineering Works

For correction of Defects noticed during the Defects Liability


Period and Routine Maintenance of Roads for five years the
following procedure shall be adopted.

The Engineer shall give notice to the Contractor of any


14.1
Defects before the end of the Defects Liability Period, which
beings at Completion and is defined in the Contract Data. The
Defects Liability Period shall be extended for as long as Defects
remain to be corrected.

Every time notice of a Defect is given, the Contractor shall


14.2
correct the notified Defect within the length of time specified by
the Engineer’s notice.

If the Contractor has not corrected a Defect within the time


14.3
specified in the Engineer’s notice, the Engineer will assess the
cost of having the Defect corrected, and recover twice of this
amount from the Contractor, on correction of Defect by another
Contract Witne Divisional
or ss Engineer
42

agency as per procedure approved by the employer.

(a) The Contractor shall do the routine maintenance of roads,


14.4
including pavement, road signs, road sides and cross drains
including surface drains to the required standards and in the
manner as defined in MORT&H clause 3000, and keep the entire
road surface and structure in Defect free and traffic worthy
condition during the entire maintenance period which begins at
Completion and ends after five years.

(b) The routine maintenance standards shall meet the


following minimum requirements :

i) Potholes on the road surface to be repaired soon after


these appear or brought to its notice either during the
Contractor’s monthly inspection or by the Engineer.
ii) Road shoulders to be maintained in proper condition to
make them free from excessive
edge drop offs, roughness, scouring or potholes.
iii) Cleaning of surface drains including reshaping to maintain
free flow of water.
iv) Cleaning of culverts and pits for free flow of water.
v) Road signs and pavement marking to be maintained in proper
condition.
vi) Any other maintenance operation required to keep the
road traffic worthy at all time during the maintenance
period.

( c ) To fulfill the objectives laid down in sub clauses (a) and (b)
above, the Contractor shall undertake

Contract Witne Divisional


or ss Engineer
43

detailed inspection of the roads at least once in a month. The


Engineer can adjust or vary this frequency in case of emergency
or for reasons of deficiency in maintenance and the Contractor
shall comply with the Engineer’s instructions. The Contractor
shall forward to the Engineer the record of inspection and
rectification each month. The Contractor shall pay particular
attention on those road sections which are likely to be damaged
during rainy season.
14.5.1 The specification for routine maintenance of roads under
this contract shall be as per publication entitled “Ministry of
Shipping Road Transport & Highways", Specifications for
Road and Bridge Works (Fifth Revision). However the
payment for Routine Maintenance shall be based on actual
work done and measured, maximum upto per annum sum as
indicated in 'Section 9, Bill of Quantities'. Incase the
maintenance cost happens to be more, the agency will bear
the extra cost. Nothing extra on account of price variation,
excessive traffic, overloaded trucks etc shall be payable.
The agency will keep the site insured as per clause 15 of
GCC upto the end of maintenance period. The Engineer can
check the maintenance work any time upto the end of
maintenance period and ask the agency to take remedial
measures or remove the defective part of the work.

14.5.2 The Periodicity of Routine Maintenance Activities shall be as


under:

S. No. Name of Item/ Activity Frequency of operation in one year

1 Restoration of rain cuts and dressing Once generally after rains


of berms.
2 Making up of shoulders As and when required.

3 Maintenance of Bituminous surface As and when required.


road including filling pot holes and
patch repairs etc.

4 Maintenance of drains Twice or as and when required.

5 Maintenance of culverts and Twice or as and when required.


Causeways

6 Maintenance and repainting of road Maintenance as and when required.


signs Repainting once in every two years.

7 Maintenance of guard rails and Maintenance as and when required.


parapet rails Repainting once in a year.

Contract Witne Divisional


or ss Engineer
44

8 Maintenance of Kerb and Channels Maintenance as and when required.


Repainting once in a year.

9 Painting of Kerbs stones Every alternate year

10 Re-fixing displaced Boundary Pillars As and when reqired

11 Cutting of branches of trees, shrubs Once generally after rains


and trimming of grass and weeds etc.
12 White washing parapets of C.D. Once in a year
Works

Contract Witne Divisional


or ss Engineer
45

ANNEXURE – ‘A’

LIST OF
LABORATO
RY
EQUIPMENT
(Indicative not exhaustive)

1. Balances (as per required)

2. Oven, Electrically Operated, Thermostatically controlled 10 C,


sensitivity 10 C.

3. Set of sieves as required.

4. Penetrometer automatic type, adjustable weight arrangement


and needles as per S 1203-1958.

5. Soxhlet extraction apparatus complete with extraction


thimbles etc.

6. Distance reaching thermometers.

7. Flakiness index test apparatus.

8. Aggregate impact test apparatus as per IS 2386 Part-IV.

9. 3-m straight edge and measuring wedge.

10. Camber templates.

11. Dynamic cone penetrometer

12. Electronic Total Station with accuracy of 1” one No.

13. Automatic level three Nos

14. CBR test apparatus.

15. Modified proctor test apparatus.

16. 10% fine value determination apparatus

17. Marshal stability test apparatus.

18. Specific gravity testing equipment

19. Vacuum pump

Contractor Witness Divisional Engineer


46

20. Necessary glass wares and safety equipment.

21. Any other instrument required as per site requirement

Contractor Witness Divisional Engineer


47

Annexure (JV)
Additional Criteria for Joint Venture (For land development works costing
Rs. 5.00 Crores and above)

 Bid can be submitted by the joint venture of firms. Maximum


three firms will be allowed to form a joint venture.
 A copy of the agreement stating the intent of the parties to
form a joint venture duly notarized should be attached to
application/bid. It should distinctly show the participation in
terms of finance, manpower and implementation of each
member as regards planning and execution of the work.
 Sum of turnover of the firms should be equal to or more than
the pre-qualifying criteria.
 Details of experience and past performance of each of the parties
to the consortium on works of similar nature, current works on
hand and other contractual commitments should be furnished in
the format.
 Firm having more financial share in joint venture shall be the
Lead Partner, who will be authorized to incur liabilities and
receive instructions for and on behalf of all the partners of
joint venture. The entire execution of the contract, including
payment, shall be carried out by the Lead Partner.
 The lead partner can have joint venture with maximum two
firms. However lead partner must have at least 50% financial
capability and the other partners must have at least 20%
financial capability.
 The authorization of Lead Partner shall be evidenced by
submitting power of attorney signed by legally authorized
signatory of all the partners.
 For personnel capability and equipment capability the
resources/ capability of all the partners of Joint Venture will
be added for determining the eligibility of Joint Venture. All
the firms should furnish list of suitable qualified personnel to
be deployed for the job under consideration.
 No partners can be member of more than one joint venture.

Contractor Witness Divisional Engineer


48

 No applicant can submit more than one bid for the same job.
 All the partners of the joint venture shall be liable jointly and
individually for the execution of the project in accordance
with the terms and conditions of the contract.
 Partner of the JV cannot withdraw out of the JV till completion
of the contract.
 Members of the Joint Venture shall be liable jointly and
severally for the execution of the Project in accordance with
the terms & conditions of the Contract Agreement and a
statement to this effect shall be included in the Joint Venture
Agreement.
 All pertinent information that may affect the performance of
the responsibilities of any Joint Venture member such as
ongoing litigation, financial distress, or any other such matter
– must be disclosed at the time of submitting the technical
bid.

Divisional Engineer (C-2)


GMADA, S.A.S Nagar

Contractor Witness Divisional Engineer


49

The Joint Venture Agreement shall be as per Format given below: -


Draft Joint Venture Agreement
(To Be Made On Stamp Paper of Requisite Value and Notarized)
This Joint Venture Agreement (the “AGREEMENT”) made at ________
on this __ day of _______, (Year)
BY AND BETWEEN
M/s ___________________________ {Lead Member (JV Member 1)}, a
_________________ incorporated under ____________________
(name of the relevant act/law of under which registered in the Country of
Registration) and having its registered office / a company incorporated
under the Laws of ________________________ (hereinafter referred to
as “________”, which expression shall unless repugnant to the context or
meaning thereof be deemed to mean and include its successors in
interest, subsidiaries and assigns) of the ONE PART;
AND
M/s _______________________ (JV Member 2), a _______________
incorporated under the _____________ and having its registered office /
a company incorporated under the Laws of _____________________
(hereinafter referred to as “___________”, which expression shall unless
repugnant to the context or meaning thereof be deemed to mean and
include its successors in interest, subsidiaries and assigns) of the
SECOND PART;
AND
M/s _______________________ (JV Member 3), a _______________
incorporated under the _____________ and having its registered office /
a company incorporated under the Laws of _____________________
(hereinafter referred to as “___________”, which expression shall unless
repugnant to the context or meaning thereof be deemed to mean and
include its successors in interest, subsidiaries and assigns) of the THIRD
PART;
(________ and ___________ shall be individually referred to as the
“Party” and jointly referred to as the “Parties” or “JV Members”).

Contractor Witness Divisional Engineer


50

WHEREAS:
A. Punjab Urban Planning & Development Authority (PUDA) (hereinafter
referred to as the “PUDA”), or its Special Regional Development Authority
(GMADA, PDA, BDA, GLADA, JDA or ADA) invited Bids/ Proposals for
the work of
‘_______________________________________________________’
(hereinafter referred to as the “Project”).
B. M/s ______________, M/s __________________________and M/s.
________________ have agreed to consolidate their resources and
experience, and apply jointly as a Joint Venture (hereinafter referred to as
the “Joint Venture”), vide this Joint Venture Agreement, for the purpose of
developing and completing the Project, within time frame stipulated in the
Standard Bid Document (hereinafter referred to as the “SBD”).
C. M/s ____________________, M/s ____________________ and M/s.
_____________ have therefore agreed to enter into this Joint Venture
Agreement in respect of the submission of the Bid/ Proposal for the
above Project on the terms set out below.
NOW THEREFORE IN CONSIDERATION OF THE PREMISES AND
THE MUTUAL CONVENANTS HEREIN CONTAINED THE PARTIES
HEREBY AGREE AS FOLLOWS:
1. The recital herein contained shall constitute and integral and operative
part of this AGREEMENT.
2. The Parties hereto agree to consolidate their resources and hereby
form a Joint Venture to jointly prepare, submit and Bid for the above
Project, as detailed in the SBD issued by PUDA, GMADA, PDA, BDA,
GLADA, JDA or ADA for the implementation/execution and completion of
the Project.
3. The Parties hereto agree that __________________ shall be the Lead
Member and ___________, _________ shall be the JV Members of the
Joint Venture.
4. The Parties shall mutually and jointly take all the decisions in respect
of the Project on behalf of the Joint Venture. _____________ (Lead
Member) shall be authorized to act on behalf of the Joint Venture as their

Contractor Witness Divisional Engineer


51

representative for implementation/execution and completion of the


Project.
5. ________________ undertakes that it has the necessary qualification
to fulfill technical and financial capability criteria for the
implementation/operation and maintenance of the Project as detailed in
the SBD.
6. ___________________ and ______________ shall be jointly and
severally liable for the “Project” in accordance with the terms of the SBD.
It is further unanimously agreed by the Parties that the Lead Member,
along with other JV Members shall:-
a) Coordinate the day to day activities of the Joint Venture;
b) Undertake to be jointly and severally liable/responsible for all the
obligations and liabilities relating to the Project, in accordance with the
terms of the SBD, till the end of the contract Period; and
c) Complete all works assigned under the SBD within the time period
stipulated in the SBD.
7. The role and the responsibility of each Party for the “Project” shall be
as follows:
Name of Member Type of Member Role & Responsibility
JV Member 1 (Lead
Member)
JV Member 2
JV Member 3

8. Confidentiality – All information, document, etc. exchanged between


the Parties related to this agreement or the preparation of any bid or the
performance of the Project shall remain confidential and shall not be
revealed to third parties for a certain time period to be agreed upon.
Unless otherwise required by law, the Parties undertake not to disclose to
any third party or any else and / or use any Information, without prior
consent of the other Party.
9. Term and Duration – This Agreement shall come into effect on the date
of submission of the Bid/Proposal for the Project. This Agreement shall
terminate upon the successful completion of the Project and may be
extended further for such period as may be required by PUDA, GMADA,

Contractor Witness Divisional Engineer


52

PDA, BDA, GLADA, JDA or ADA. This Agreement can be terminated only
upon Joint Venture’s Bid for the Project is conclusively rejected by PUDA,
GMADA, PDA, BDA, GLADA, JDA or ADA.
10. Costs/Expenses – All out-of-pocket expenses/costs of and incidental
to this Agreement including stamp duty and registration fees, if any shall
be borne and paid by the Parties. Each Party shall pay and bear their
own advocated/solicitors fees in the preparation of this Agreement.
11. Governing Law – This Agreement shall in all respect be governed,
construed and interpreted in accordance with laws of Republic of India.
12. Settlement of Disputes – Any disputes arising out of this Agreement
shall be amicably settled by the Authorized representatives of the Parties,
failing with any such disputes shall be resolved by Arbitration in
accordance with the Arbitration and Conciliation Act, 1996, by one or
more arbitrators appointed in accordance with the said Act. This Clause
shall survive the termination of this Agreement.
13. Language of Arbitration shall be English. The venue of the Arbitration
proceedings shall be in Chandigarh, India. The Parties jointly and
severally undertake that the Project shall not be affected during the
dispute(s) or the settlement of dispute(s) period.
14. The Award rendered by the Arbitral Tribunal shall be final and binding
upon the Parties.
15. In the event of a dispute between the Parties over the subject of this
Agreement, the prevailing party shall be entitled to reasonable
advocates/solicitors’ fees and costs incurred in the resolution of such
dispute.
16. Amendments – This Agreement can be amended or suppressed by
further agreement made in writing at the request of any of the Parties
after unanimous approval by the Parties and by obtaining prior consent
and written approval from PUDA, GMADA, PDA, BDA, GLADA, JDA or
ADA.
17. Notices – Any notices, requests, demands or any communications
from any party to the other party under this Agreement shall be by
Regd./Speed mail or facsimile transmission sent to the addresses as
indicated in this Agreement. Any party may change its address but shall
Contractor Witness Divisional Engineer
53

promptly inform PUDA, GMADA, PDA, BDA, GLADA, JDA or ADA and
the other Parties/JV Members of any such change.
18. Language – The official language of this Agreement and all future
agreements shall be English
19. Assignment – None of the Parties to this Agreement shall have the
right to assign its benefits or liabilities under this Agreement to any other
company, firm or person without obtaining prior consent and written
approval of PUDA, GMADA, PDA, BDA, GLADA, JDA or ADA.
20. Entire Agreement – This Agreement constitutes the entire agreement
between the Parties and supersedes all prior writings, agreements or
understandings relating to the subject matter thereof.
IN WITNESS WHEREOF the Parties hereto have caused this Agreement
to be executed by their duly authorized representatives the day and year
first above written.
SIGNED AND DELIVERED BY ________________________
By: _________________________
Title: _________________________
Date: _________________________

SIGNED AND DELIVERED BY ________________________


By: _________________________
Title: _________________________
Date: _________________________

Witness:
1. ________________________

2. ________________________

Contractor Witness Divisional Engineer


54

CONDITIONS FOR ELECTRICAL WORK

1. The Bidder must be an enlisted with chief electrical inspector Punjab for
executing electrical works in appropriate class.

2. The contractor shall prepare all the working drawings and get these
approved from PSPCL and the Engineer-in-charge before
commencement of work.

3. The work shall be carried out as indicated in drawing. Any minor changes
found essential to co-ordinate with the installation of this work with other
trades (Civil, Public Health, Horticulture wing of GMADA) shall be made
without any additional cost.

4. GMADA reserves the right to modify any drawings as may be considered


necessary without any compensation to the contractor.

5. All material & fabrication shall be got done/procured through authorized


dealers/companies & delivery challan of the agency supplying
material/products shall invariably be made part of the claim bills. Failure
to do so may delay the payments and no claim whatsoever will be for
such delay in payments.

6. A list of items of material and equipments together with a sample of each


shall be submitted to the Engineer-in-charge before starting the work.
Where no specification of material is specified, any first class product
of a reputed manufacturer may be used provided it confirm to the
requirement to these specifications. The decision of Engineer-in-charge
in this matter shall be final. Delay in approval of samples on technical/
Administrative ground if any does not entitled the contractor for any extra
cost/compensation.

7. The arrangement for electric supply required for the purpose of execution
shall be made by the contractor at his own cost.

8. The work at site shall be executed according to Punjab


PWD/PSPCL/PUDA/GMADA/IS/CIE/NLC specifications. In case of any
deviations of the given specifications, the stringent of all shall apply.

9. If the site conditions so desire, the contractual agency shall lay pipe
ducts by trench less technology to avoid any damage to the finished road
surface.

10. In case of double walled corrugated conduit pipes, each lot brought at
site will carry factory test certificate. However, if desired, the testing of
pipe could be carried out at the factory premises of the supplier or else
the samples of pipe could be sent to approved testing laboratory and in
case the samples fail, the entire cost of testing shall become payable by

Contractor Witness Divisional Engineer


55

the Agency besides replacement of materials with specified one.


However, no payment for the non specified pipes shall be made.

11. The work at site shall be carried out in coordination and sequence with
the other agencies executing Civil/PH works. Any damage done to the
work carried out by other agencies shall be made good by the executing
agency at their own expenses to the requirement of the concerned
agencies.

12. Engineer in charge or his staff shall be at liberty to take samples of


material during execution of work and the results of such tests shall be
binding on the contractor. If any work or part thereof is to be rejected as a
consequence of the report, the same will be required to be replaced by
the contractor without any extra cost. The contractor shall also be liable
to pay the cost to carry out such tests which are essential from the quality
control point of view and the facility to carry out such tests in house is not
available with GMADA.

13. For carrying out the work at site, the contractor shall be required to
engage experienced and skilled labourers and shall use modern
equipments and T & P wherever required.

14. The procurement/specification of all materials and there installation shall


confirm in all respect to Indian standard Codes of practice for internal and
external electrical works, electrical wiring installation IS 732-1989 and as
per current Indian electrical rules. In case any amendments/changes in
the current standards/IS code the latest will apply and no compensation
whatsoever will be paid to the contractor on this account.

15. All LT/HT cables shall be tested for any leakage before energisation and
test results shall be submitted to the department for record.

16. Foundation of street light poles shall be made as per the standards laid
down by the pole manufacturer and all required materials such as
cement, steel, bajri etc. for construction of foundation should be deemed
to be included in the rate.

17. The Agency shall be responsible for proper watch & ward of the works
executed at site and for the material brought at site for bona fide use at
work till such time, the completion is got recorded and the system is
energized and handed over to PSPCL for future maintenance. Handing
over of energized/ complete system to the PSPCL or other agency will be
the responsibility of the executing agency. In case of delay in handing
over of the energised system to PSPCL or other agency, the contractor
/executing agency will be responsible for the maintenance of the system
during this period and the cost of this maintenance is deemed to be
inclusive in the rates.

18. All earth resistances measurements shall be taken and record to be


submitted to the engineer in charge before commissioning of the system.

Contractor Witness Divisional Engineer


56

19. It will be the responsibility of the contractual agency to get the approval
of the Chief Electrical Inspector, Govt. of Punjab after the successful
completion of H.T/LT system

20. . The cost for required approvals from the concerned authority shall be
borne by the contractual agency.

21. Installation will be handed over after necessary testing and


commissioning and will be guarantee against any defective
design/workmanship. The guarantee period will be for a period of 12
months from the date of handing over.

22. Training of personnel at site shall be provided by the agency in order to


enable the GMADA/PSPCL staff get acquainted with the operation and
maintenance.

23. During the guarantee and defect liability period, the contractor shall
provide at no extra cost necessary material and personnel to carry out
repairs, routine maintenance as required. The contractor shall attend to
all problems experienced in operation of the system under this contract
within a reasonable time but not more than 48 hours of receiving of the
complaints and take corrective action immediately.

24. The contractor shall be responsible for rectification of defects within the
warrantee period of 12 months from the date of virtual completion or
taking over of the installation/project. Security deposit shall be refunded
after such warrantee period and rectification of defects, if any.

25. . The executing agency shall be responsible for managing shut downs
from PSPCL in case required.

26. Relevant luminaries’ Technical data sheet, Type tests, Routine Tests
certificate along with relevant reports indicating compliance to the
technical specifications shall be enclosed with technical bid.

27. The executing agency shall ensure that all the pipe ducts must remain
intact and free from any mud collection or debris inside the pipes for
smooth flow of cables or wires on a later date. The payments made to
this account will remain provisional till final testing.

28. The LED fixtures will be procured by the department separately and will be
handed over to the executing agency after installation and successful
commissioning. The executing agency will be responsible for the watch and
ward and maintenance of the complete street lighting system including LED
fixture for a period of 5 Years .On successful completion of the maintenance
period the agency will hand over the street light system complete in all respects
as originally laid /Handed over to the concerned department as decided by
Competent authority in GMADA.

Contractor Witness Divisional Engineer


57

TECHNICAL CONDITIONS, SPECIFICATIONS & REQUIREMENTS


SPECIFICATIONS FOR ELECTRICAL WORKS:
1 11KV/433V OUTDOOR NON-WALK-IN TYPE COMPACT SUBSTATION
1. 1 Scope and Standards
All equipment and material for Compact Substation shall be designed, manufactured and
tested in accordance with the latest applicable IS standards. The 11KV outdoor compact
substation design must be as per IEC- 62271-202.
The compact substation shall be suitable for continuous operation under the basic service
conditions indicated below.
Design Max Ambient Air Temperature: 40º C
Relative Humidity: Up to 100%
Altitude of Installation: Up to 1000m above MSL
1.2 All Material against this specification shall conform in all respect to the relevant
Indian standard specifications /International Standard Specifications, with latest
amendments from time to time, thereof, some of which are listed below:
HT switchgear and Transformer
IEC Standard Title
IEC 60694 Common specifications for high-voltage switchgear and
control standards
IEC 60298 A.C. Metal-enclosed switchgear and control gear
IEC 60129 Alternating current disconnections (isolators) and earthling
switches
IEC 60529 Classification of degrees of protection provided by
enclosures
IEC 60265 High voltages switches Part 1
IEC 60056 Circuit Breakers
IEC 60185 Current Transformers
IEC 60186 Voltage Transformers
IS-12444 Specification for Cu Wire rods
IS-5484 Specification for Al Wire rods
IS-5/1961 No. 632 Specification for Colors for ready mixed paints.
IS-6600/1972 Guide for loading of oil immersed Transformers.
IS-13947-Part 2 Low voltage switchgear and control gear.
IS 10028/1985 Code of Practice for Selection, Installation and
Maintenance of Transformers.
IEC 60296 Specification for unused and reclaimed mineral
insulating oil for transformer and switchgear.

IEC 60076 Specification for power transformer.

Indian Standard Title

Contractor Witness Divisional Engineer


58

IEC 60076-1 General


IEC 60076-2 Specification for temperature rise requirement
IEC 60076-3 Specification for insulation levels and dielectric tests.
IEC 60076-4 Specification for tapping and connections
IEC 60076-5 Specification for ability to withstand short circuit
IEC 60551 Determination for transformer and reactor sound levels
IEC 60354 Guide to loading of oil immersed power transformer
IEC 60137 Insulated bushings for alternating voltage above 1kV
IEC 60296 Specification for unused and reclaimed mineral
insulating oil for transformer and switchgear.
IS-1180 part I Specification for Power Transformer/ Distribution
IS-335/1983 Specification
Transformer for oil
IS-2099-1973
REC Specification 39/1993 Specification for High voltage Porcelain Bushings
IS-7421/1976 Specification for Low voltage Bushings
IS-3347 Specification for Outdoor Bushings

1.1.2 Compact secondary sub-station shall consist of 11KV gas insulated compact
switchgear (Ring Main Unit as described below) consisting of combination of SF6
insulated Load break switches and / or SF6 insulated Vacuum circuit breakers, ONAN, Oil
cooled, fully hermetically sealed transformer, L.T. Panel board, Automatic Power factor
Control Panel complete as per schedule with all connections accessories, fittings &
auxiliary equipments in a pre-fabricated GI sheet metal welded enclosure to supply low-
voltage energy from high-voltage system completely ready for commissioning after
connecting incoming HT cable and outgoing LT cables as detailed in this specification. Any
item or accessories not specified but essential for its completeness as per IE Rules/ IEC
Standards and specifications for Type tested Compact Substation shall be provided and rates
for the same shall deemed to be included in the rates quoted by the firm.
The complete unit shall be installed on a platform (base) as outdoor substation. The
Vacuum Circuit Breaker shall be used to control and isolate the Distribution transformer.
The transformer's L.T. side shall be connected to the incomer of L.T panel board. The
connection cables for distribution shall be taken out from the outgoing L.T. switchgear.
All openings for incoming and outgoing cables should be provided with appropriate size
of steel cable glands and all remaining open spaces should be covered properly with
sheet metal/ PVC bushings to make it completely vermin and Dust proof.

Ring Main Unit: Ring main unit comprising of 2 nos. of Load break switches and 1 no.
Vacuum circuit breaker with CTs and PT connected with metering cubical and
protective relays etc.
1 .1.2.1 The pre-fabricated compact substation shall be designed for: –
(a) Compactness,
(b) Fast installation,
(c) Maintenance free operation,
(d) Safety during maintenance and operation.
(e) Single Enclosure only ( Multiple enclosure for
RMU/Transformer/APFC/LT Panel not
acceptable)
(vi) The PSS / CSS to be supplied should be

Contractor Witness Divisional Engineer


59

exactly similar to the type-tested product.

1 .1.2.2 OUTDOOR ENCLOSURE


The enclosure shall be made out of Galvanized Sheet Steel, tropicalised to meet
Indian weather conditions.
Suitable ducts/ openings and Proper Louvers /apertures shall be provided at suitable
locations so as to facilitate adequate circulation and ventilation of natural air inside
the enclosure. The degree of protection for the enclosure shall be IP54 for MV & LV
Compartment & min IP 23 for Transformer compartment as per latest IEC standards.
The complete design shall be compartmentalized, the doors shall be provided with
proper interlocking arrangements for safety of operator. The load bearing members of
the enclosure shall not be less than 2mm/3mm (GI/CRCA) thickness and non-bearing
members not less than 1.5mm/ 2 mm (GI/CRCA) thickness. Supporting frame with
4mm thick GI/CRCA/HRCA hot dip galvanized of metal channels/ angles to be
provided with sufficient provision on all sides at top/ bottom for lifting and handling
of unit during transportation and installation at site.
1 .1.2.3 Covers and doors:-
Covers & doors are part of the enclosure. When they are closed, they shall provide
the degree of protection specified for the enclosure. Additional wire mesh be used
with proper danger board for safety of the operator. All covers, doors or roof shall
be provided with locking facility or it shall not be possible to open or remove them
before doors used for normal operation have been opened. The doors shall open
outward at an angle not less than 90°. The top cover shall be slightly sloping so that
there is no accumulation or ingress of water during rainy season or otherwise. Proper
padlocking facility shall be provided for doors of each compartment. Transformer
compartment should be open able from both the sides & there should not be any
other access from outside to the transformer compartment as a safety feature. The
doors shall be lockable type with cylindrical shooting bolt and the locking
arrangement shall be covered by magnetic flap.
1 .1.2.4Protection:-
There shall be no bolting arrangements on the doors and sides (periphery) and unit
should be so designed that there is no ingress of water or dust inside the unit.
1 .1.2.5 Interconnection: -
The connection from HT switchgear to transformer shall be with the help of 95 sq
mm 3R x1C single core aluminium XLPE insulated HT cables and with suitable size
of Aluminium bus bars from transformer to LT switchgear panel. Sizes of cables/ bus
bars used for internal connections should have ratings more than the short circuit
ratings of that system.
1.1.2.6 Internal Fault:-
Failure within the unitized substation due either to a defect, an exceptional service
condition or mal-operation may initiate an internal arc. The unit shall be tested for
Internal Arc fault test for 21ka/1sec for IAC – A&B as per latest IEC 62271-
202.Type test must be completed within the last 5 years before opening of the
tenders.
1 .1.2.7 Earthing:
Contractor Witness Divisional Engineer
60

All metallic components shall be earthed to a common earthling point. It shall be


terminated by an adequate terminals intended for connection to the earth system of the
installation by way of flexible jumpers/strips & Lug arrangement. The continuity of
the earth system shall be ensured taking into account the thermal & mechanical
stresses caused by the current it may have to carry. The components to be connected
to the earth system shall include:
(a) The metal enclosure of compact substation,
(b) The enclosure of high voltage switchgear & control gear from the
terminal provided for the purpose,
(c) The metal screen & the high voltage cable earth conductor,
(d) The transformer tank or metal frame of transformer, and Neutral (Total four
Nos)
( e) The frame or enclosure of low voltage switchgear panel,
The main earthling terminals shall be suitably marked .The earthling terminals
shall be of adequate size, protected against corrosion, and readily accessible.
These shall be identified by means of sign marked in a legible manner on or
adjacent to terminals.
Neutral Bus Bar strip should be connected to earthling terminal with the help of
min 32mm x 6 mm copper/aluminium or 50x6 mm GI strip with nut-bolt
arrangement.
1 .1.2.8 Internal Illumination:
There shall be arrangement for internal lighting activated by associated switch on
doors for HV& LV compartments separately.
1 .1.2.9 Labels:
Labels for warning, manufacturer's operating instructions etc. & those according to
local standards & regulations shall be pasted / provided with clearly legible letters
and placed inside the compartment at easily accessible but safe location. They
shall be permanently fixed and non removable type. They shall not fade out over a
period of time and should be printed on lifelong durable material.
1 .1.2.10 Painting and Fabrication:-
(a) The enclosure should be painted both internally and externally by following 7-tank
process with powder coating of 60-80 microns at least. The paint shall not scale off
or crinkle or be removed by abrasion due to normal handling. Anti corrosive
measures should be taken before painting of compact unit as per IS/ IEC standards.
(b) All bushings and current carrying parts shall be cleaned properly after final
painting.
(c) There shall be no sharp edges of the GI sheets used. For structure, the continuous
sheet construction design should be used to provide overall strength to the
enclosure.

1 .2.0 11KV switchgear: –


Non-extensible gas insulated compact switchgear as required shall consist of
following items.

Contractor Witness Divisional Engineer


61

1 .2.1 Ring main Unit:- Fixed(non-draw out ) type manual operated SF6 insulated
Load Break Cable Switches with integral earth switch both having full making
capacity shall be used for Incoming and Outgoing cables if used for a HT ring
supply circuit. Suitable arc proof tested cable covers shall be provided for each
HT cable switch. The cable covers accessible from front shall be mechanically
interlocked to its corresponding earth switch and the earth switch shall be
mechanically interlocked to its corresponding cable switch for electrical safety.
Warning in red clear letters to be written on cable covers as “High Voltage, Do
not open”
The above Load Break cable switches and/or Vacuum circuit breakers, bus bars
shall be mounted inside a fine finish welded sealed for life tank of not less than 2
mm thick stainless steel sheet metal. The operating mechanism of the switches
and breakers shall be outside the SF6 tank and accessible from front. The tank
should be filled with SF6 gas at adequate pressure as per IEC standards (not less
than 1.4 bars). The degree of protection for gas tank should be as per latest IEC
standards. There shall be provision for filling the SF6 gas at site. Moreover, the
Stainless Steel Gas Tank shall confirm to all IEC standards.
The Metering panel with 11kv RMU should consist of 11kv Potential
Transformer, MFM.
1 .2.2 Vacuum Circuit Breaker: Fixed (non-draw out) type:- Manual operated
SF6 insulated Vacuum Circuit Breaker shall be used for distribution network of
HT switchgear. The Vacuum Interrupter to have 20 full short circuit operations.
Vacuum Circuit Breaker complete with operating mechanism, self-powered
microprocessor based protection relay with associated Current Transformers
shall be used for control and protection of Transformer. The VCB being fixed
type shall be provided with an Isolator in series for isolation purpose for
maintenance. An integral cable earthling switch with full making capacity shall
be provided. The arc proof cable covers accessible from front shall be
mechanically interlocked to the earthling switch which in turn shall be
interlocked to the isolator for electrical safety.
1 .2..3 Ratings
The isolator and the circuit breaker shall have a continuous rating of 630 Amps in
accordance with the relevant IS / IEC standard
1 .2..4 Breaking & Making Capacity:-
The Load Break Cable Switches shall be capable for breaking rated full load
current. The same along with its earthing switch shall also be suitable for full
making capacity of the system as specified. The complete Breaker shall be
suitable for breaking capacity of not less than 21KA symmetrical at 11000 volts
three phase.
1 .2..5 Busbars:-
Switchgear shall have Aluminum/copper bus bars with continuous rating of 630
Amps. The bus bars should be fully encapsulated by SF6 gas inside the
robotically welded stainless steel tank of Non –ferrite and Non Magnetic
material.
1 .2.6 Protection:-

Contractor Witness Divisional Engineer


62

The Vacuum circuit breaker shall be fitted with microprocessor based self powered
relay (Ashida/ABB/ C&S or equivalent make) inside the front cover to avoid any
tampering.
For Transformer protection to be taken care either by transformer relay.
1 .2 .7 Cable Termination:-
Each Cable compartment shall be provided with three bushings of adequate sizes to
terminate the incoming and outgoing 11kv 3 Core cables. There shall be enough
height (Minimum 450mm) from the base of the mounted switchgear so that the
cables can be bent and taken vertically up to the bushings. The Cable termination
shall be done by Heat shrinkable Termination method so that adequate clearances
shall be maintained between phases for Termination. Access to all the cables should
be possible from the front side of panel only. Cable Termination boots shall be
supplied by the switchgear manufacturer.
1 .2 ..8 Locking Arrangement:- Suitable padlocking arrangements shall be provided as
stated below:-
(a) CB manual operating handle in the "OFF" position.
(b) Each feeder Panel operating handles in 'Closed' 'Open" or 'Earth' position.
(c) Each isolator operating handle in 'Closed',' Open', or 'Earth' position.

1 .2.9 Ratings:-
Switchgear Data Non-extensible compact switchgear

(a) Service Indoor and inside enclosure


(b) Type Metal Enclosed
(c) Number of phases 3
(d) Voltage 11000V
(e) Rated Frequency 50 Hz
(f ) Rated Current 630 Amp
(g) Short Circuit rating
(h) (I) Breaking 21KA RMS( minimum)
(i) (II) Short time withstand for 21 KA RMS( minimum)
1 Sec.
(j) (III)Rated S/c making 52.5 KA peak for Breaker
(k) Short duration power freq. 28 kV
( l ) Insulation Level 75 kV peak
(m) System earthling Solidly earthed at substation

CIRCUIT BREAKER
(a) Type Vacuum circuit breaker in SF6 tank
(b) Rated voltage 11 kV
(c) Breaking current 21 KA RMS( minimum)
(d) Making current 52 KA peak
(e) Rated current 630 Amps.
(f) No. of poles 3
(g) Operating mechanism. Trip free & free handle type with mechanically operated
indication & pad locking.
ISOLATORS

Contractor Witness Divisional Engineer


63

(a) Type Load breaking and fault making in SF6 tank


(b) Rated current 630 Amps.
(c) Rated breaking capacity 21 KA RMS( minimum
(d) Fault making capacity 52.5 KA peak
(e) No. Of poles 3
(f) Operating mechanism Operating handle with ON, OFF, Earth positions
with arrangement for padlocking in each position.
BUS BARS
(a) Material Aluminum/copper
(b) Type SF6 gas insulated
(c) Rated Current 630 Amps (Minimum)
Potential transformer 100 VA or more
Current Transformers Current transformers should be with two secondary
windings suitable for metering with appropriate short
circuit current ratings. Primary current should be near
to the maximum current of transformer or maximum
value of contracted load as the case may be. CT ratio
to be decided properly and got approved from
Engineer in Charge before ordering equipments.

1.3. Distribution transformer – The transformer should be Copper wound and


comply with BIS specifications. 11000/433 Volts, Dyn11 type, H.V. side Delta
and L.V Star connected with neutral brought out on the secondary side for
connection to earth, Oil immersed, ONAN cooled, suitable for installation in the
outdoor enclosure for ground mounting. The transformer should be Fully
hermitically sealed. The transformer shall have a continuous rating as specified at
any of the specified tapping position and with the maximum temperature rise
specified continuous output shall not exceed 40C by thermometer in the hottest
portion of the oil or 45C measured by resistance of winding above ambient
temperature.
Transformer losses should be as per latest IS & with Energy Efficiency Level -1.
For 315kva : @ 50% 1100w @100% 3275w
For 500kva : @50% 1600w @100% 4750w
The transformer shall be suitable for carrying load within temperature rise
indicated in the Indian Standard specifications
Transformer shall be provided with Rotary type tap changer switch on HT side so
as to provided for a voltage adjustment on H.V. from +7.5% to –7.5% of rated
voltage of 11000 volts in 7equal steps of 2.5% (6 position) to obtain rated voltage
of 415 volts on LV side.

1.3.1 Cleaning & Painting:

a) The internal surfaces in contact with insulating oil shall be painted with heat
resistant insulation paint which shall not react & be soluble in the insulating
liquid used. The transformer shall be painted externally with coats of weather
resisting battleship gray epoxy based enamel paint as per IS:2932.
Contractor Witness Divisional Engineer
64

b) Both H.V. and L.V. bushings shall have creep age corresponding to very
heavily polluted atmosphere.
c) Oil: New transformer oil used shall be according to IS:335.

1.3.2 Phase Marking & Danger Plate: Phase markings in fluorescent paint on small non-
corrodible metallic tags shall be permanently fixed for H.V. and L.V sides. Phase
markings tags shall be properly fixed with proper alignment. Danger plates shall be
provided on the H.V & LV sides, mentioning the Corresponding Voltages.

1.3.3 The Percentage impedance value and voltage regulation should be within the usual
tolerance as per IS: 1180.

1.3.4 All accessories conforming to IS: 3639 shall be provided for 11 kV/0.433 kV,
distribution transformer.

1.3.5 Two earthling terminals with copper lugs. The lugs shall be provided in such a way
that they shall not obstruct the movements of rollers. The earthling continuity for all
the connected equipments shall be properly done.

1.3.6 Sufficient lifting lugs to be provided for transformer as well as compact unit with
enclosure.

1.4. LT switchgear System:-


LT compartment: 433V, 1000A LT devices with PVC sleeved Aluminium bus
bars shall be suitable to house following equipment,
INCOMER:
1 No. 4 pole 800A, 50kA, manually operated fixed type ACB WITH
microprocessor based over current, short circuit and earth fault release. Double
Microprocessor release with display having provision to show Current (I) &
voltage (V) with % bar loading graph.
OUTGOING:
6 No. 3 pole 125A, 36kA, Manually operated fixed type MCCB WITH
microprocessor Magnetic based over current and Short circuit release
(Icu=Ics=100%).
The 5 No MCCB will be Outgoings and 6thMCCB of 250A will be for APFC of
125/150KVAR.
The design should comply for the following standards.
1. IEC-439-1, 1992 Low voltage Switch gear and Control gear
assemblies
Part-I, type tested and partially type tested assemblies.
2. IEC-947-1, 1998 Low voltage Switchgear and Control gear Part-I
general rules.
3. IEC-1180-1, 1992 High voltage test techniques for low voltage
equipment Part–I definition test and Procedure requirement.
4. IEC-529, 1989 Degree of protection provided by
enclosures (IP code).
Air circuit breaker (ACB)
Contractor Witness Divisional Engineer
65

These shall be fixed type with manually operated mechanism. The short circuit
mechanism and breaking capacity as shall be supported by test certificate. The
test certificates should be from CPRI / any Govt. approved recognized test house
/ laboratory.
The circuit breaker shall be fitted with CT operated thermal overload and short
circuit releases devices for suitable current rating.
a) Overload releases should be settable from 50% to 100% of the rated current In.

b) Ambient temperature compensated type and there should not be de-rating of


ACB current carrying capacity at 50C. The testing of ACB for the temperature
rise shall be carried out by the manufacturer as per the prevailing, IS / IEC or any
other international standards.

c) The setting ranges shall be

1) 3 phase, 4 wire, neutral earthed having link arrangement.


2) Rated current thermal current - as required
3) Service voltage - 415 volts
4) No. of break / pole - one
5) Frequency - 50 c / s
6) Rated insulation voltage - 1000 volts
7) Rated short circuit breaking capacity
Rated services S/C breaking capacity Ics (rms) – 50kA
Rated ultimate S/C breaking capacity Icu (rms) – 50kA
8) Break Time - less than 40ms
9) S/C making capacity 1cm (peak) - 105kA
10)Rated short time withstands current - Icw 50kA for 1 sec.
11)Suitable for outdoor installation.
12)It shall conform to IS 13947 / pt.2 / 1993 with latest amendment, if any.
13)Performance category - Utilization category
– B.
14)The status of open and close shall be clearly visible.
15)The trip indication separated for overload and individual phase wise trip
indication for short circuit to be provided.
16)The ACB shall have the provision to lock the operating mechanism in off
position.
17)The operating mechanism should be from front and the compartment
should have the padlocking arrangement.
18)Separator shall be provided between all phases inside. ACB enclosed to
prevent travel of arc during short circuit.
19)The CT’s mounted for thermal overload release shall have secondary
winding inaccessible including tripping mechanism of O/L and magnetic
releases to avoid tampering CT’s should also have provision of
separators.
20)Two nos. earthing bolts for propose of earthing of ACB may also be
provided & suitable for G.I stay wire of size 7 / 10 SWG.
21)The bus bar size shall be confirming to relevant IS and the neutral bus bar
shall be of same wire of size as phase bus bar and should be suitable for
connecting neutral.

Contractor Witness Divisional Engineer


66

22)The ACB shall be tested in accordance with the provision of IS: 13947 –
Part I or relevant IEC.

MCCB’s
Molded case circuit-breakers (MCCB) installed in the low voltage plant must
be designed, manufactured and tested according with the international
standards IEC 60947-1, IEC 60947-2,IEC 60947-3, IEC 60947-4-1, IEC 61000
or with the corresponding harmonized national standards, the CE “Low
Voltage Directives” (LVD) n° 73/23 EEC and “Electromagnetic Compatibility
Directive” (EMC) n° 89/336 EEC.
All the the MCCB should be Thermal Magnetic based, fixed type with Icu =
100% Ics as per IEC 60947-2, suitable for isolation with class 2 front face
3.8.3. Interconnecting bus bar
Bus bar shall be of high conductivity aluminium (E91E) supported on insulators
made of non-hygroscopic, non-inflammable material with tracking index equal to
or more than that defined in BIS. The main bus bars shall have uniform current
ratings throughout their length as specified in data sheet / job specification. The
current rating of the neutral shall be half that of the phase busbars. Removable
neutral links shall be provided on feeders to permit isolation of the neutral bus
bar.
Only zinc passivated or cadmium plated high tensile strength steel bolts, nuts and
double spring washers shall be used for all bus bar, joints and supports.
The hot spot temperature of bus bars including joints at design ambient
temperature shall not exceed 95C for normal operating conditions. It must be
recorded during type tests.
The current rating of the bus bars shall be as required for design ambient
temperature at site conditions and for being inside the cubicle at fully loaded
condition. The vendor shall suitably de-rate the nominal rating to suit the above
condition.
Minimum clearance between live parts, between live parts / neutral to earth shall
be 19mm. However clearances between terminals at components shall be as per
applicable individual standard for components.
Interconnections between the main bus bars and individual units shall be made
using vertical / horizontal aluminium bus bars of adequate rating.
LT metering: The CT’s should be as per transformer rating along with Multi
function meter ( EM6400ng).
1.5. Automatic Power Factor Control (APFC) Panel: -APFC panel should be
microprocessor based in a compartment adjacent to LT switch gear panel. It
should have intelligent programmable relay and capacitors, contactors, tripping
relays etc. The capacitor bank should have capacitors of various sizes designed
to control power factor up to 0.99% lagging for variations of load from 25% to
110 % of transformer capacity and with minimum 10% of nonlinear connected
load at any time. Minimum two to three Nos of same capacity of capacitors
starting from 5KVAR and above to be installed in the panel programmed with
sequential ON and OFF of each capacitor to avoid continues loading of same
capacitor in the circuit. The capacitors should be connected through discharge
resistances of appropriate value and suitably earthed. Capacitors should not
remain charged or carry any voltage when mains are put off for any
inspection/maintenance or repair works.

Contractor Witness Divisional Engineer


67

APFC panel should be connected through separate incoming MCCB of suitable


rating. The intelligent relay should have LCD display for showing various
parameters like Voltage, Current, KVA, KVAR, KWH, Frequency and Power
Factor etc with provision for selection of any parameter to display.Permanent
type of label should be fixed on the panel indicating manufacturer’s name,
capacity, date of manufacture etc. Printed type Circuit diagrammed indicating all
devices duly labelled on metal plate should be permanently pasted in the APFC
panel for future maintenance. APFC panel should be independent panel installed
in the Compact substation and
connected with suitable sizes of XLPE insulated incoming and outgoing cables
or insulated bus bars as per type tested design. Appropriate provision should be
made so as to ensure that power factor never goes leading.
1.6. Testing and test certificates:- It should be ensured that equipments at sub paras
(a) to (f) below are Type tested as per relevant IS/ IEC standards and approved
by CPRI or similar approved Govt organization. Contractor shall submit copies
of type test certificates and equipment drawings with connection circuit diagrams
indicating all sizes, types, models etc complete from the manufacturer for
approval of the accepting Officer for the following items before confirming firm
order of plant or equipment to the manufacturer.
a) Compact Substation as specified as a whole unit.
b) HT SF6 insulated Ring main unit as specified.
c) HT VCB.
d) Hermetically sealed Transformer.
e) LT panel board
f) APFC panel
1.6.1 Manufacturer’s test certificates as per relevant IS/ IEC standards for above
equipments at para 7.0 above and their sub equipments along with all relevant
documents will be submitted by the manufacturer along with equipment before dispatch
and shall be submitted by the contractor on arrival of plants at site for approval of
Engineer-in-charge before payment.
1.6.2 Record of testings:- All plants and equipments received should be tested for their
insulation values and Agency should ensure that the values are within the specified limits
before and after installation of equipments at site. Three copies of test results with dates of
testing duly signed by Engineer-in-charge and contractor and all manufacturers’ test
certificates should be kept in records.
1.6.3 Impedance Volts: The Percentage impedance value at 75 Deg. C at any tap shall
be 5% subject to tolerance as specified in IS: 2026. The value of the impedance volts at
each tapping over the specified range shall be specified in the bid.
1.6.4 Regulation: The regulation at 75 C at full load at unity and 0.8 power factor
subject to the usual tolerance as per IS:2026 shall be specified in the bid.

1.6.5 Power freq, High Voltage & Insulation level (Impulse voltage): The distribution
transformer shall be designed so that they are capable of withstanding high voltage &
impulse voltages as per IS: 2026 and as given below:-
(a) Impulse Voltage for 11 KV winding 75 kv (1.2/50 Microsecond wave
shape).

Contractor Witness Divisional Engineer


68

(b) High Voltage : 28kv RMS


1.7 Fittings & Accessories for Corrugated Tank Transformer:
1.7.1 The following accessories conforming to IS: 3639 shall be provided for 11
KV/0.433KV, distribution transformer.
1.7.2 Two earthling terminals with copper lugs. The lugs shall be provided in such a
way that they shall not obstruct the movements of rollers. The earthling continuity for
all the connected equipments shall be properly done.
1.7.3 Two lifting lugs for complete transformer as well as enclosure.
1.7.4 Off circuit tapping switch shall be rotary type, 3 pole gang operated, top
mounting draw out type only. Tap switch shall be suitable for rated current considering
20% over loading & operating voltage. Switch shall be provided with externally
operating hand wheel handle with indicator and locking device, with direction changing
facility and locking arrangement.
1.7.5 Rating plate and diagram plate of durable non-corroding metal giving
information as required under IS:2026, Rating plate shall also include transformer actual
%Z, No-Load Loss & Full-Load Loss at 75 C along with details likely Purchase Order
Number, date. Each equipment shall be carry individual name-plate with proper
instructions & affixed with screws.
The danger board shall be provided on the transformer compartment with red
letters engraved on white background.
1.8 System:-
(a) Declared Voltage: - 3 Phase, 400V (+6%) 50 Hz,
(b) Neutral: - Solidly earthed at substation.
1.8.1 General finish:- Tropical, totally enclosed, metal-clad, weather-proof,
vermin and dust proof.
1.9 Construction:
Enclosure:- Dead front type of enclosure shall be able to provide the degree of
protection IP:4X.

1.10 Circuit Ways:


Please note:- Breakers shall be strictly limited to any of the above
approved makes only, including the model reference indicated in the Bill of quantities.
1.11 Earthing:
1.11.1 Earthling arrangement shall be provided for earthling each cable, PVC cable
gland, natural bus bar, chassis and frame work of the cubicle with separate earthling
terminals at two ends. The main earthling terminals shall be suitably marked. The
earthling terminals shall be of adequate size, protected against corrosion, and readily
accessible. These shall be identified by means of sign marked in a legible manner on or
adjacent to terminals.
1.11.2 Neutral bus bar strip shall be connected to Earthling terminal with help of GI
strip of suitable capacity & nut-bolt arrangement.

Please note: The manufacturer has to submit all the relevant type test reports,
temperature rise tests before order confirmation. The substation should have
passed the internal arc tests according to IEC 62271-200. Any non-compliance
shall lead to rejection of the order. The contractor shall produce all the relevant
and necessary technical literatures and other details required for package
substation to the department and quoted rate shall deemed to include for this item .
The firm to provide the same enclosure which is type tested in specified type test
reports.

Contractor Witness Divisional Engineer


69

SF6 INSULATED RING MAIN UNIT WITH VACUUM CIRCUIT BREAKER


SYSTEM RATED VOLTAGE UP TO 12 kV
DESCRIPTION OF THE SWITCHGEAR
The switchgear is termed as “Metal – enclosed, gas – insulated ring main unit”.
The performed type tests and arc fault tests must be proved by documents of
independent and selected test facilities/centres or test houses. PEHLA/SATS/ CPRI
KEMA,CESI, etc.
The Ring Main Unit should be prefabricated, filled with SF6 gas & should be tested in
accordance to IEC 60298 or DIN VDE 0607, part 6 or equivalent/new standards. It
should be ready for operation on delivery.
The offered switchgear must have the following features:
 Compact construction
 High staff safety and sure control
 Maximum reliability
 Maintenance free.
 Possibility of Various cable connections.

SF6 GAS TANK AND PRESSURE RELIEF


All live parts like switching devices, busbars and related connections must be
accommodated in a common container made of STAINLESS STEEL, not less than 2
mm thick. Grade of Stainless Steel must be SS304 to ensure non ferrite & non magnetic
properties of the tank
Gas tank made of any other material (e.g., epoxy, Mild Steel, etc) are not acceptable.
The tank should be completely robotically welded, due to its higher weld quality so as to
ensure IP67 degree of Protection.
This should be tested in the factory for a leak rate of 0.1% per year.
The Bidders should have the assembly, welding and testing facility for manufacturing
RMUs in India and have to provide the documentary evidence for the same. The bidders
have a vast service facility in the country.
The container must be equipped with a suitable pressure relief device. The pressure
relief must ensure that the escaping gases are dissipated downwards and to the rear of
the equipment.
OUTDOOR INSTALATIONS
For outdoor installations the whole switchgear (RMU) should be enclosed in an MS
enclosure, suitable for outdoor conditions. The same should be tested for IP54.
EXTENSIBLITY
The whole switchgear (RMU) should be suitable for extension on either sides, with
separate bushings for left and right extensibility, located on both the sides on the upper
part of the tank.
Extensible bus-bar bushings on the roof or rear or bottom are not acceptable as they
increase the dimensions of the switchgear during extension.
The extensible Busbars should be Plug-in/push-on type to facilitate easy and fast
connection and installation.
Bolted types of extensible Busbars are not acceptable.
They should be designed in such a way that after connection the Busbars are not visible /
exposed to the atmosphere.
The gap between the RMU on connected after the extension should not be more than
10mm.
Contractor Witness Divisional Engineer
70

Addition of Interconnecting BUSBARS should not exceed the dimension of the


complete switchgear.

SWITCHING DEVICES
Every switching device must have its own drive. The plug-in holes or the holes for drive
access must be included in the interrogator interlocking system of the switchgear.

LOAD BREAK SWITCH


The load break switches have to be designed according to IEC 60265 or DIN VDE 0670
part3.
The direction of rotation must be clockwise when switching ON the load break switch
and counter clockwise when switching OFF the load break switch.

EARTHING SWITCH
Each switching device should be equipped with an inbuilt integrated earthling switch.
The earthling switch must be designed accordance to IEC 60129 or DIN VDE 0670 part
2.
The earthling switch with making capacity must be integrated in a comprehensive
interrogator interlocking system and must be equipped with an ON snap action drive.
The direction of rotation must be clockwise when switching ON and counterclockwise
when switching OFF the earthling switch.

MECHANISMS
The switching devices must be equipped with manual mechanisms which are situated at
the front in a separate metal-enclosed space outside the gas-filled switching
compartment.
The load break switches and earthling switches must be fitted with snap action
drives/mechanisms.
The drives / mechanisms for vacuum circuit breaker should be fitted with the stored
energy release for tripping.
CIRCUIT BREAKER ASSEMBLY
The arc interruption in circuit breaker should be achieved in vacuum, through vacuum
interrupters.
SF6 breakers are not acceptable as the no of operations on fault is very less as compared
to the vacuum breakers. Additionally the bi-products produced during the fault
interruption also effect the insulation level of SF6, hence affecting the life of the
complete RMU.
The complete circuit breaker assembly including the interrupters should be housed in the
SF6 environment. Enabling a better phase to phase and phase to earth insulation.
Minimum no of shots on fault should be more than 15.
A single drive beam should connect the moving contacts of all the three interrupters. So
as to achieve simultaneous arc interruption in all the three phases, when operated by a
common mechanism.
The circuit breaker assembly should be complete with a disconnect or cum earthling
switch which will serve the dual purpose of isolating the circuit breaker from the bus bar
when not required and earthling the transformer feeder cables during maintenance.
The protection to the distribution transformer must be achieved through a self-powered,
relay. The relay and the current transformers should be external to the Gas Tank, to
facilitate setting, monitoring, maintenance and replacement.
Contractor Witness Divisional Engineer
71

CABLE CONNECTION COMPARTMENT


The cable connection compartment must be successfully tested according to DIN VDE
0670 part 6 or equivalent IEC for behaviour in the event of an internal defect. No
insulating material on metal surface of the cable box is allowed to ensure arc proof
resistance in the cable connection compartment.
The cable connection compartments must be fitted with front covers to the front.
The front covers must be integrated in the comprehensive interrogator interlocking
system.
The cable doors should be removable/detachable type so as to facilitate easy connection
of cables and not to allow any hindrance to the maintenance staff while doing
maintenance.
No cable covers should be hinged type.
The cable termination access for the functions (e.g.: Isolator/Load break Switch or
Vacuum circuit breaker) should be from the front. Termination access from the sides and
rear are not acceptable.

CABLE FEEDER
The ring main units must be equipped with outer cone connection bushings with M16 –
inside thread.
The cable connection compartment of the cable switches or the isolators must be
dimensioned in such a way that
 Parallel cables can be installed behind the closed cable front covers.
The connecting points of each outgoing feeder must be horizontally situated in one level
at a suitable height from the bottom line of the unit, for easy connection.

TRANSFORMER FEEDER

The transformer feeder must be equipped with outer cone bushings for bolted cable
connection systems.
The cable connections at the transformer feeder must be accessible from the front.
Lateral or rear situated connections will not be accepted.
It must be possible to connect the transformer cables by means of straight or angled
plugs depending on the available space without exceeding the outer dimensions of the
ring main unit. It must be possible to fix the transformer cables with adjustable cable
mounts on to the ring main unit.

CABLE TESTING
The cable testing must be possible without dismounting the cable plugs and cables.
There should be the facility of opening the cable covers and do the cable test ensuring
physical visual inspection of the cable test plugs and cables.
The facility for cable testing should be available in the cable box of isolators and as well
as circuit breakers.
The cable testing for transformer feeder should even be possible when the busbars are
live.

INSTRUMENT RECESS
The indication devices at the front side of the panel have to be placed on the top of the
switchgear ensuring no bending of the operator / personal.
It must be possible to integrate the following devices in the instrument recess:
 Capacitive voltage detection system or live Line Indicator
Contractor Witness Divisional Engineer
72

 Short circuit indicator


 Pressure gauge

OPERATION AND CONTROL


There must be a user friendly control panel with a single line diagram and integrated
position indicators for all switching devices at the front side of the switchgear.
The following performances must be possible while the front panel is closed:
 Inspection of gas pressure.
 Switching
 Mechanical position indicators
 Mechanical operation
 Voltage indication.

INTERROGATOR INERLOCKING SYSTEM


The switchgear must be equipped with a comprehensive interrogator interlocking
system, which prevents any inadmissible control process and does not allow any mal-
operations.
The following mutual interlocks should be possible:
Load break switch - earthling switch
Earthling switch - cable front cover
Earthling switch - Circuit Breaker covers

ACTUATING UNITS
The plug in holes /access for hand crank or drive sockets, for load break switches and
those for earthling switches should be distinctive and should be mechanically connected
to the respective position indicator. The operating handles for the load break switches
and earthling switches must be distinctive and must also have different colour.

PROTECTION WHEN OPERATING AND WORKING


The safety of the staff while working and operating must be ensured.
The following protection categories must be met in order to protect one from direct
touching of live parts according to DIN VDE 0670, part 6, IEC 60298.
 IP3X for the drives and the secondary equipment
 IP67 for the main circuits
To protect one from the effects of an internal fault, the switchgear must be type-tested
for internal arc at 21kA for 1 Sec. The protection rating below this is not acceptable.
This is to ensure the maximum safety of the switchgear.

SECONDARY EQUIPMENT
When required, the ring main unit can be equipped with the following control and
operating devices:
VOLTAGE DETECTING SYSTEM
Every cable feeder and transformer feeder must be equipped with a 3-phase integrated
voltage detection system.
The energy for the system should be from the coils present at the outer cone of
connection bushings.
 FAULT PASSAGE INDICATOR

Contractor Witness Divisional Engineer


73

As a option, it must be possible to fit every cable feeder with Fault Passage Indicators
which can easily be watched on the front panel.
The transducers for the short circuit indicators have to be mounted onto the outer cone
of the connection bushings or on the incoming cables to the RMU.
The display of the FPI should by LEDs/LCD.
It should be capable of indicating the phase and ground faults.
MOTOR DRIVE
It should be possible to change the manual drives of the load break switches to
motorized drives at site.
The motor drives have to be integrated into the recess of the drives.
All the mechanical interlocking must also work when the load break switches are
operated by a motor drive.
In case of power failure of the auxiliary voltage the manual operation of the switching
devices must be possible by means of an operating handle.
RELAY
The relay should self- powered /CT powered type. Preferably, combination of a compact
protection relay and related ring type transformer should provide the protection.
The relay should provide time over current protection and earth fault protection
functions in a well proven technique for CT powered protection relays.
The following functions should be realized:-
3 phase definite time over current and short-circuit protection with variable tripping
times.
3 phase over current protection with selectable inverse time characteristics and definite
time short circuit current element.
Earth current protection

Technical Data
a) Switch-disconnect or function
The switching-unit should be designed as a three-position-switch. This three-position-
switch combines the functions of Load break switch and earthling-switch.
The load break isolators for Incoming and Outgoing supply must be provided and the
load break isolators are fully insulated by SF6 gas. The load break isolators shall consist
of 630 Amp fault making/load breaking spring assisted ring switches, each with integral
fault making earth switches. The switch shall be naturally interlocked to prevent the
main and earth switch being switched ‘ON’ at the same time. The selection of the main
and earth switch is made by a lever on the facial, which is allowed to move only if the
main or earth switch is in the off position Each load break switch shall be of the triple
pole, simultaneously operated, non automatic type with quick break contacts and with
integral earthling arrangement.
b) Circuit breaker
This function-unit consists of a circuit breaker in combination with a three-position-
switch The circuit-breaker-unit should be equipped with a over current-time-release for
the protection of distribution transformers.
The SF6/VCB circuit breaker must be a spring assisted three positions with integral fault
making earth switch. The selection of the main/earth switch lever on the facial, which is
allowed to move only if the main or earth switches is in the off position.

c) EARTHING OF ISOLATORS AND DISTRIBUTION TRANSFORMER


BREAKERS (EARTH SWITCH)

Contractor Witness Divisional Engineer


74

Necessary arrangements are provided at Load break isolators / Transformer Breaker for
selecting Earth position. Mechanical interlocking systems shall prevent the RMU
function from being operated from the ‘ON’ to ‘Earth On’ position without going
through the ‘OFF’ position.

d) BUSHINGS
The units are fitted with the standardized bushings that comply with IEC standards. All
the bushings are the same height from the ground and are protected by a cable cover.
Operating Conditions:
Installation altitude above sea level < 1000 m
Indoor conditions: relative air humidity according to DIN VDE 0670,
part 1000; IEC 60694; IEC
60694
Ambient air temperature max. +40°C; average value 24 h
+35°C; min. -5°C
Standards and Regulations:
Installation, building dimension, room type VDE 0101
Operation, control, work near live parts VDE 0105, part 1
Construction, design, tests VDE 0670, part 6; IEC
60298
Disconnect or and earthling switch VDE 0670, part 2; IEC
60129
Type:
Version Non-extensible / extensibility at both
sides
Auxiliary Voltage for motor drive & trip coil:
DC 24V, 110V,
AC 220/230V
Electrical Data:
Rated voltage 12 kV
Rated operating voltage 11 kV
Rated frequency [Hz] 50/60
Rated power-frequency withstand voltage 28 kV
Rated lightning impulse withstand voltage 75 kV
Rated short time withstand current 25 kA
Rated short-circuit duration 1s
Rated peak current 50 kA
Rated current (Bus-Bar) 630 A
Standard Equipment

Voltage detection system Capacitive voltage detection system, one


per phase.
Manometer SF6 indication should be temperature
compensated.
Front cover with 1 cable per suitable for even 2 cables
per phase
Cable clamp One per cable box.
Cable connection Bolted type
Position indicator Load break switch Black
Position indicator Earthling switch Black
Contractor Witness Divisional Engineer
75

Current path colour Grey/Black


Pressure relief:
Cable compartment To the bottom
RING MAIN UNIT

I. 11KV Bus Bar


Type of material : Aluminium
Current Carrying Capacity : 630 Amps.
Short time rating current for 1 sec : 21KA
Insulation of bus bar : SF6
Bus bar connections : Anti-oxide grease
II. Parameters for Switch Gear of Load break isolators and Circuit Breakers in RMU.
Type : Metal enclosed
No of Phases :3
No. of poles :3
Rated voltage : 12 KV
Operating voltage : 11 KV (+10% to –20%)
Rated lightning impulse withstand voltage : 75 KV
Rated power frequency withstand voltage : 28 KV
Insulating gas : SF6
Rated filling level for insulation : 0.3 bar/As Per IEC.
Max.permissible site altitude at the above gas pressures :1000m
(The operating pressure has to be adjusted for greater altitudes)

Rated short time current :21 KA.


Rated short time :1s
Rated peak withstand current :52.5 KA.

Operating mechanism: Circuit breaker with spring assisted


mechanism.
Rated current (Bus): :630 A
Rated current (breaker) :630 A
Circuit Breaker interrupter : VCB
Rated frequency : 50 Hz
Rated operating sequence :O-3min- CO

Number of mechanical/Remote operations for earthling As per IEC


& Ring switches & Number of mechanical/ 60298
remote operations for circuit breakers

III.PRINCIPAL FEATURES
Sl DESCRIPTION DT
N breaker
o
1 Circuit label Yes
2 Mimic diagram Yes
3 Voltage indication Yes
4 Current Transformer Yes

Contractor Witness Divisional Engineer


76

5 Self Powered based Microprocessor based Yes


IDMT Relay
6 Interlock to defeat the operation of the line Yes
side earthling when the line side isolator is
ON.
7 Interlock to defeat the operation of the Yes
earthling when the breaker is in service
position and is ON.
8 Breaker ON/OFF indication Yes
9 On - OFF indication / Spring assisted Yes
mechanism.
10 Fault Tripping indication Yes
11 Whether the SF6 gas pressure gauge Yes
indicator and filling arrangement.
12 Operating Handle for the spring assisted Yes
mechanism.
13 Whether the earth positions with Yes
arrangement for padlocking in each position
and independent manual operation with
mechanically operated indicator are provided

IV.3 Load break switch (Isolators)

Type : SF6 load breaking and


fault making.
Rated current : 630 A
Fault making capacity (KA peak min.) : 50 KA

V. Earthling switch for L B S and CB of RMU.

Rated short time current :21 KA.


Rated short time :1s
Rated peak withstand current :52.5 KA
Interlocking facility: 1) Between 11 KV Line side isolator ‘ON”& Earthling.
2) Between Earthling switch and the Cable Cover..

VI. Current Transformers for breaker

CT Type : Cast resin / Tape wound


Rated burden : Suitable for self powered relay.

TESTS:
TYPE TEST
The successful bidder shall be required to submit copies of all Type test
certificate of their make in full shape as confirming to relevant ISS/IEC of latest
issue obtained from a Govt. Lab/International Recognized
laboratory/KEMA/CESI before placing order for procurement of equipment.
TYPE TESTS
1 Impulse Test with breaker inside the cubicle

Contractor Witness Divisional Engineer


77

2 Temperature rise test with breaker inside the cubicle.


Short Circuit Test with breaker inside the cubicle.
3
4 Dielectric Tests
Test of Apparatus i.e. circuit breaker and earthling
5 switches.
6 Arc Fault Test

ACCEPTANCE AND ROUTINE TESTS


All acceptance and routine tests as stipulated in the latest IEC- shall be carried
out by the supplier. The supplier shall give at least 7 days advance intimation to
be enabled to depute our representative for witnessing the tests.

ROUTINE TESTS
IEC
STANDARD 60298

Withstand Voltage at power Frequency for all current carring parts including
1 wiring
Measurement of Resistance of the Main
2 Circuit.
3 Gas Leakage Test
4 PARTIAL DISCHARGE TEST
Withstand Voltage on Auxiliary
5 Circuit.
Operation of Function Locks, Interlocks, Signaling Devices and Auxiliary
6 Devices.
Suitability & correct operation of Protection, Control Instruments and
7 electrical
connections of the circuit breaker operating mechanism (PRIMARY & SECONDARY
INJECTION)
8 Verification of Wiring.
9 Visual Inspection.

Mandatory Facilities which the vendor must possess;-


1) Micro-ohm and circuit breaker testing via an computerized analysis machine.
2) Computerized SF6 filling and testing facility.
3) Partial Discharge lab for conducting the partial discharge and high voltage
test on the complete product.
It is mandatory to have the complete assembled tank tested for partial discharge
to ensure a high life and reliability of the product.

Contractor Witness Divisional Engineer


78

H.T. CABLES
1. GENERAL
The high tension (3.3 KV & above) cable shall have Aluminium’s stranded
& shaped conductors, extruded Semi-conducting Shield for the
conductor, Cross Linked Polyethylene (XLPE) insulated, extruded Semi-
conducting core shielded, Cu tape screened, Core identification taped,
Filler, Over-all Tape wrapped, armoured and over all PVC sheathed
construction.
2. RATING
The cables shall be rated for 11K Volts, earthed, 3 phase, 50 Hz.
System.
3. STANDRADS
The HT cables shall conform to the requirements of the following IS
Standards (latest editions):
IS: 7098, Part-1(1985) :XPLE Cables
IS: 1554-1988 : PVC insulated heavy duty cables
IS: 5891-1970 : Recommended short circuit rating of high
voltage PVC cables
IS: 10810-1988 : Methods of testing for cables
IS: 1255-1983 : Code of practice for installation &
maintenance of power Cables
IS: 10418-1982 : Drums for electrical cables
IS: 8130-1984 : Conductors for electrical cables
IS: 5831-1984 : PVC insulation and sheath of electric cables
IS: 7098-1973 : Rating and Tests of cables
4. CORE IDENTIFICATION
Cores shall be identified by numbers’1, 2&3 printed on their insulation.
5. CURRENT RATING
The current rating shall be based on the following conditions:
a) Max. Conductor temperature (normal) :90oC
-During short circuit : 250oC
b) Ambient Air temperature :46oC
c) Ground temperature :38oC
d) Depth of laying in ground : 1000mm
e) Thermal resistivity of soil :150oC cm/W
5.1 SHORT CIRCUIT RATINGS
Short circuit rating for the cables shall be as per IS:7098(Latest
Edition). However, the rating shall be based on the following:
a) Max. Conductor temperature (full load) :90oC
b) Max. Conductor temperature (Short circuit) :150oC

6. CONSTRUCTION
The conductors shall be made of aluminium wires of electrical grade as
per IS8130. The conductor shall be sector shaped made of stranded
conductors to form circular shape for 3 core cable.

Contractor Witness Divisional Engineer


79

- INSULATION: High quality XLPE unfilled insulating compound of natural


color shall be applied on the conductor by extrusion process and
chemically cross linked by continuous vulcanization process.

- SHILED: Both conductor and its insulation shall be provided with


extruded semi-conducting compound for cables rated above 33KV.
Metallic tape (cu) shall be provided over the semi-conducting shield on
core insulation. Inner conductor shield, XLPE insulation and outer core
shielding shall be extruded on one operation to ensure perfect bonding.

-INNER SHEATH (Common covering): For multi-core cable, cores


covered with identification tapes, shall be stranded together with non-
hygroscopic fillers and provided with extruded inner sheath.

- ARMOUR: For multi-core cable flat GI strip armor shall be provided.

- OUTHER SHEATH: PVC compound (Type ST2 as per IS: 5831) outer
sheath extruded over the amount with embossing of the name of
manufactures, size of cable, voltage grade etc. as per the requirements
of BIS Standards.

7. TESTS (at manufacturer’s works)


The cables shall be tested for ‘Type test’ (if required) and ‘Routine tests’
as per IS:7098 (Part-.II) for the following:
- Conductor Resistance Test.
- Partial Discharge Test.
- High Voltage Test.
8. L T CABLES
The L.T. (1.1 KV) XLPE cable shall have Aluminium stranded
conductors, Cross Linked Polyethylene (XLPE) insulated, each core
having different colour sheath for sheath, armoured and over all PVC
sheathed construction.
The L.T (1.1 KV) PVC cable shall have Copper/Aluminium stranded
conductors, PVC insulated, each core having different colour sheath for
identification, extruded/taped inner sheath, armoured and over all PVC
sheathed construction.
FRLS cable shall have the over-all outer sheath the characteristic of
flame retardant low smoke generation.
9. STANDARDS
9.1 The LT cables shall conform to the requirements of the following IS
Standards (latest editions):
IS: 7098 Part-1, 1985 : XLPE insulated cables
IS: 1554, Part.1, 1988 : PVC insulated cables up to 100V
IS: 8130, 1984 : Conductors for insulated electric cables.
IS: 5831, 1984 : PVC insulation and sheath of electric cables.
IS: 7098, 1973 : Rating and testing of cables
Tests for flame retardant low smoke (FRLS)
9.2 Cables:
Contractor Witness Divisional Engineer
80

ASTM-D-2863/77 : Oxygen Index Test:29% (Min)


ASTM-D-2863/77 :Temperature Index:250oC (Min)
ASTM-D-2843/77 :Smoke density: Light Transmission
IS: 10810-1988 :Smoke density:40% (min)
IS: 10810-1988 :Gas generation:
IEC-754-1 : Halogen acid: 20% (max)
SS-424-14-75 : Flame retardant test: 300mm (min)
(Class F-3) : Swedish Chimney test
10. Selection Criteria for Cables
Current ratings shall be based on the following conditions:-
a) Maximum conductor temperature. 70oC for PVC & 90Oc for XLPE
b) Ambient Air temperature 45oC
c) Ground temperature 30oC
d) Depth of laying 1000mm

Short circuit rating of cables as specified in IS-1554 Part 1. Cables have


been selected considering conditions of maximum connected load,
ambient temperature, grouping of cables & allowance voltage drop.
However, the contractors shall recheck the sizes before the cables are
fixes and connected to service.
11. TECHNICAL SPECIFICATION
- The L.T. (1.1 KV) XLPE cable shall have Aluminium stranded
conductors, Cross Linked
Polyethylene (XLPE) insulated as per IS 7098.
- Core identification for multi-core cables shall be provided with colour
coding,
- Inner sheath shall be either extruded GP PVC as per IS: 5831 or taped.
- The amour shall be GI strip or round wire as per the BIS standards or as
specified.
Over all PVC sheath insulation shall be of type ST-2 as per IS: 5831
12. LT CABLE-PVC INSULATED
- PVC cables shall be extruded PVC sheathed aluminium stranded
conductor.
- Core identification for multi-core cables shall be provided with colour
coding.
- The inner sheath shall be extruded GP PVC or as specified in BOQ.
- The amour shall be GI strip or round wire as per the IS specification or
as specified.
- The outer sheath shall be extruded FRLS PVC conforming to IS: 5831
with FRLS properties.
13. PACKING AND MARKING
The cable shall be wound on a drum of suitable size, packed and
marked. The marking done on the drum shall have the following
information:
a) Trade name, if any.
b) Name of the manufacturer
c) Number of cores and nominal area of the conductor
d) Type of the cable and voltage for which it is suitable
e) Length of the cable on the drum.

Contractor Witness Divisional Engineer


81

f) Direction of rotation of drum (an arrow)


g) Drum no.

The outer ends of the cables shall be sealed by means of non –


hygroscoping sealing materials.
14. TEST
14.1 FACTORY TESTS
Complete test shall be made at the manufacturer’s works to determine
the performance and operation characteristics of the cables to determine
whether the guarantees have been met or not. The successful Bidder
shall give a complete description of the proposed test method.
14.2 TYPE TESTS
The successful Bidder shall submit the following type test reports
conducted on similar equipments for the approval of owner/consultant.
a) Annealing test (for copper)
b) Tensile test (for aluminum)
c) Conductor resistance test
d) Test for armour wires
e) Test for thickness of insulation and sheath
f) Physical tests for insulation
g) Physical test for PVC sheath
1. Fire resistance
2. Cold-impact
3. Bleeding and blooming
h) Partial discharge test
i) Bending test
j) Dielectric power factor tests.
k) Heating cycle test
l) Impulse withstand test
m) High voltage test (water immersion test)

All the following routine/acceptance tests specified in relevant standards


shall be witnessed by the Engineer-in-charge or his representative.
14.3 ACCEPTANCE TEST
a) Conductor resistance test
b) Test for thickness of insulation and sheath
c) Partial discharge test (for screened cables only)
d) High voltage test (water immersion test)
e) Annealing test (for Copper)
f) Tensile test (for aluminium)
g) Wrapping test (for aluminium)
h) Insulation resistance test
14.4 ROUTINE TESTS
a) Conductor resistance test
b) Partial discharge test (for screened cables only)
c) High voltage test.

14.5 TEST CERTIFICATES

Contractor Witness Divisional Engineer


82

Five (5) copies of routine/ acceptance test certificates shall be produced


with the endorsement of the inspecting authority to the purchases before
effecting dispatch.
15. DOCUMENTS/ DRAWINGS
Manufacturer’s catalogue and test reports to be submitted in 3 copies.
16. QUALITY ASSURANCE PLAN DURING EXECUTION
The following schedule as part of stage inspection will be adhered during
execution of work.
 Laying of Cables.
 Termination and Jointing of cables.
 Measurement of cable runs.
 Bonding of cable.
 Testing of cables.

Contractor Witness Divisional Engineer


83

FEEDER PILLAR

1 SCOPE:

This specification covers the technical requirements of design, fabrication,


testing at works, delivery at site, of 415 V FEEDER PILLARS (FP) complete
with all accessories required for receipt, control and distribution of power for
efficient use and trouble free operation.
The equipment offered under this specification shall be of proven design by way
of commercial operation for 5 years. The FEEDER PILLARS (FP) and
accessories shall be complete in all respects and any device not included in this
specification but essential for proper operation of the equipment and to meet the
statutory requirements shall be deemed to be within the scope of the specification
whether specifically mentioned in the technical specification/data sheets or not.
2 STANDARDS:
The equipment covered by this specification shall, unless otherwise stated, be
designed, constructed and tested in accordance with the latest revisions of
relevant Indian Standards and shall conform to the regulations of local Statutory
Authorities and be tested and modified to suit the requirements of GMADA and
PSPCL. The GMADA may propose alternative standards for acceptance if they
give an equivalent degree of quality.
IS:13947 - Low voltage switchgear & Control gear
IS: 2147 - Degrees of protection provided by enclosures for
low voltage switch gear& control gear.
IS: 8623:1993 - Low voltage Switchgear & Control gear
assemblies
IS: 11353:1985 - Marking of switch Gear Bus bars.
The Feeder Pillar supplied shall satisfy all the requirements of local statutory
authorities and modification if any required at site shall be carried out by the
supplier at their own cost.
3 GENERAL:
The Feeder Pillar shall be of metal-enclosed, freestanding, modular type suitable
for outdoor installation. Outdoor material, equipment shall be designed and
protected for use in exposed industrial atmosphere.
Indoor material/ equipment shall be designed and protected for use is nearer to
buildings/wall which may be frequently wet and damp.
4 CONSTRUCTION:
The Feeder Pillar shall be weather proof and the enclosure shall have degree of
protection of not less than IP:55 as per relevant standard specified. The Feeder
Pillar shall be of uniform height not exceeding 160mm from the base.
The pillar shall be fabricated out of adequate thickness mild steel structural
sections. The frames shall be enclosed with sheet steel of not less than 2.0 mm
thickness.
Feeder Pillar shall have cable entry form bottom and accessible from front and
rear. The Feeder pillar shall house suitable rating (250 Amp). Aluminium Bus
bars over which the fuse cut-outs (rating & quantity indicated separately) are
mounted for taking feeders. All retaining catches, screws and bolts for doors and

Contractor Witness Divisional Engineer


84

covers shall be hot dip galvanized. Screws and bolts shall be captive. All covers,
doors and joints shall be neoprene gasketted.
5 INDICATOR LAMPS
On the incomer of feeder pillar panel, RYB phase indicator LED type lamps
shall be provided suitable for operation on AC 230 Volts supply. Necessary filter
G/Y/R/A shall be provided depending upon the function. All lamps shall be
protected by proper HRC fuses.
6 SMALL WIRING
All small wiring controls, indication etc. shall be with suitable stranded copper
conductor cables PVC insulated conforming to Is: 1554 Part 1. Wiring shall be
suitable protected within the switchboard. Runs of wires shall be neatly bunched
and suitable supported and clamped. Means shall be provided for easy
identification of the wires. Where wires are drawn through PVC conduits, the
works shall conform to IS 732. Identification ferrules shall be used at both ends
of the wires. All control wiring meant for external connection is to be brought
out on terminal blocks for inter connection purposes.
All control wiring shall be done with Cu. Flexible PVC wire (1.1KV Grade) as
under [Colour Code as per specification or]:-
a) AC Current Circuit - 2.5 sqmm Cu. Wire (Red,
Yellow, Blue and Black Colour)

b) AC Voltage Circuit - 1.5 sqmm Cu. Wire (Red,


Yellow, Blue and Black Colour)
c) Other Aux. AC Circuit - 1.5 sqmm Cu. Wire (Red &
Black Colour)
d) Earth wire circuit - 2.5 sqmm Cu. Wire (Green
Colour)
e) Pot free circuit - 1.5 sq. Cu wire (Grey colour)
7 BUSBARS:
The Bus bars shall be air insulated and made up of high conductivity electrolytic
aluminum. The main bus bars shall have the continuous current rating of the
incoming isolator shall have a fault withstanding capacity of 50KA/1 sec.
Maximum temperature of the bus and connection to the bus shall be limited to
85oC. All bus bars shall be in their own compartment running throughout the
length of the panel and also suitable allowance should be made for bus
expansion. Suitable clearance shall be provided in between bus bar chamber &
adjoining compartments. The bus bars shall be TP&N, the section of the neutral
bus being full the size of the phase bus bar. The current density of bus bars shall
not exceed 0.80 Amps/sq mm. Bus Bars & interconnections shall be insulated
with tape/fibreglass.
The bus bar shall be properly segregated, suitable braced with insulated supports
(DMC/FRP) placed at appropriated intervals to withstand the electromagnetic
stresses during short circuit. Minimum electrical clearances shall be maintained
between phases, neutral & body as per relevant IS.

Between……………………………………………..Minimum Clearances
Phase to Phase……………………………………...25 mm

Contractor Witness Divisional Engineer


85

Phase to Neutral………………………………………25mm
Phase to Earth…………………………………………25mm
Neutral to Earth………………………………………...25mm

7.1 Bus Bar Markings


The colours and letters (or symbols) for bus bars:-
Main bus bar connections and auxiliary wiring etc. shall conform to relevant
Indian Standard. A brief from IS 375-1963 (revised) is given below:-
For AC bus bars and Main connection
Sr.No Bus Bar & Main Connection Colour Letter/Symbol
1. Three Phase Red,yellow,Blue R,Y,B
2. Single Phase Red R
3. Neutral Connection White N
4. Connection to earth Green G

8 EARTHING:
All the metal parts of all equipment fitted within the Feeder Pillar (including
doors) other than those forming part of all electric circuit, shall be connected by
means of tow independent earth conductors to continuous GI earth bar. The
Feeder Pillar shall be provided with two brass earthing stud terminals with
suitable nuts, washers etc. for connection to ground bus.
9. PAINTING
Care shall be taken in workmanship and selection of material to prevent the
occurrence of any form of damage or corrosion due to damp or highly humid
conditions. Pre-Treatment of panel board shall be carried out before painting
with hot eight tank process. The panels shall be painted with texture finish
electro static paint (powder coating)
i) Inside/Outside - Siemens grey ral-7032
ii) Equipment mounting plate - orange
The painting thickness shall be maintained 80± 20 Microns.
Sheet steel treatment
All items shall be cleaned and deburred after fabrication and welding is
completed. External surface shall be filled and rubbed down as necessary to
obtain perfectly flat smooth surfaces free from blemishes and imperfections. The
whole surface shall be painted with two coats of primer followed by two coats of
Powder coated paint of shade to be approved by the Engineer-in-charge.

10. FABRICATIONS AND ASSEMBLY


The Feeder Pillar shall be taken up for fabrication and assembly only after
obtaining approval of the relevant drawings form Engineer-in-charge.
11 TESTS
The Feeder Pillar shall be completely assembled, wired and tested for operation
under simulated conditions to ensure correctness and proper functioning of all
equipment.
11.1 TYPE TEST

Contractor Witness Divisional Engineer


86

The successful Bidder shall furnish Type test certificate for all the Tests
indicated below, conducted on a similar Feeder Pillar.
1. Temperature rise test.
2. One-minute power frequency voltage withstand test.

11.2 Routine Tests


All the tests specified in IS:8623 shall be conducted in the presence of Engineer-
in-charge or his authorized represantive before dispatch.
12 Drawings and Documents
The following drawings and documents shall be furnished.
a) General Arrangement drawing of the pillar showing
i) Overall dimensions
ii) Terminal locations
iii) Total weight
iv) Foundation details
v) Sectional view
vi) Bill of materials with make and quantity.
b) Technical details of supports, fuse etc.
c) Manufacturing schedule and test schedule.
d) Calculation for sizing of bus bars.

4. SPECIFICATION OF HDPE PIPES

a) DWC high density Polyethylene pipe shall have corrugation on outer wall
but inner wall shall be plain conforming to IS-14930 Part I and II amended
from time to time.
b) HDPE pipe to be supplied shall be ‘ISI’ marked.
c) Accessories like HDPE snap fit coupler with neoprene ’O’ rings shall be part
of supply to make the joints water/ damp proof.

ERECTION, TESTING & COMMISSIONING


1.0 SCOPE

This scope of the specification covers the erection testing and


commissioning of equipments and other materials for the completeness
of Electrical System.

2.0 STANDARDS

The electrical installation work covered by this part of specification shall


unless otherwise stated, comply with the requirements of the latest
edition of relevant Indian Standards, statutory regulations and codes of
practices.

a) Indian Electricity Rules.


b) IS-10118: Code of practice for selection, installation & maintenance of
switchgear and control gear.

Contractor Witness Divisional Engineer


87

c) IS-6600: Code of practice for installation and maintenance of


Transformers.
d) IS-3043: Code of practice for earthing.
e) IS-7098: Code of practice for installation and maintenance of cross-linked
polyethylene insulated PVC sheathed cables.
f) IS-2309: Code of practice for protection of building and allied structures
against lightning.
g) IS-732: Code of practice for electrical wiring installation
h) IS-732: Code of practice for industrial lighting

3.0 ERECTION WORK:

3.1 The installation shall be carried out by an electrical contractor holding a


valid license & grade as required by the State Government preferable. In
case the executing agency sublets the work to other agency, the sub
contractor must have the necessary certification and registration with
chief electrical inspector Punjab and the main agency is bound to get
written approval of the engineer in-charge in writing before doing such
subletting. The Contractor shall provide particulars of the license held by
him (or) his subcontractor to the GMADA. The contractor shall be fully
responsible for obtaining approval from all statutory authority for the
successful erection & commissioning of the outdoor type distribution
transformers, ring main units, LT panels, Feeder Pillars, Street Lighting,
HT and LT cabling etc.
3.2 The installation shall be carried out in accordance with the specific
installation instruction as per the manufacturer drawings or as directed by
the GMADA, the successful contractor shall unload, erect, assemble,
install, wire, test and commission all electrical equipments included in this
contract. Equipments shall be installed in a neat workman like manner.
3.3 Erection materials, tools, tackles, crane, rigging items, testing instruments
of any other machinery required for erection shall not be supplied by the
GMADA. The contractor shall arrange for the same in a timely manner
and shall not be allowed to claim for any delay or extra cost of any
nature.
3.4 Consumable materials of any nature required for the erection job shall
also have to be arranged by the contractor.
3.5 Clearing the site after completion of erection as well as regular clearance
of unwanted materials from site, returning all packing material and excess
material supplied by Purchases back to Purchaser’s stores shall also be
covered under the scope of work. Any damage done to buildings,
structures and plant (or) property belonging to the GMADA and their
parties shall be made good at the contractor’s expense.
3.6 All equipment and instruments of indoor and outdoor type shall be
inscribed with number, nomenclature, Danger Boards and other
instructions.
3.7 The contractor shall do touch up work on the surface of equipment, which
are scratched and/ or damaged during transportation and erection. The
paint used shall match exactly with the surface being touched up.

Contractor Witness Divisional Engineer


88

3.8 The contractor shall employ skilled and semi-skilled labourers for erection
& installation testing as required. All Electricians, cable jointers, wiremen,
welders and others employed for electrical work shall possess suitable
qualification and valid certificates/ licenses recognized by the competent
authorities.
3.9 The contractor shall also furnish a list of Engineers/ Supervisors and staff
employed by him for erection and installation jobs, giving in brief,
qualification and experience of such staff and indicating whether they
hold such competency certificate/licenses to supervise the electrical
installation jobs as required under Indian Standard Rules & State
Electrical Inspectorate Rules.
3.10 The contractor shall set up his own workshop and other facilities at the
allocated place at site to undertake fabrication jobs, pipe bending,
threading etc.
3.11 The contractor shall be responsible for recording of all readings and
observations during erection, testing and commissioning, in registers or in
prescribed Performa. These shall be carried out in the presence of
Purchaser’s representative. All such test data and records shall be duly
signed by the contractor’s Engineer and client’s representative and shall
be submitted to Purchaser in triplicate.
3.12 The Contractor shall take comprehensive insurance from transportation,
unloading, storage, erection and commissioning point of view.
3.13 The Contractor shall supply all the necessary commissioning spares till
the equipments are taken over by PSPCL/ GMADA for normal operation.
4.0 EQUIPMENT ERECTION

The contractor shall assemble, install and connect all the equipments
with all accessories including terminals clamps; with proper alignment
required to complete the job and these shall be as per equipment
manufacturer’s instructions. Equipments shall be erected with proper
clearances from nearby walls/ other equipments/ beams/ column etc as
per statutory requirements. In case of deviation the contractor will be
liable for shifting of the same to an appropriate as directed by GMADA
and no extra cost will be paid by GMADA.

4.1 I) ERECTION OF HT CABLE AND LT POWER CABLE


a) Contractor shall transport the cable to the installation location, laying,
fixing and terminating of cables to the required satisfaction of
Engineer-in-charge.
b) Cable laid shall be neatly dressed and clamped. For buried cables,
cables route markets shall be installed along the cable route at every
30-meter interval, all the road crossings and joint locations.
c) Whenever cables pass through any floor or wall, suitable cutouts shall
be made. The openings shall be sealed using suitable fire resisting
materials to prevent the fire spreading.
d) Standard cable installation tools shall be utilized for cable pulling.
Maximum pull tension shall not exceed the manufacturer’s
recommended value. Cable grips, reels or pulleys used shall be

Contractor Witness Divisional Engineer


89

properly lubricated. The lubricant shall not injury the overall covering
and shall not set up undesirable conditions of electrostatic stress.
e) Sharp bending of cables shall be avoided. The bending radius for
various types of cables shall not be less than those specified by
manufacturer which is generally 12 D for LT cable and 15 D for Ht
cable.
f) Power and control cables shall be laid separately.
g) Where groups of HV, LV and control cables are to be laid along the
same route, suitable barriers to (Physically) segregate them shall be
employed.
Where cables cross roads, water, (Hume) oil, gas or sewage pipes,
the cables shall be laid in reinforced concrete pipes (Hume Pipe NP-
class) For road crossing, the pipe for the cable shall be buried at not
less than one meter depth unless otherwise approved by the
Engineer-in-charge. Cable shall be protected at all times from
mechanical injury and from absorption of moisture. Open ends of
Hume Pipe should be properly sealed to avoid ingress of earth and it
should be covered with river sand up to 50 mm thick.
h) Cable that is directly buried in ground shall be as per the relevant
standard and practice with sand, bricks etc.
i) Some extra length shall be kept in each cable run at both ends to
enable one or two straight through joints to be made at a later date, if
any fault occurs.
j) Cables shall be laid in proper sequence so as to avoid unnecessary
crossing of other cables. Cable splices shall not be permitted.
k) Straight through joints in both types of cables should be avoided
where ever possible. However some loop in cable should be left
where ST Joint has been provided as such joints are prone to failure.
Moreover such should be earmarked for future reference.
l) Metal sheath and armour of the cable shall be bonded to the earthing
system of the station.
m) Each cable shall be identified with its identification number.
n) Cable clamps shall be of 3mm thick galvanized M.S. spaced at every
1.5M interval wherever necessary.
o) Suitable cable aluminum tags shall be tied at every 30mts and at
every bend along the cable length, when the cables run in bunches in
the cable tray/trench/buried, for easy identification.

II CABLE SUPPORTS AND ACCESSORIES


a) Cables supports shall be run in concrete trenches at every 1.5 meter.
b) Cables shall be clamped to the cable supports in both horizontal runs
and vertical runs by suitable site fabricated clamps.
c) All cable sleeves shall be sealed at the outlet of cables form the cable
trench for protection towards entry of foreign particles.

Contractor Witness Divisional Engineer


90

4.2 ERECTION OF L.T. & H.T. SWITHCHGEARS:-


All switchgear panels CR panels & boards shall be installed on finished
surfaces. The correct level shall be ascertained before final grouting.
The contractor should take utmost care in handling delicate equipments,
instruments and relays. Dragging shall be avoided as far as possible.
Wherever the instruments and relays are supplied separately, they shall
be mounted only after the associated control panels have been erected
and aligned.
The contractor shall also carry out the following:-
a) Prepare a mounting base for equipments including leveling.
b) The clearance on all sides of the panels & shall comply local statutory
condition.
c) Free movement of the breaker truck in each cubicle of
interchangeability of breaker trucks shall be checked before final fixing
of cubicles.

4.3 ERECTION OF EARTING SYSTEM


The contractor shall submit earthing layout, equipment earthing details for
approval as per IS3043. Provide tow nos. earth pits for transformer
neutrals, two earth pits for transformer body as per IS 3043.The entire
earthing system shall be carried out according to the specification and as
per the Engineer-in-Chief.
The entire earthing of substation shall be carried out nline with the
specification as per the approval drawings.
5.0 EQUIPMENT ERECTION

The contractor shall assemble, install and connect all the equipments
with all accessories including terminals clamps; with proper alignment
required to complete the job and these shall be as per equipment
manufacturer’s instructions. Equipments shall be erected with proper
clearances from nearby walls/ other equipments/ beams/ column etc as
per statutory requirements.

6.0 a) ERECTION OF HT CABLE AND LT POWER CABLE


p) Contractor shall transport the cable to the installation location, laying,
fixing and terminating of cables to the required satisfaction of
Engineer-in-charge.
q) Cable laid shall be neatly dressed and clamped. For buried cables,
cables route markets shall be installed along the cable route at every
30-meter interval, all the road crossings and joint locations.
r) Whenever cables pass through any floor or wall, suitable cutouts shall
be made. The openings shall be sealed using suitable fire resisting
materials to prevent the fire spreading.
s) Standard cable installation tools shall be utilized for cable pulling.
Maximum pull tension shall not exceed the manufacturer’s
recommended value. Cable grips, reels or pulleys used shall be

Contractor Witness Divisional Engineer


91

properly lubricated. The lubricant shall not injury the overall covering
and shall not set up undesirable conditions of electrostatic stress.
t) Sharp bending of cables shall be avoided. The bending radius for
various types of cables shall not be less than those specified by
manufacturer which is generally 12 D for LT cable and 15 D for Ht
cable.
u) Power and control cables shall be laid separately.
v) Where groups of HV,LV and control cables are to be laid along the
same route, suitable barriers to (Physically) segregate them shall be
employed.
Where cables cross roads, water, (Hume) oil, gas or sewage pipes,
the cables shall be laid in reinforced concrete pipes (Hume Pipe NP-
class) For road crossing, the pipe for the cable shall be buried at not
less than one meter depth unless otherwise approved by the
Engineer-in-charge. Cable shall be protected at all times from
mechanical injury and from absorption of moisture. Open ends of
Hume Pipe should be properly sealed to avoid ingress of earth and it
should be covered with river sand up to 50 mm thick.
w) Cable that is directly buried in ground shall be as per the relevant
standard and practice with sand, bricks etc.
x) Some extra length shall be kept in each cable run at both ends to
enable one or two straight through joints to be made at a later date, if
any fault occurs.
y) Cables shall be laid in proper sequence so as to avoid unnecessary
crossing of other cables. Cable splices shall not be permitted.
z) Straight through joints in both types of cables should be avoided
where ever possible. However some loop in cable should be left
where ST Joint has been provided as such joints are prone to failure.
Moreover such should be earmarked for future reference.
aa)Metal sheath and armour of the cable shall be bonded to the earthing
system of the station.
bb)Each cable shall be identified with its identification number.
cc) Cable clamps shall be of 3mm thick galvanized M.S. spaced at every
1.5M interval wherever necessary.
dd)Suitable cable aluminum tags shall be tied at every 30mts and at
every bend along the cable length, when the cables run in bunches in
the cable tray/trench/buried, for easy identification.

II CABLE SUPPORTS AND ACCESSORIES


d) Cables supports shall be run in concrete trenches at ever 1.5 meter.
e) Cables shall be clamped to the cable supports in both horizontal runs
and vertical runs by suitable site fabricated clamps.
f) All cable sleeves shall be sealed at the outlet of cables form the cable
trench for protection towards entry of foreign particles.

7.0 ERECTION OF L.T. & H.T. SWITHCHGEARS:-


Contractor Witness Divisional Engineer
92

All switchgear panels CR panels & boards shall be installed on finished


surfaces. The correct level shall be ascertained before final grouting.
The contractor should take utmost care in handling delicate equipments,
instruments and relays. Dragging shall be avoided as far as possible.
Wherever the instruments and relays are supplied separately, they shall
be mounted only after the associated control panels have been erected
and aligned.
The contractor shall also carry out the following:-
d) Prepare a mounting base for equipments including leveling.
e) The clearance on all sides of the panels & shall comply local statutory
condition.
f) Free movement of the breaker truck in each cubicle of
interchangeability of breaker trucks shall be checked before final fixing
of cubicles.

8.0 ERECTION OF EARTING SYSTEM


The contractor shall submit earthing layout, equipment-earthing details
for approval as per IS3043. Provide tow nos. earth pits for transformer
neutrals, two earth pits for transformer body as per IS 3043.The entire
earthing system shall be carried out in-line with the specification and as
per the Engineer-in-Chief.
The entire earthing of substation shall be carried out in-line with the
specification as per the approval drawings.
4.5 FIELD TESTING & COMMISSIONING
4.5.1 SCOPE
This part of the specification covers the guidelines for testing and
commissioning at site of all outdoor and indoor electrical equipment
covered in this package.
4.5.2 STANDARDS
The testing & commissioning covered by this specification shall comply
with the requirements of the latest editions of Indian Standards/
regulations.
4.5.3 GENERAL
Tests as detailed shall be carried out in the field prior to commissioning
tests to demonstrate that the equipment’s performance guarantees are
met, equipment are properly installed, correctly adjusted and suitable for
commercial operation.
Tests shall include those specified and any other necessary to
demonstrate compliance with the specification.
All testing kits/ instruments used by the successful bidder shall be
calibrated prior to commencement of the tests and the calibration
certificate to be produced to the Engineer-in-charge at site.
All other equipment/ instrument required for testing etc shall be made
available by the executing agency.

Contractor Witness Divisional Engineer


93

GENERAL CONDITIONS FOR MAINTENANCE

STREET LIGHT AND PARK LIGHT SERVICES


The operation and upkeep of various services shall be started
immediately after the completion of the work. However, the completion time for
operation and maintenance of Street Light Services shall be considered after 5 years of
completion of defect liability period.

GENERAL CONDITIONS
The running and maintenance of street light/ park lights at the agreed rates shall
include:-
1. The agency, besides registration of complaints of the Public, will keep regular
night patrolling and report regarding non-functional points shall be submitted to
the DE/SDE in charge on next morning.
2. The agency will submit complaint reports along with position of non functional
points, on fifteenth & last day of every month.
3. The agency will ensure that minimum 90% of the points shall be functional
every night.
4. The agency will ensure that no street light point to remain non-functional for
more than 48 hours failing which a penalty @ Rs 10/- per point per day shall get
levied automatically. However, in case of failure of electricity supply/system of
PSPCL, the points shall not be considered as off points and no penalty shall be
imposed for this reason.
5. The agency shall be required to paint poles brackets/ junction boxes, concrete
collars once every year.
6. The cost of tools and tackles, material labour etc. required for maintenance shall
be borne by the maintenance contractual agency.
7. All replacements of damaged, stolen poles brackets, fittings, cables switch gear
etc. shall be carried out by the agency as its own level expanses.
8. Contractual agency shall be responsible for switching on/switching off the street
lighting system and maintain a schedule showing such timing as decided by the
DE in charge of GMADA. In case the agency fails to maintain scheduled timing,
Contractor Witness Divisional Engineer
94

the additional energy consumption on the basis of additional timing will be


payable by the contractual agency and as such will be recovered from their dues.
This however, will not include the energy consumption due to maintenance of
the system during day times.
9. In the event of any street light point being abandoned for any reason or is
required to be disconnected/ dismantled, the material thus dismantled shall be
returned to GMADA stores as directed by DE in charge.
10. In case agency fails to restore a particular street point up till 7 days GMADA
shall be liberty to get the point set right. The expenditure thus incurred however,
shall be recovered from the pending dues of the agency besides penalty amount
calculated as per provisions of agreement and per caluse (v) above.
11. The agency will ensure that no where any naked joints shall be left uncovered
anywhere in the vicinity. In case of any accident, it will be the sole responsibility
of the agency.
12. Location plan specifying there on the identification of street light, shall be
displayed in the maintenance office by the agency.

Contractor Witness Divisional Engineer


95

LIST OF APPROVED MAKES OF MATERIAL FOR ELECTRICAL WORKS

Sr. Description of Item Make


No.
1 PRE FEBRICATED AREVA, SCHNEIDER, ABB, SIEMEN
SECONDARY
SUB-STATION (PSS)
2 11 KV RING MAIN UNIT AREVA, SCHNEIDER, ABB, SIEMEN
(RMU)
3 TRANSFORMER AMSON,DANISH,KOTSONS,
NUCON, IVL,JAYBEE(BTI)
4 H.T SWITCHGEARS AREVA, SCHNEIDER, ABB, SIEMEN
5 L.T SWITCHGEARS L&T, ABB, SCHNEIDER
6 FEEDER PILLAR TYPE TESTED AT CPRI BHOPAL
7 H.T CABLES HAVELLS,ALCON, ECKO, POLYCAB,
RALISON, KEI
8 L.T. CABLES HAVELLS, UNIVERSAL, RPG, CCI,
POLYCAB, RALISON, KEI
9 HDPE PIPE GEMINI, DURALINE, REX
10 OCTAGONAL POLE BAJAJ,VALMONT, BPP, ,
TRANSRAIL,UTKARSH.
11 STREET LIGHT FITTINGS & PHILIPS, GE, BAJAJ, SCHREDER
LAMPS
12 HEAT SHRINKABLE CABLE RAYCHEM, 3M, DENSION
END TERMINATIONS
13 GI PIPE BRACKET JINDAL, TATA, SWASTIK,SURYA
PARKASH
14 SHEET METAL SWITCHES SIEMENS(BETA GUARD MINIGARD),
LEGRAND (EKINOXE), SCHNEIDER(NEO
BREAK), L&T (HAGER VISION+)
15 MINIATURE CIRCUIT LEGRAND, SIEMENS, SCHEIDER, L&T
BREAKERS HAGER, ABB
16 EARTH LEAKAGE CIRCUIT LEGRAND, SIEMENS, SCHEIDER, L&T
BREAKERS HAGER, ABB
17 MOULDED CASE CIRCUIT L&T, SIEMENS, SCHEIDER, ABB
BREAKER (WITH ROTARY
HANDLE)

Contractor Witness Divisional Engineer


96

18 MCB DISTRIBUTION LEGRAND, SIEMENS, SCHEIDER, L&T


BOARD HAGER, ABB

19 HRC FUSES L&T, SIEMENS, SCHEIDER


20 415 V AIR CIRCUIT L&T, SIEMENS, SCHEIDER, LEGRAND
BREAKERS

21 PROTECTIVE RELAYS/IDMT L&T,SCHEIDER, ABB, AREVA


RELAYS
22 APFC RELAYS ENERCON, L&T, SCHNEIDER, SIEMENS,
(MICROPROCESSOR) NEPTUNE-DUCATI

23 MV CONTACTORS, TIMER L&T, SIEMENS, SCHEIDER,


(SOLID STATE)

24 CABLE LUGS (TINNED DOWELLS, JAINSON


COPPER)
25 CABLE COMPRESSION PEECO, COMET
GLANDS
26 11 KV VACUUM CIRCUIT SIEMENS, ABB, AREVA
BREAKERS
27 METERS DIGITAL L&T RISHAB, AE, SIEMENS, ENERCON

28 TRIVECTOR METER/KWH SECURE, L&T, CONZERV


METER
29 TIMER DIGITAL THEBEN/ASTRO/L&T/SHNEIDER
30 HT-CT, PT, METER SCHNEIDER, KAPPA, JYOTI, CROMPTON,
SIEMENS, PRAGATI

31 SELECTOR SWITCHES KAYCEE, L&T SAZLER, AE


32 INDICATION LAMP(LED L&T, TECHNIC, AE, SEIMENTS,
TYPE) SCHNEIDER

33 CABLE JOINT RAYCHEM, 3M, DENSON


34 INDOOR TYPE ON LOAD MEI, ISOTECH(INDIA) PVT LTD., AREVA,
AIR BREAK SWITCH SEIMENTS,

35 RUBBER FLOOR MAT 11 KV SYNTAX, TYCOON ISI MARKED


(ISI)
36 CHANGEOVER SWITCH HPL (SOCOMAC), L&T, POWER PLUG,
ZUCCHINI (LEGRAND), CONTROL &
SWITCHGEAR

Contractor Witness Divisional Engineer


97

37 AIR INSULATED BUS DUCT ADLEC, ZETA, ADVANCE PANELS &


SWITCH GEARS PVT. LTD. (NARELA),
C&S

NOTE:
1 Any makes not covered in the above list will be referred in the
DNIT/Technical estimates.
2 In case any material is not covered in the above list or in the DNIT/
technical estimates, the same shall be got approved from the chief
engineer GMADA before procurement of the same.
3 The material to be procured are generally inspected by the technical staff
at the manufacturers premises hence no material should be brought at
site without inspection/ waiver of inspection etc issued by the Engineer in
charge.

Contractor Witness Divisional Engineer


98

SECTION 6

MODEL RULES FOR THE PROTECTION OF


HEALTH AND SANITARY ARRANGEMENTS FOR
WORKERS

MODEL RULES FOR THE PROTECTION OF HEALTH AND

Contractor Witness Divisional Engineer


99

SANITARY ARRANGEMENTS FOR WORKERS

1. APPLICATION
These rules shall apply to all buildings and construction works in which twenty or more workers are
ordinarily employed or are proposed to be employed in any day during the period during which the
contract work is in progress.
2. DEFINITION
Work place means a place where twenty or more workers are ordinarily employed in connection
with construction work on any day during the period during which the contract work is in progress.
3. FIRST-AID FACILITIES
i) At every work place there shall be provided and maintained, so as to be easily accessible
during working hours, first-aid boxes at the rate of not less than one box for 150 contract
labour or part thereof ordinarily employed.
ii) The first-aid box shall be distinctly marked with a red cross on white back ground and shall
contain the following equipment:-
a) For work places in which the number of contract labour employed does not exceed
50- Each first-aid box shall contain the following equipments :-
1. 6 small sterilized dressings.
2. 3 medium size sterilized dressings.
3. 3 large size sterilized dressings.
4. 3 large sterilized burn dressings.
5. 1 (30 ml.) bottle containing a two per cent alcoholic solution of iodine.
6. 1 (30 ml.) bottle containing salvolatile having the dose and mode of
administration indicated on the label.
7. 1 snakebite lancet.
8. 1 (30 gms.) bottle of potassium permanganate crystals.
9. 1 pair scissors.
10. 1 copy of the first-aid leaflet issued by the Director General, Factory Advice
Service and Labour Institutes, Government of India.
11. 1 bottle containing 100 tablets (each of 5 gms.) of aspirin.
12. Ointment for burns.
13. A bottle of suitable surgical antiseptic solution.

b) For work places in which the number of contract labour exceed 50,
each first-aid box shall contain the following equipments.
1. 12 small sterilized dressings.
2. 6 medium size sterilized dressings.

Contractor Witness Divisional Engineer


100

3. 6 large size sterilized dressings.


4. (15 gms.) packets sterilized cotton wool.
5. 1 (60 ml.) bottle containing a two per cent alcoholic solution iodine.
6. 1 (60 ml.) bottle containing salvolatile having the dose and mode of
administration indicated on the label.
7. 1 roll of adhesive plaster.
8. 1 snake bite lancet.
9. 1 (30 gms.) bottle of potassium permanganate crystals.
10. 1 pair scissors.
11. 1 copy of the first-aid leaflet issued by the Director General Factory Advice
Service and Labour Institutes /Government of India.
12. A bottle containing 100 tablets (each of 5 gms.) of aspirin.
13. Ointment for burns.
14. A bottle of suitable surgical antiseptic solution.
iii) Adequate arrangements shall be made for immediate recoupment of the equipment when
necessary.
iv) Nothing except the prescribed contents shall be kept in the First-aid box.
v) The first-aid box shall be kept in charge of a responsible person who shall always be readily
available during the working hours of the work place.
vi) A person in charge of the First-aid box shall be a person trained in First-aid treatment, in the
work places where the number of contract labour employed is 150 or more.
vii) In work places where the number of contract labour employed is 500 or more and hospital
facilities are not available within easy distance from the works. First-aid posts shall be
established and run by a trained compounder. The compounder shall be on duty and shall be
available at all hours when the workers are at work.
viii) Where work places are situated in places which are not towns or cities, a suitable motor
transport shall be kept readily available to carry injured person or person suddenly taken ill to
the nearest hospital.
4. DRINKING WATER
i) In every work place, there shall be provided and maintained at suitable places, easily
accessible to labour, a sufficient supply of cold water fit for drinking.
ii) Where drinking water is obtained from an Intermittent public water supply, each work place
shall be provided with storage where such drinking water shall be stored.
iii) Every water supply or storage shall be at a distance of not less than 50 feet from any latrine
drain or other source of pollution. Where water has to be drawn from an existing well which
is within such proximity of latrine, drain or any other source of pollution, the well shall be
properly chlorinated before water is drawn form it for drinking. All such wells shall be
entirely closed in and be provided with a trap door which shall be dust and waterproof.
iv) A reliable pump shall be fitted to each covered well, the trap door shall be kept locked and
opened only for cleaning or inspection which shall be done at least once a month.

Contractor Witness Divisional Engineer


101

5. WASHING FACILITIES
i) In every work place adequate and suitable facilities for washing shall be provided and
maintained for the use of contract labour employed therein.
ii) Separate and adequate cleaning facilities shall be provided for the use of male and female
workers.
iii) Such facilities shall be conveniently accessible and shall be kept in clean and hygienic
condition.
6. LATRINES AND URINALS
i) Latrines shall be provided in every work place on the following scale namely :-
a) Where female are employed there shall be at least one latrine for every 25 females.
b) Where males are employed, there shall be at least one latrine for every 25 males.
Provided that where the number of males or females exceeds 100, it shall be
sufficient if there is one latrine for 25 males or females as the case may be up to the
first 100, and one for every 50 thereafter.
ii) Every latrine shall be under cover and so partitioned off as to secure privacy, and shall
have a proper door and fastenings.
iii) Construction of latrines : The inside walls shall be constructed of masonry or some suitable
heat-resisting nonabsorbent materials and shall be cement washed inside and outside at
least once a year, Latrines shall not be of a standard lower than borehole system.
iv) a) Where workers of both sexes are employed, there shall be displayed outside each
block of latrine and urinal, a notice in the language understood by the majority of
the workers "For Men only" or "For Women Only" as the case may be.
b) The notice shall also bear the figure of a man or of a woman, as the case may be.
v) There shall be at least one urinal for male workers up to 50 and one for female workers up to
fifty employed at a time, provided that where the number of male or female workmen, as the
case may be exceeds 500, it shall be sufficient if there is one urinal for every 50 males or
females up to the first 500 and one for every 100 or part thereafter.
vi) a) The latrines and urinals shall be adequately lighted and shall be maintained in a clean
and sanitary condition at all times.
b) Latrines and urinals other than those connected with a flush sewage system shall comply
with the requirements of the Public Health Authorities.
vii) Water shall be provided by means of tap or otherwise so as to be conveniently accessible in
or near the latrines and urinals.
viii) Disposal of excreta: - Unless otherwise arranged for by the local sanitary authority,
arrangements for proper disposal of excreta by incineration at the work place shall be made
by means of a suitable incinerator. Alternately excreta may be disposed of by putting a layer
of night soil at the bottom of a pucca tank prepared for the purpose and covering it with a 15
cm. layer of waste or refuse and then covering it with a layer of earth for a fortnight (when it
will turn to manure).

Contractor Witness Divisional Engineer


102

(ix) The contractor shall at his own expense, carry out all instructions issued to him by the
Employer to effect proper disposal of night soil and other conservancy work in respect of the
contractor's workmen or employees on the site. The contractor shall be responsible for
payment of any charges which may be levied by Municipal or Cantonment Authority for
execution of such on his behalf.
7. PROVISION OF SHELTER DURING REST
At every place there shall be provided, free of cost, four suitable sheds, two for meals and the other
two for rest separately for the use of men and women labour. The height of each shelter shall not be
less than 3 metres (10 ft.) from the floor level to the lowest part of the roof. These shall be kept
clean and the space provided shall be on the basis of 0.6 sq.m. (6 sft) per head.
Provided that the Employer may permit subject to his satisfaction, a portion of the building under
construction or other alternative accommodation to be used for the purpose.
8. CRECHES
i) At every work place, at which 20 or more women worker are ordinarily employed, there shall
be provided two rooms of reasonable dimensions for the use of their children under the age of
six years. One room shall be used as a play room for the children and the other as their
bedroom.
ii) The rooms shall be provided with suitable and sufficient openings for light and ventilation.
There shall be adequate provision of sweepers to keep the places clean.
iii) The contractor shall supply adequate number of toys and games in the play room and
sufficient number of cots and beddings in the bed room.
iv) The contractor shall provide one ayaa to look after the children in the creche when the
number of women workers does not exceed 50 and two when the number of women workers
exceed 50.
v) The use of the rooms earmarked as creches shall be restricted to children, their attendants and
mothers of the children.
9. CANTEENS
i) In every work place where the work regarding the employment of contract labour is likely to
continue for six months and where in contract labour numbering one hundred or more are
ordinarily employed, an adequate canteen shall be provided by the contractor for the use of
such contract labour.
ii) The canteen shall be maintained by the contractor in an efficient manner.
iii) The canteen shall consist of at least a dining hall, kitchen, storeroom, pantry and washing
places separately for workers and utensils.
iv) The canteen shall be sufficiently lighted at all times when any person has access to it.
v) The floor shall be made of smooth and impervious materials and inside walls shall be lime-
washed or colour washed at least once in each year.
Provided that the inside walls of the kitchen shall be lime-washed every four months.
vi) The premises of the canteen shall be maintained in a clean and sanitary condition.
vii) Waste water shall be carried away in suitable covered drains and shall not be allowed to
accumulate so as to cause a nuisance.
viii) Suitable arrangements shall be made for the collection and disposal of garbage.
ix) The dining hall shall accommodate at a time 30 per cent of the contract labour working at a
time.
x) The floor area of the dining hall, excluding the area occupied by the service counter and any
furniture except tables and chairs shall not be less than one square meter (10 sft) per diner to
be accommodated as prescribed in sub-Rule 9.
xi) a) A portion of the dining hall and service counter shall be partitioned off and reserved
for women workers in proportion to their number.

Contractor Witness Divisional Engineer


103

b) Washing places for women shall be separate and screened to secure privacy.
xii) Sufficient tables stools, chair or benches shall be available for the number of diners to be
accommodated as prescribed in sub-Rule 9.
xiii) a) 1. There shall be provided and maintained sufficient utensils crockery, furniture
and any other equipments necessary for the efficient running of the
canteen.
2. The furniture utensils and other equipment shall be maintained in a clean
and hygienic condition.
b) 1. Suitable clean clothes for the employees serving in the canteen shall be
provided and maintained.
2. A service counter, if provided, shall have top of smooth and impervious
material.
3. Suitable facilities including an adequate supply of hot water shall be
provided for the cleaning of utensils and equipments.
xiv) The food stuffs and other items to be served in the canteen shall be in conformity with the
normal habits of the contract labour.
xv) The charges for food stuffs, beverages and any other items served in the canteen shall be
based on 'No profit, No loss' and shall be conspicuously displayed in the canteen.
xvi) In arriving at the price of foodstuffs, and other article served in the canteen, the following
items shall not be taken into consideration as expenditure namely:-
a) The rent of land and building.
b) The depreciation and maintenance charges for the building and equipments
provided for the canteen.
c) The cost of purchase, repairs and replacement of equipments including furniture,
crockery, cutlery and utensils.
d) The water charges and other charges incurred for lighting and ventilation.
e) The interest and amounts spent on the provision and maintenance of equipments
provided for the canteen.
xvii) The accounts pertaining to the canteen shall be audited once every 12 months by registered
accountants and auditors.
10. ANTI-MALARIAL PRECAUTIONS
The contractor shall at his own expense, conform to all anti-malarial instructions given to him by
the Employer including the filling up of any borrow pits which may have been dug by him.
The above rules shall be incorporated in the contracts and in notices inviting tenders and shall
from an integral part of the contracts.
11. AMENDMENTS
Government may, from time to time, add to or amend these rules and issue directions - it may
consider necessary for the purpose of removing any difficulty which may arise in the
administration thereof.

Contractor Witness Divisional Engineer


104

SECTION 7

CONTRACTORS’ LABOUR REGULATIONS

Contractor Witness Divisional Engineer


105

PUNJAB (I) PUBLIC WORKS DEPARTMENT "CONTRACTORS LABOUR


REGULATIONS

1. SHORT TITLE
These regulations may be called Punjab (I) Public Works Department Contractor's Labour
regulations.
2. DEFINITION IN THE REGULATIONS
Unless otherwise expressed or indicated the following word and expressions shall have the
meaning here by assigned to the respectively that is to say.
(i) "LABOUR" mean workers employed by GMADA Contractor directly or indirectly
through a Sub-Contractor or other person or by an agent on his behalf.
(ii) "FAIR WAGES" means wages whether for time or piece work notified at the time of
inviting tenders for the work and where such wages have not been notified, the wages
prescribed by the Punjab (I) Works Department for in which the work is done.
(iii) Contractor shall include every person whether a sub-contractor or headman or agent
employing labour on the works taken on contract.
(iv) "WAGES" shall have the same meaning as defined in the payment of Wages Act, 1936
and include times and rates wages.
3. DISPLAY OF NOTICES, REGARDING WAGES, ETC.
The contractor shall before the commences his work on contract, display and correctly maintain
and continue to display and correctly maintain in a clean and legible conditions in conscious
place on the work, notices in English and in the local Indian languages spoken by the majority of
the workers giving the fair wages notified or prescribed by the Punjab (I) Public Work
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 directly.
2. All wages shall be paid in current or currency or both.
5. FIXATION OF WAGES PERIOD
1. The contractor shall fix wages periods in respect of which the wages shall be payable.
2. No wage period shall exceed one month.
3. Wages of every workman employed on the contract shall be paid before expiry of ten
days after the last day of the wage period in respect of which the wages are payable.
4. When the employment of any worker is terminated by on behalf of the contractor, the
wages earned by him shall be paid before the expiry of the day succeeding one on which
his employment is terminated.
5. all payments of wages shall be made on working day.

6. WAGES BOOK AND WAGE SLIPS etc.


1. a). The contractor shall maintain wages book of each worker in such form as may be
convenient but the same shall include the following particulars.

Contractor Witness Divisional Engineer


106

b). Rate of daily or monthly wages.


c). Nature of work on which employed.
d). Total number of days worked during each wages period.
e) Total amount payable for the work during each wage period.
f) All deduction made from the wages with an indication in each cases of the ground for
which the deduction is made.
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 and exemption from the
maintenance of wage book and wage slips to a contractor who in his opinion may not
directly or indirectly employ more than 100 persons on the work.

7. FINES AND DEDUCTION WHICH MAY BE MADE FROM WAGES


The wages of a worker shall be paid to him without any deduction of any kind except following:
(a) Fines
(b) Deductions for absence from duty i.e. from the place or places
where by the terms of his employment, he is required the work the amount of deduction
shall be in proportion to the period which he was absent.
(c) Deductions for damages to or loss of goods expressly entrusted to the employed person
for custody or for loss of money for which he is required to account, where such damage
or loss is directly attributable to his neglect or default.
(d) (i) Any other deductions which the P.W.D. may from time to time allow.
(ii) No fine shall be imposed on a worker and no deduction for damage or loss shall be
made from his wages until the worker has been given an opportunity of showing cause
against such fines or deduction.

8. REPORT OF LABOUR WELFARE OFFICER:


The Labour Welfare Officer or any other person authorized as aforesaid shall submit a report of
the results of his investigations or enquiry to the Divisional-Engineer concerned, indicating the
extent, if any, to which the default has been committed and the amount of fine recoverable in
respect of the act of omission and commission of the labourer with a note that necessary
deduction from the contractor will made and the wages and other dues be paid to the labourers
concerned.

9 APPEALS AGAINST THE DECISION OF LABOUR WELFARE OFFICER;


Any person aggrieved by the decision and recommendation of Labour Welfare Officer person so
authorised 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.
12 a No party shall be allowed to be represented by a lawyer during any investigation enquiry
appeal or any other proceeding under these regulations.

Contractor Witness Divisional Engineer


107

10. INSPECTION OF REGISTER


The Contractor shall allow inspection of Wage and Wage slips to any of his worker or to his
agent at a convenient time and place after due notice is received by the Punjab (1) Government
on his behalf.

11. SUBMISSION OF RETURNS


The Contractor shall submit periodical returns as may be specified from time to time.

12. AMENDMENTS
The Punjab (1) Government may from time to time add or amend these regulations. The decision
of the labour Commissioner Punjab (1) Government in the behalf shall be final.
(a) The contractor shall pay not less than fair wage to laborers engaged by him on the work,
Fair wage means wage whether for time to piece work notified, at the time of inviting
tender for the work and where such wages have not been so notified, the wages prescribed
by the public Works. Department Building and Roads Branch Punjab (1) for the district in
which the work is done.
(b) The Contractor shall not withstanding the provision of any agreement to the contract
caused to be paid fair wage to labourers indirectly engaged on the work, including any
labour engaged by his sub-contractors in connection with the said word as if the labourers
had been directly employed by him.
(c) In respect of all labour directly or indirectly employed on the work for the performance of
the contractor's part of this agreement the contractor shall comply with or cease to be
complied with the Punjab (1) Public Works Deptt. Contractor's Labour Regulations made
by Govt. from time to time in regard to payment of Wages, Wage period, Deduction from
wages, recovery of wages not paid and deductions unauthorizedly made intendancy of
wage book, wage slips, publication of wages and other terms of employment, inspection
and submission of periodical returns and all other matters of alike nature.
(d) The Divisional Engineer or Sub Division Engineer concerned shall have the right to
deduct from the moneys due to the Contractor any sum required or estimated to be
required for making good the loss suffered by a worker or workers by reason of non-
fulfillment of the conditions of the contract from benefit of the workers, non payment of
wages deductions made from his or their ages, which are not justified by the terms of the
contract of the regulations referred to in clause (c) above.
(e) Vis-à-vis the Punjab (1) Government the contractor shall be primarily liable of all
payment to be made under and for the observation of the regulations aforesaid without
prejudice to his right to claim indemnity from his sub contractors.
(f) The regulation aforesaid shall be deemed to be part to his contractor and any breach
thereof shall be deemed to be breach of his contract.

Contractor Witness Divisional Engineer


108

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO


ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION
WORKS

a) Workmen Compensation Act 1923 : The act provides for compensation in case of injury by
accident arising out of and of course of employment.

b) Payment of Gratuity Act 1972 : Gratuity is payable to an employee under the Act on satisfaction
of certain conditions on separation if any employee has completed 5 years service or more, on
death, the rate of 15 days wages for every completed year of service. The act is applicable to
establishments employing 10 or more employees.

c) Employees PF and Misc. Provision Act 1952 – The Act provides for monthly contributes by the
employer plus workers @ 10% or 8.33% The benefits payable under the Act are :
i) Pension or family pension on retirement or death, as the case may be.
ii) Deposit linked insurance on the death in harness of the worker.
iii) Payment of P.F. accumulation on retirement/death etc.

d) Maternity Benefit Act 1951 : This act provides for leave and some other benefits to women
employees in case of confinement or miscarriage etc.

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

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

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

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

i) Payment of Bonus Act 1965: The act is applicable to all establishments employing 20 or more
employees. The act provides for payments of annual bonus subject to a minimum 8.33% of wages
and maximum 20% of wages to employees drawing Rs. 3500/- per month or less. The bonus is to
be paid to employees getting Rs. 2500/- per month or above upto Rs. 3500/- per month shall be
worked out by taking wages as Rs. 2500/- per month only. The act does not apply to certain
establishments. The newly set-up establishments are exempted for five years in certain
circumstances. Some of the State Governments have reduced the employment size from 20 to 10
for the purpose of applicability of this Act.

Contractor Witness Divisional Engineer


109

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

k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments


employing 100 or more workmen (employment size reduced by some of the State and Central
Government to 50 ) The act provides for laying down rules governing the conditions of
employment by the Employer on matters provided in the Act and get the same certified by the
designated Authority.

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

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

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

o) The Building and Other Construction Workers (Regulation of Employment and Conditions
of Service) Act 1996 and the Cess Act of 1996 :- All the establishments who carry on any
building or other construction work and employs 10 or more workers are covered under this act.
All such establishments are required to pay cess at the rate no exceeding 25 of the cost of
construction as may be modified by the Government. The Employer of the establishment is
required to provide safety measures at the building or construction work and other welfare
measures, such as Canteens, First Aid facilities, Ambulance, Housing accommodations for workers
near the work place etc. The Employer to whom the Act applies has to obtain a registration
certificate from the Registering Officer appointed by the Government.

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

Contractor Witness Divisional Engineer


110

SECTION 8

FORM OF BID
[The Specimen Form is given hereunder. It shall be devised judiciously keeping in view the
nature of work and type of Contract]

Contractor Witness Divisional Engineer


111

FORM OF BID

Description of Work: Development of Land including civil, public Health and


Electrical work at Ecocity (Phase-2), New Chandigarh,
Mullanpur, S.A.S Nagar including five years maintenance

BID 4690-4703 dated 18.11.2016

To :………………………………………………
………………………………………………
……………………………………………..

Address : ……………………………………………..
……………………………………………..
……………………………………………..
1. We offer to execute the works described above and remedy any defects therein and carry out the
routine maintenance in conformity with the conditions of Contract, specification, drawings, Bill
of Quantities and Addenda for the sum (s) of
____________________________________________________________________
____________________________________________________________________
2. We undertake if our Bid is accepted to commence the works as soon as is reasonably possible
after the receipt of the Engineer’s notice to commence, and to complete the whole of the works
comprised of the works comprised in the contract within the time stated in the document.
3. We agree to abide by this Bid for the period of 120 days from the date fixed for receiving the
same, and it shall remain binding upon us and may be accepted at any time before the expiration
of that period.
4. Unless and until a formal agreement is prepared and executed this Bid together with your written
acceptance thereof, shall constitute a binding contract between us.
5. We understand that you are not bound to accept the lowest or any tender you may receive.

Dated this ______________________________ day of ______________________________200

Signature ___________________________ In the capacity of __________________________


duly authorized to sign bids for and on behalf of __________________________________
(in Block capitals or typed)

Address ____________________________________________________________________

Witness ____________________________________________________________________

Address ____________________________________________________________________

Occupation ____________________________________________________________________

Contractor Witness Divisional Engineer


112

SECTION 9

BILL OF QUANTITIES
[Alternately, for Lump Sum Contracts, SCHEDULES OF PAYMENT & VARIATIONS]

Contractor Witness Divisional Engineer


113

[This Section shall be tailored judiciously to suit the type of Contract i.e. Item Rate/ Percentage
Rate/Lump Sum Contract etc. Only a specimen/sample form is given hereunder]

BILL OF QUANTITIES

PREAMBLE

1. The bill of quantities shall be read in conjunction, with the instructions to Bidders, Conditions of
Contract, Technical Specifications and Drawings.
2. The quantities given in the Bill of Quantities are estimated and provisional, and are given to
provide a common basis for bidding. The basis of payment will be the actual quantities of work
ordered and carried out, as measured by the Contractor and verified by the Engineer and valued
at the rates and prices tendered in the priced Bill of Quantities, where applicable and other wise
at such rates and prices as the Engineer may fix within the terms of the Contract.
3. The rates and prices tendered in the priced Bill of Quantities shall, except in so far as it is
otherwise provided under the Contract, include all constructional plant, labour, supervision,
materials, erection, maintenance, insurance, profit, taxes and duties, together with all general
risks liabilities and obligations set out or implied in the Contract.
4. The rates and prices shall be quoted entirely in Indian Currency.
5. A rate or price shall be entered against each item in the Bill of Quantities, whether quantities are
stated or not. The cost of items against which the Contractor has failed to enter a rate or price
shall be deemed to be covered by other rates and prices entered in the Bill of Quantities.
6. The whole cost of complying with the provisions of the Contract shall be included in the items
provided in the priced Bill of Quantities, and where no items are provided the cost shall be
deemed to be distributed among the rates and prices entered for the related items of work.
7. General directions and descriptions of work and materials are not necessarily repeated or
summarized in the Bill of Quantities. References to the relevant sections of the contract
documentation shall be made before entering rates or prices against each item in the Bill of
quantities.
8. The method of measurement of completed work for payment shall be in accordance with
MORT&H specification for Road and Bridge works, 2001 (4th revisions)
9. Deleted.
10. Rock is defined as all materials which in the opinion of the Engineer, require blasting or the use
of metal wedges and sledgehammers, or the use of compressed air drilling for its removal and
which cannot be extracted by ripping with a tractor of at least 150 KW with a single rear
mounted heavy duty ripper.

Contractor Witness Divisional Engineer


114

BILL OF QUANTITIES

Sr.No. Description of Quantity Unit Rate (Rs.) Amount (Rs.)


item.
In figures In words

----Attached----

Notes:
1. Items for which no rate or price is entered by the bidder will not be paid for by the Employer
when executed and shall be deemed covered by the other rates and prices in the Bill of
Quantities. (Refer ITB Clause 13.2 and GCC Clause 40.2).
2. Deleted
3. Deleted
4. Deleted

Contractor Witness Divisional Engineer


115

SCHEDULE OF PAYMENT (S-I)

PREAMBLE

1. The Schedule of Payment shall be read in conjunction, with the instructions to Bidders,
Conditions of Contract, Technical Specifications and Drawings.

2. The method of measurement of completed work for payment shall be in accordance with
MORT&H specification for Road and Bridge works, 2001 (4th revisions).& Punjab P.W.D.
Specifications with latest amendments.

3. In case a particular item mentioned in this schedule is not fully completed, payments on prorate
basis shall be allowed.

4. The percentage as provided in this schedule for payment to the Contractor can be further split up
into smaller components, as approved by the Engineer.

Contractor Witness Divisional Engineer


116

SECTION 10

SECURITIES AND OTHER FORMS


[The Forms given here are of Specimens. These shall be devised judiciously keeping in view
the nature of work and type of Contract]

Contractor Witness Divisional Engineer


117

BID SECURITY (BANK GUARANTEE)

WHEREAS___________________________[name of Bidder] (hereinafter called “the Bidder”) has


submitted his Bid dated__________[date] for the construction of ________________ [name of Contract
hereinafter called “the Bid”].
KNOW ALL PEOPLE by these presents that We____________________________________ [name of
Bank] of_______________________[name of country] having our registered office
at_______________________(hereinafter called “the Bank”) are bound
unto__________________________[name of Employer] (hereinafter called “the Employer”) in the sum
of____________________* for which payment well and truly to be made to the said Employer the Bank
itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this________day of________20___

THE CONDITIONS of this obligation are:


(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in
the Form of Bid;
OR
(2) If the Bidder having been notified to the acceptance of his bid by the Employer during the period
of Bid validity:
(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions
to Bidders, if required; or
(b) fails or refuses to furnish the Performance Security, in accordance with the Instructions
to Bidders; or
(c) does not accept the correction of the Bid Price pursuant to Clause 26.
We undertake to pay to the Employer up to the above amount upon receipt of his first written
demand, without the Employer having to substantiate his demand, provided that in his demand the
Employer will not that the amount claimed by him is due to him owning to the occurrence of one or any of
the three conditions, specifying the occurred condition or conditions.

The Guarantee will remain in force upto and including the date___________** day after the
deadline for submission of Bids as such dead line is stated in the Instructions to Bidders or as it may be
extended by the Employer, notice of which extensions(s) to the Bank is hereby waived. Any demand in
respect of this guarantee should reach the Bank not later than the above date.

DATE____________________ SIGNATURE___________________

WITNESS_________________ SEAL_________________________
(Signature, name and address).

* The Bidder should insert the amount of the guarantee in words and figures denominated in Indian
Rupees. This figure should be the same as shown in Clause 16.1 of the Instructions to Bidders.

** 45 days after the end of the validity period of the Bid. Date should be inserted by the Employer
before the Bidding documents are issued.

Contractor Witness Divisional Engineer


118

PERFORMANCE BANK GUARANTEE

To,

________________________________________________-(Name of the Engineer)


_______________________________________________ (address of the Engineer)

WHEREAS __________________ (name and address of Contractor) (hereinafter called “The

Contractor) has undertaken an pursuance of Contract No ________________ dated

_____________ to execute ____________________________ (name of Contract and brief

description of works) (hereinafter called “the Contract”)

AND WHEREAS it has been stipulated by you in the said contract that the Contractor shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security
for compliance with the obligation in accordance with the Contract.
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee.
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on
behalf of the Contractor, up to a total of __________________________ (amount of guarantee)
____________ (in words) such sum being payable in the types and proportions of currencies in
which the Contract Price is payable. And we undertake to pay you, upon your first written
demand and without cavil or argument, any sum or sums within the limits of
_____________(amounts of guarantee) as aforesaid without your needing to prove or to show
grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the contractor before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract
or of the works to be performed there under or of any of the contract documents which may be
made between you and the Contractor shall in any way release us from any liability under this
guarantee and we hereby waive notice of any such change, addition of modification.
That Bank Guarantee shall be valid until 28 days from the date of expiry of Defect Liability
period plus maintenance period of 5 years.

Signature and seal of the Guarantor _________________________


Name of Bank __________________________________________
Address ________________________________________________
Dated__________________________________________________

Contractor Witness Divisional Engineer


119

INDENTURE FOR SECURED ADVANCES

FORM 31

(for use in cases in which the contract is for finished work and the contractor has entered into an
agreement for the execution of a certain specified quantity of work in a given time)

This indenture made the ______________ day of ____________, 20____ BETWEEN


________________________(hereinafter called the contractor which expression shall where the context
so admits or implies be deemed to include his executors, administrators and assigns) or the one part and
Employer of the other part.
Whereas by an agreement dated ________________(hereinafter called the said
agreement) the contractor has agreed.
AND WHEREAS the contractor has applied to the Employer that he may be allowed
advanced on the security of materials absolutely belonging to him and brought by him to the site of the
works the subject of the said agreement for use in the construction of such of the works as he has
undertaken to Divisional at rates fixed for the finished work (inclusive of the cost of materials and labour
and other charges)
AND WHEREAS the Employer has agreed to advance to the Contractor the sum of
Rupees ______________________________ on the security of materials the quantities and other
particulars of which are detailed in Accounts of Secured Advances attached to the Running Account bill
for the said works signed by the Contractor on ____ and the Employer has reserved to himself the option
of making any further advance or advances on the security of other materials brought by the Contractor to
the site of the said work.
NOW THIS INDENTURE WITNESSETH that in pursuance of the said agreement and
in consideration of the sum of Rupees ____________ on or before the execution of these presents paid to
the Contractor by the Employer (the receipt where of the Contractor doth hereby acknowledge) and of
such further advances (if any) as may be made to him as a for said the Contractor doth hereby covenant
and agree with the President and declare as follows:
(1) That the said sum of Rupees _________________ so advanced by the Employer to the Contractor as
aforesaid and all or any further sum of sums advanced as aforesaid shall be employed by the
Contractor in or towards expending the execution of the said works and for no other purpose
whatsoever.
(2) That the materials details in the said Account of Secured Advances which have been offered to and
accepted by the Employer as security are absolutely the Contractor’s own propriety and free from
encumbrances of any kind and the contractor will not make any application for or receive a further
advance on the security of materials which are not absolutely his own property and free from
encumbrances of any kind and the Contractor indemnified the Employer against all claims to any
materials in respect of which an advances has be made to him as aforesaid.
(3) That the materials detailed in the said account of Secured Advances and all other materials on the
security of which any further advance or advances may hereafter be made as aforesaid (hereafter
called the said materials) shall be used by the Contractor solely in the execution of the said work in
accordance with the directions of the Engineer.
(4) That the contractor shall make at his own cost all necessary and adequate arrangements for the
proper watch, safe custody and protection against all risks of the said materials and that until used in
construction as aforesaid the said materials shall remain at the site of the said works in the
Contractor’s custody and on his own responsibility and shall at all times b open to inspection by the
Engineer or any officer authorized by him.

Contractor Witness Divisional Engineer


120

In the event of the said materials or any part thereof being stolen, destroyed or damaged or
becoming deteriorated in a greater degree than is due to reasonable use and wear thereof the
Contractor will forthwith replace the same with other materials of like quality or repair and make
good the same required by the Engineer.
(5) That the said materials shall not be any account be removed from the site of the said works except
with the written permission of the Engineer or an officer authorized by him on that behalf.
(6) That the advances shall be repayable in full when or before the Contractor receives payment from
the Employer of the price payable to him for the said works under the terms and provisions of the
said agreement. Provided that if any intermediate payments are made to the Contractor on account
of work done than on the occasion of each such payment the Employer will be a liberty to make a
recovery from the Contractor’s bill for such payment by deducting there from the value of the said
materials than actually used in the construction and in respect of which recovery has not been made
previously, the value for this purpose being determined in respect of each description of materials at
the rates at which the amounts of the advances made under these presents were calculated.
(7) That if the Contractor shall at any time make any default in the performance or observance in any
respect of any of the terms and provisions of the said agreement or of these presents the total amount
of the advance or advances that may still be owing of the Employer shall immediately on the
happening of such default be repayable by the Contractor to be the Employer together with interest
thereon at twelve per cent per annum from the date or respective dates of such advance or advances
to the date of repayment and with all costs, charges, damages and expenses incurred by the
Employer in or for the recovery thereof or the enforcement of this security or otherwise by reason of
the default of the Contractor and the Contractor hereby covenants and agrees wit the Employer to
reply and pay the same respectively to him accordingly.
(8) That the Contractor hereby charges all the said materials with the repayment to the Employer of the
said sum of Rupees __________________ and any further sum of sums advanced as aforesaid and
all costs, charges, damages and expenses payable under these presents PROVIDED ALWAYS and
it is hereby agreed and declared that notwithstanding anything in the said agreement and without
prejudice to the power contained therein if and whenever the covenant for payment and repayment
here-in-before contained shall become enforceable and the money owing shall not be paid in
accordance there with the Employer may at any time thereafter adopt all or any of the following
courses as he may deem best:
a. Seize and utilize the said materials or any part thereof in the completion of the said works on
behalf of the contractor in accordance with the provisions in that behalf contained in the said
agreement debiting the contractor with the actual cost of effecting such completion and the
amount due to the contractor with the value of work done as if he had carried it out in
accordance with the said agreement and at the rates thereby provided. If the balance is
against the contractor, he is to pay same to the Employer on demand.
b. Remove and sell by public auction the seized materials or any part there of and out of the
moneys arising from the sale retain all the sums aforesaid repayable or payable to the
Employer under these presents and pay over the surplus (if any) to the Contractor.
c. Deduct all or any part of the moneys owing out of the security deposit or any sum due to the
Contractor under the said agreement.
(9) That except in the event of such default on the part of the contractor as aforesaid interest on the said
advance shall not be payable.
(10) That in the event of any conflict between the provisions of these presents and the said agreement the
provisions of these presents shall prevail and in the event of any dispute or difference arising over
the construction or effect of these presents the settlement of which has not been here-in-before
expressly provided for the same shall be referred to the Employer whose decision shall be final and
the provision of the Indian Arbitration Act for the time being in force shall apply to any such
reference.

Contractor Witness Divisional Engineer


121

LETTER OF ACCEPTANCE

____________________ (Date)

To,

_____________________________________ (name and address of the contractor)


____________________________________________________________________

Dear Sirs,

This is to certify that your bid dated _____________for execution of the_____________ Name of the
contract and identification number as given in the instructions to the bidders) and routine maintenance of
the works for five years for the contract price of Rupees ______________(________________) (amount
in words and figures) as corrected and modified in accordance with the instructions to bitterest is hereby
accepted by our agency.

We accept/do not accept that________________ be appointed as the adjudicator. You are hereby
requested to furnish performance security, in the form detailed in Para 31.1 of ITB for an amount
equivalent to Rs. _____________within 21 days of this letter of acceptance valid upto 28 days from the
date of expiry of the defect liability period i.e upto and sign the contract failing which action as stated in
Para 31.3 of IR}ITB will be taken

Yours Faithfully,

Authorized Signature
Name of title of security
Name of agency

Delete "corrected and or "and modified " if only one of these actions apples delete as corrected and
modified in accordance with the instructions to bidders, if corrections or modifications have not been
affected.

To be used only if the contractor disagrees in his bid with the adjudicator proposed by the employer in the
instructions of bidders"

Contractor Witness Divisional Engineer


122

AGREEMENT FORM

AGREEMENT

This agreement made the __________Day of __________between ___________(name and


address of Engineer) (hereinafter called "the Engineer ") and (Name and address of contractor) hereinafter
called "the contractor" or the other part.

Whereas the employer is desirous that the contractor execute ____________ (hereinafter called
"the works") and the employer has accepted the bid by the contractor for the execution and completion of
such works and the remedying of any defects therein, at a cost of Rs ...........................................

NOW THIS AGREEMENT WITNESSETH as follows:


1. In this agreement, works and expression shall have the same meanings as are respectively assigned
to them in the conditions of contract (hereinafter referred to and they shall be deemed to form and
be read and constructed as part of this agreement.
2. In consideration of the payments to be made by the Engineer to the contactor as hereinafter
mentioned, the contractor hereby covenants with the Engineer to execute and complete the works
and remedy and defects therein in conformity in all aspects with the provisions of the contract.
3. The Engineer hereby covenants to pay the contractor in consideration of the execution an
completion of the works and the remedying the defects wherein contract price or such other sum as
may become payable under the provisos of the contract at the times and in the manner prescribed
by the contract.
4. The following documents shall be deemed to form and be ready and construed as part of this
agreement Viz.
a) Letter of acceptance
b) Notice to proceed with the works.
c) Contractor's bid
d) Condition of contract: General and special
e) Contract Data
f) Additional Condition
g) Drawings
h) Bill of quantities and
i) Any other documents listed in the contact data as forming part of the contract:

In witnessed whereof the parties there to have caused this agreement to be executed the day and year first
before written

The common seal of ____________________ was hereunto affixed in the presence of :

Signed, sealed and delivered by the said________________________________________

in the presence of :

Binding signature of Engineer (on behalf of Employer) __________________________

Binding Signature of Contractor_________________________________________________

Contractor Witness Divisional Engineer


123

UNDERTAKING

I, the undersigned do hereby undertake that our firm M/S………………………….

........................................................................................................................................agree to

abide by this bid for a period………………………days for the date fixed for receiving the same

and it shall be binding on us and may be accepted at any time before the expiration of that period.

(Signed by the Authorized Person of the Firm)

(Title of the Person)

Contractor Witness Divisional Engineer


124

SECTION 11

DRAWINGS, SITE INVESTIGATION DATA & OTHER


TECHNICAL PLANS

Drawings and other information can be seen in the office of Divisional


Engineer (C-II) GMADA in PUDA Bhawan, 4th Floor SAS Nagar.

Contractor Witness Divisional Engineer


125

SECTION 12

DOCUMENTS TO BE FURNISHED BY BIDDER

Bidders shall upload scanned copy of all the papers i.e. DDs of Earnest
Money, Tender Fee, Processing Fee, Enlistment Certificate, PAN Card,
VAT No., EPF Registration Certificate and other Certificates as required
in the eligibility criteria.

Contractor Witness Divisional Engineer


126

Contractor Witness Divisional Engineer


127

Contractor Witness Divisional Engineer


Contractor Witness Divisional Engineer
DNIT FOR DEVELOPMENT OF LAND INCLUDING CIVIL, PUBLIC HEALTH AND ELECTRICAL
WORK AT ECOCITY (PHASE-2), NEW CHANDIGARH, MULLANPUR, S.A.S NAGAR INCLUDING
FIVE YEARS MAINTENANCE

Sr.No Description Unit Quantity Rate Amount


1 Clearing and grubbing road land including uprooting rank vegetation, Hect. 53.46 17230.65 921150.00
grass, bushes, shrubs, saplings and trees girth up to 300 mm, removal of
stumps of trees cut earlier and disposal of unserviceable materials and
stacking of serviceable material to be used or auctioned, up to a lead of
1000 metres including removal and disposal of top organic soil not
exceeding 150 mm in thickness as per technical clause 201 of MORT&H
specifications In area of light Jungle (By Mechanical Means)
2 Excavation for roadway in soil by mechanical means with dozer Cum 96883.11 53.75 5207467.00
including cutting and pushing earth to embankment site with all lead and
lifts up to 100m including trimming bottom and side slopes as per
technical clause 301 of MORT&H specifications
3 Excavation in Soil (any type) using Hydraulic Excavator CK 90 Cum 96883.11 47.34 4586446.00
Excavation with hydraulic excavator of 0.9 cum bucket capacity
including cutting trimming bottom and side slopes, in accordance with
requirements of lines, grades and cross sections, including all lift and
combind lead up to 60 mtr
4 Construction of embankment with earth obtained from roadway cutting Cum 140915.18 89.79 12652774.00
Contractor Witness Divisional Engineer
or excavation including spreading, grading to required slope and
compacting to meet requirement of table 300-2 as per technical clause
305 of MORT&H specifications
5 Construction of embankment with good quality earth obtained from Cum 114522.37 344 39395695.00
borrow pits non expensive with CBR equal to or more than 7.5% & FSI
nil including compensation of earth, loading, unloading, carriage to site
of work, spreading, grading to required slope and compacting to meet
requirement of table 300-2 as per technical clause 305 of MORT&H
specifications
6 Earth filling under floors with surplus ordinary soil or soil containing Cum 52851.03 42.70 2256739.00
gravel or kankar upto 40% excavated from foundation and taken only
from outside the building plinth in 15 cm layers including ramming,
watering and consolidating lead upto 30 metres.
7 Construction of Granular Sub-Base by providing close graded material Cum 48218.96 1285.04 61963341.00
grading -I, spreading in uniform layers with motor grader on prepared
surface, mixing by mix in place method with rotavator at OMC, and
compacting with vibratory roller to achieve the desired density, complete
as per technical clause 401 of MORT&H specifications Revision 5.
(170mm thick (85+85) for 35 feet, 40 feet & 50 feet wide road, 205mm
thick (105+100) for 60 feet, 80 feet, 100 feet, 150 feet and 164 feet wide
road)
8 Wet Mix Macadam Cum 56945.19 1799.58 102477533.00
Providing, laying, spreading and compacting graded stone aggregate to
wet mix macadam specification including premixing the Material with
water at OMC in mechanical mix plant, carriage from mix plant, laying in
uniform layers with paver in sub- base / base course on well prepared
surface and compacting with vibratory roller to achieve the desired
Contractor Witness Divisional Engineer
density complete as per technical clause 406 of MORT&H specifications
(225mm thick (125+100) for 35 feet, 40 feet & 50 feet wide road, 245mm
thick (125+120) for 60 feet, 80 feet, 100 feet, 150 feet and 164 feet wide
road)
9 Prime Coat @ 0.85kg per sqm Sqm 215333.80 29.76 6408334.00
Providing and applying primer coat with bitumen emulsion SS on
prepared surface of granular base including cleaning of road surface and
spraying primer at the rate of 0.85kg/sqm
10 Tack coat Sqm 430667.59 10.07 4336823.00
Providing and applying tack coat with penetration grade bitumen
emulsion RS using bitumen pressure distributor at the rate of 0.25 kg per
sqm on the prepared bituminous surface/granular surface treated with
prime coat after cleaning the surface complete as per technical clause 503
of MORT&H specifications
11 Dense Graded Bituminous Macadam 50mm to 75mm thickness Cum 10766.68 7891.00 84959872.00
(Grading II)
Providing and laying dense graded bituminous macadam 50mm thick
with batch type HMP using crushed aggregates of specified grading,
premixed with bituminous binder VG-30 @ 4.5%, carriage of mixed
material to site of work, laying with a hydrostatic paver finisher with
sensor control to the required grade, level and alignment,
12 Bituminous Concrete 25 mm to 45mm thickness (Grading II) Cum 5354.48 8854.00 47408566.00
Providing and laying bituminous concrete with batch type hot mix plant
using crushed aggregates of specified grading, premixed with bituminous
binder VG-30 @ 5.4%, laying with a hydrostatic paver finisher with
sensor control to the required grade,level and alignment, rolling with
smooth wheeled, vibratory and tandem rollers to achieve the desired
Contractor Witness Divisional Engineer
compaction complete as per technical clause 509 of MORT&H
specifications. (20mm thick for 35 feet, 40 feet and 50 feet wide road,
25mm thick for 60 feet, 80 feet, 100 feet, 150 feet and 164 feet wide
road)
13 Precast Cement Concrete Channel Plain cement concrete M-20 grade Rmt 29791.60 253.28 7545616.00
precast channel 300mm wide and 75mm thick fixed in position on WMM
base including carriage to site of work complete as per technical clause
408 of MORT&H specifications.

14 Precast Cement Concrete Kerb Plain cement concrete M-20 grade precast Rmt 52941.20 337.07 17844890.00
kerb 250mm high with bottom width 165mm and top width 115mm fixed
in position on WMM base including carriage to site of work complete as
per technical clause 408 of MORT&H specifications.
15 Applying priming coat with cement primer in all shade on newly Sqm 15882.36 20.81 330512.00
plastered or concrete exterior surface
16 Painting two coats excluding priming coat with synthetic enamel paint in Sqm 15882.36 49.48 785859.00
all shades on concrete surface to give an even shade. A) ordinary quality
paint
17 Damp proof course 4 cm thick of cement concrete 1: 2: 4 over toe wall Sqm 2139.40 175.62 375715.00
(without Bitumen).
18 Cautionary Sign board 600x600x600mm triangular as per IRC 67-2012 Each 12.00 3623.85 43486.00
with high intensity microprismatic grade retroreflecting sheeting type XI
as per ASTM O 4956-09 and as per IRC67-2012 fixed over 3mm thick
aluminium composite material (ACM) sheetinghaving aluminium layer
thickness of 0.25 to 0.3mm on both sided and fixing the same with
suitable size aluminium alloy rivets @200 mm c/c to back support frame
of 25x25x3mm angle iron frame supported on a mild steel angle iron
Contractor Witness Divisional Engineer
post 65x65x6mm without cost of definition plate firmly fixed to ground
in foundation concrete M-25 of size 0.45x0.45x0.60m for vertical post
complete as per technical clause 801 of MORT&H specifications. A
10years Pre qualification warranty as per clause 6.9 of IRC 67-2012 for
type XI retro reflective sheeting from manufacturer & a certified copy of
test reports from an indepevdent test laboratory conforming to clause 6.7
of IRC 67-2012 including 3 years outdoor weather exposure report for
the retro reflective sheeting offered shall be submitted.
19 Cautionary Sign board 900x900x900mm triangular as per IRC 67-2012 Each 15.00 5600.00 84000.00
with high intensity microprismatic grade retroreflecting sheeting type XI
as per ASTM O 4956-09 and as per IRC67-2012 fixed over 3mm thick
aluminium composite material (ACM) sheetinghaving aluminium layer
thickness of 0.25 to 0.3mm on both sided and fixing the same with
suitable size aluminium alloy rivets @200 mm c/c to back support frame
of 25x25x3mm angle iron frame supported on a mild steel angle iron
post 65x65x6mm without cost of definition plate firmly fixed to ground
in foundation concrete M-25 of size 0.45x0.45x0.60m for vertical post
complete as per technical clause 801 of MORT&H specifications. A
10years Pre qualification warranty as per clause 6.9 of IRC 67-2012 for
type XI retro reflective sheeting from manufacturer & a certified copy of
test reports from an indepevdent test laboratory conforming to clause 6.7
of IRC 67-2012 including 3 years outdoor weather exposure report for
the retro reflective sheeting offered shall be submitted.
20 Mandatory sign board 900mm circular as per IRC 67-2012 with high intensity Each 15.00 8286.17 124293.00
microprismatic grade retroreflecting sheeting type XI as per ASTM O 4956-09 and as
per IRC67-2012 fixed over 3mm thick aluminium composite material (ACM)
sheetinghaving aluminium layer thickness of 0.25 to 0.3mm on both sided and fixing
the same with suitable size aluminium alloy rivets @200 mm c/c to back support frame
Contractor Witness Divisional Engineer
of 25x25x3mm angle iron frame supported on a mild steel angle iron post 65x65x6mm
without cost of definition plate firmly fixed to ground in foundation concreteM-25 of
size 0.45x0.45x0.60m for vertical post complete as per technical clause 801 of
MORT&H specifications. A 10years Pre qualification warranty as per clause 6.9 of
IRC 67-2012 for type XI retro reflective sheeting from manufacturer & a certified copy
of test reports from an independent test laboratory conforming to clause 6.7 of IRC 67-
2012 including 3 years outdoor weather exposure report for the retro reflective
sheeting offered shall be submitted.
21 Mandatory sign board 600mm circular as per IRC 67-2012 with high intensity Each 36.00 4807.69 173077.00
microprismatic grade retroreflecting sheeting type XI as per ASTM O 4956-09 and as
per IRC67-2012 fixed over 3mm thick aluminium composite material (ACM) sheeting
having aluminium layer thickness of 0.25 to 0.3mm on both sided and fixing the same
with suitable size aluminium alloy rivets @200 mm c/c to back support frame of
25x25x3mm angle iron frame supported on a mild steel angle iron post 65x65x6mm
without cost of definition plate firmly fixed to ground in foundation concreteM-25 of
size 0.45x0.45x0.60m for vertical post complete as per technical clause 801 of
MORT&H specifications. A 10years Pre qualification warranty as per clause 6.9 of
IRC 67-2012 for type XI retro reflective sheeting from manufacturer & a certified copy
of test reports from an indepevdent test laboratory conforming to clause 6.7 of IRC 67-
2012 including 3 years outdoor weather exposure report for the retro reflective
sheeting offered shall be submitted.
22 Definition plate 600X200mm rectangular as per IRC 67 2012 with high intensity Each 36.00 1306.58 47037.00
microprismatic grade retro reflective sheeting type XI as per ASTM C 4956 09 as per
IRC 67-2012 specifications. Fix over 3mm thick Aluminium composite material
(ACM) sheeting having Aluminium thickness of 0.25 to 0.3mm on both sides & fixing
the same with suitable size aluminium alloy rivets @200mm c/c to back support frame
welded with vertical post of sign board complete as per clause 801 of MORT&H
specifications. A 10 years pre qualification warranty as per clause 6.90of IRC 67-2012
for TypeXI retro reflective sheeting from the manufacturer and a certified copy of test
reports from independent test laboratory confirming to clause to clause 6.7 of IRC 67-
2012 INCLUDING 3 years outdoor weather exposure report for retro reflective
sheeting offered shall be submitted.
Contractor Witness Divisional Engineer
23 Providing & fixing RCC burjies of size 4"x4"x4' for layout of roads as Each 4018.00 243.00 976374.00
per drawing complete in all respects.

24 Removal of slush/ unsuitable earth from roadway area and disposal of the Cum 1000.00 60.15 60145.00
same upto 100m. (provisional quantity)
25 Extra Carriage of material.
Sand Cum 1085.00 449.14 487317.00
Bajri Cum 2144.76 498.60 1069377.00
26 Less recovery of excess rate of cement. Each 17159.00 50.00 (-) 857950.00
Total : 402164488.00
Maintenance For first year after completion of defect liability period : 2031132.00
Maintenance for second year : 2708175.00
Maintenance for third year : 3385219.00
Maintenance for fourth year : 4062263.00
Maintenance for fifth year : 4739307.00
Grand Total : 419090584.00

Note: The amount shown against year wise maintenance is the upper limit of
payment, however the payment shall be made on actual work done and
measurement. In case the amount of maintenance happens to be more
than the upper limit, the balance cost shall be sole liability of the agency.

Divisional Engineer (C-2)


GMADA, Mohali

Contractor Witness Divisional Engineer


DNIT for Providing Public Health Services i.e. water supply, tertiary water supply, sewerage and storm water drainage
scheme in Eco City - 2, New Chandigarh.

Sub Head No. 1 : WATER SUPPLY


Sr. Description Qty. Unit Rate Amount
No.
A Distribution, Rising main system and House connections
1 Excavation by mechanical means (JCB or Hydraulic excavator) in trenches for
pipe lines with straight or open cutting in streets or open area including
trimming and dressing sides leveling of beds of trenches to correct grade,
cutting joint holes, refilling consolidation, watering, including the cost of
dewatering of rain water, diversion for traffic, night signals, providing & fixing
caution boards, crossing over trenches for access to the houses, watching,
fencing, etc. and removal of surplus soil outside/inside the town involving
lead up to 15 mtr complete in all respect.
(i) Earth work upto 1.5 M depth In all classes of soil except rocky. 33327.30 Cum 57.50 1916320.00
2 Providing, stringing out, cutting, jointing and testing of ISI marked DI-K7pipes
(S&S) as per IS 8329 and laying the same in trenches to correct alignment and
gradients, jointed with rubber tyton joints fitted complete in all respects
DI pipe K -7
i 100mm i/d pipe line laid complete 14881.00 Per Mtr. 999.50 14873560.00
ii 150mm i/d pipe line laid complete 999.00 Per Mtr. 1460.00 1458540.00
iii 200mm i/d pipe line laid complete 1287.00 Per Mtr. 1829.00 2353923.00
iv 250mm i/d pipe line laid complete 194.00 Per Mtr. 2431.50 471711.00
v 300mm i/d pipe line laid complete 1409.00 Per Mtr. 3140.50 4424965.00
Contractor Witness Divisional Engineer
vi 350mm i/d pipe line laid complete 57.00 Per Mtr. 4397.00 250629.00
DI pipe K- 9
i 150mm i/d pipe line laid complete 2630.00 Per Mtr. 1839.00 4836570.00
ii 200mm i/d pipe line laid complete 740.00 Per Mtr. 2145.00 1587300.00
iii 250mm i/d pipe line laid complete 464.00 Per Mtr. 2874.50 1333768.00
iv 300mm i/d pipe line laid complete 108.00 Per Mtr. 3674.00 396792.00
v 350mm i/d pipe line laid complete 30.00 Per Mtr 4205.00 126150.00
3 Supplying and laying DI specials /fittings as per IS 9523-2000 (ISI Marked with
the prior approval of Engineer- in-Charge) class K-12 suitable for tyton joint
with external bitumen coating and inside cement mortar lining, scaffolding,
derricks, jimples, tools and plants, ropes, guys, etc complete including jointing
.
i DI specials upto 300mm i/d 16250.00 Per Kg 97.50 1584375.00
ii DI specials above 300 mm i/d 128.00 Per Kg 147.50 18880.00
4 Providing & fixing C.I/D.I Flanged end, stem of SS (AIS 1410) and
Bronze(gunmetal) working parts Sluice Valves ISI marked 14846-2000,
including jointing , testing & cost of Nut ,Bolt & insertion sheet, all carriage
complete (with the approval of Engineer in-charge).
Class PN-1 as per ISI
i 100mm i/d sluice valve flanged 26.00 Each 5700.00 148200.00
ii 150mm i/d sluice valve flanged 12.00 Each 8475.00 101700.00
iii 200m i./d sluice valve flanged 4.00 Each 14588.50 58354.00
iv 250mm i/d sluice valve flanged 3.00 Each 21165.50 63497.00
v 300m i./d sluice valve flanged 8.00 Each 26615.50 212924.00
vi 350mm i/d sluice valve flanged. 1.00 Each 46796.00 46796.00
Contractor Witness Divisional Engineer
viii 400mm i/d sluice valve flanged. 2.00 Each 56890.50 113781.00
5 Providing and fixing CI Fire hydrant SV type as per IS 909 with jointing and all
carriage etc. complete in all respects (without fire hydrant surface box) size
80mm 8.00 Each 12051.00 96408.00
6 Providing & laying Cement conc. 1:2:4 with stone ballast or shingle complete
in all respects. 43.20 Cum 3518.81 152013.00
7 Providing and fixing double air valve ISI marked as per IS- 14845 including
jointing complete in all respects. 8.00 Each 5379.00 43032.00
C.I. double air valve 80mm
8 Providing, fixing and jointing cast iron surface box for sluice valve, air valve,
fire hydrant etc complete in all respects. 1696.00 Per Kg 67.00 113632.00
9 Providing and fixing of CI indicating plates for SV/FH of size 100mm x 100mm
including painting with synthetic enamel paint and letters in white enamel
paint fixed in the ground with angle iron of size 25 x 25 x5mm, 230mm height
from ground including concrete block complete in all respects as directed by
the Engineer-in-charge.. 64.00 Each 191.00 12224.00
10 Const. of brick masonary sluice valves chamber excluding sluice valve cover
complete in all respects as per standard drawings of Public Health
Department.
i Inside size 0.60mx0.60m 26.00 Each 4818.00 125268.00
ii Inside size 0.90mx0.90m 38.00 Each 6716.00 255208.00

Contractor Witness Divisional Engineer


11 Providing and fixing 3 layer PPR (Poly propylene Random copolymer) pipes (as
per IS:15801-2008) SDR 7.4 U V stabilized & anti - microbial fusion welded,
having thermal stability for hot & cold water supply including all PP-R plain &
brass threaded polypropylene random fittings i/c trenching .refilling & testing
of joints complete as per direction of Engineer in Charge. Internal work -
Exposed on wall
i PN- 16 Pipe, 32 mm o/d
14128.00 Per Mtr. 202.00 2853856.00
12 Providing ISI Marked G.M ferrule as per IS:2692, drilling and tapping cast iron
pipe lines of all diametres and screwing in Ferrule and connections complete
in all respect.
i 15mm i/d Ferrule medium 1254.00 Each 412.00 516648.00
13 Extra for the carriage of material beyond 1st 5 K.M. and Difference
between CSR rates & Quarry rates (Cheapest landed rate)
i) Coarse Sand 50.64 Cum 495.00 25067.00
ii) Bajri 45.26 Cum 536.65 24289.00
iii) Stone Ballast 40mm gauge 22.60 Cum 525.06 11866.00
iv) Bricks 1000
27470 nos 377.74 10376.00
Total 40618622.00
B Construction of Pump House in side size 6m x 3.60 m at Water Works
Sr. Description Qty. Unit Rate Amount.
No.

Contractor Witness Divisional Engineer


1 Earth work in excavation in foundations, trenches etc. in all kinds of soil 21.06 Cum 119.30 2512.00
where pick jumper work is not involved and not exceeding 2.0 metres depth
including dressing of bottom and sides of trenches, stacking the excavated
soil clear from the edge of excavation
2 Cement Concrete 1:4:8 with stone ballast of size 40 mm gauge. 3.52 Cum 2545.28 8959.00
3 First class burnt brick work laid in cement sand mortar 1:5 in foundation and 5.59 Cum 3827.64 21397.00
plinth.
4 First class burnt brick work laid in cement sand mortar 1:5 in first storey upto 13.17 Cum 4243.45 55886.00
4 metres above plinth level.
5 Brick work in 1:5 in 2nd story. 2.77 Cum 4243.45 11754.00
6 Reinforced cement concrete M-25 mechanical mixed using batch type 4.64 Cum 4378.42 20316.00
concrete mixer as per IS 1791 & vibrated with needle vibrator but excluding
steel reinforcement centring and shuttering in foundation and plinth
7 Reinforced cement concrete M-25 mechanical mixed using batch type 3.79 Cum 4782.72 18127.00
concrete mixer as per IS 1791 & vibrated with needle vibrator but excluding
steel reinforcement centring and shuttering in superstructure.
Slab 3.28 Cum 4783.72 15691.00
8 Cold twisted deformed (Ribbed/ Tor Steel Bar) Bars Fe 500 grade as per IS 11.90 Qtl 5051.00 60092.00
1786-1985, for R.C.C works, where not including in the complete rate of RCC
including bending and placing in position complete
9 Shuttering for faces of concrete foundations and foundation beam & plinth 9.72 Sqm 158.31 1539.00
beam (vertical or battering)
10 Centring and shuttering for columns (Square or rectangular or poly gonal in 33.37 Sqm 242.01 8076.00
plain)
Contractor Witness Divisional Engineer
11 Centring and shuttering for sides and soffits of beam, beams launchings 18.71 Sqm 188.73 3531.00
girders bressumers, lintels
12 Centring and shuttering for flat surfaces such as suspended floors, roofs, 24.50 Sqm 204.01 4998.00
landings, chajjas, shelves etc
13 20mm thick cement plaster 1:4 in two coats work 98.68 Sqm 159.91 15780.00

14 10 mm thick cement plaster 1:3 23.76 Sqm 103.82 2467.00


15 Striking joints in lime or cement on brick walls 96.38 Sqm 52.26 5037.00

16 Terracing consiting of tiles 22.86x11.43x3.83cm laid over 25 mm mud plaster 21.60 Sqm 568.60 12282.00
7.5 cm mud filling on another laver of 25mm mud plaster including two coats
of bitumen laid hot at 1.65 Kg/sqm top of RCC slab including grouting with
cement sand mortar 1:4 and top surface to be left clean after wire brushing
etc.
17 Top khurra 0.6m x 0.6m for rain water pipe in 25mm thick cement concrete 1.00 Each 90.04 90.00
1:2:4 over 50mm thick cement concrete 1:8:16

18 Bottom Khurra on ground 1.2m x 0.6m consisting of brick on-edge laid in 1.00 Each 572.30 572.00
cement
mortar 1:3 over 75mm cement concrete 1:8:16
19 Embedding 100mm dia CI rain water non pressure ISI mark pipe in cement 4.25 Mtrs 952.89 4050.00
mortar during masonry work.

20 Providing and fixing cast iron shoe for rain water pipe on wooden plugs fixed 1.00 Each 608.66 609.00
on wall face including filling the joints with spun yarn and cement mortar 1:2.

Contractor Witness Divisional Engineer


21 Providing and filling sand grading as per specifications or fine grade around 6.48 Cum 589.19 3818.00
the various sizes of G.I. pipes in external work.

22 Base course of floor consisting of 100mm thick cement concrete 1:8:16 and 21.60 Sqm 260.81 5633.00
100mm
sand filling
23 Kota stone tile flooring 20mm to 30 mm thick over 12.5mm thick base of 21.60 Sqm 1287.97 27820.00
cement mortar 1:3 (1 cement, 3 Sand) laid and jointed with neat cement
slurry, mixed with pigment to match the shade of stone including rubbing and
polishing.
24 Kota stone tiles 20mm thick in skirting risers of steps, dado walls and pillars 1.92 Sqm 1319.64 2534.00
laid in 12.5mm thick cement mortar 1:3 (1 cement 3 coarse sand) and jointed
with neat cement slurry mixed with pigment to match the shade of stone,
including rubbing and polishing.
25 Hollock confirming to ISI specification no 1003 m kiln seasoned of doors and
windows including iron hold fasts, corner straps cleats, stops, bolts for hold
fasts etc, complete fixed in position (Section 60mm x 150mm)
(i) Single Rebate (60 mm x 100 mm) 5.65 Mtrs 633.86 3581.00
(ii) Double Rebate (60 mm x 150 mm) 26.00 Mtrs 862.47 22424.00
26 Kiln seasoned Hollock wood doors shutter with 12mm thick phenol Bonded 2.60 Sqm 2457.50 6390.00
BWP ply ISI Marked anchor, Kit ply, Nova Teak, National Or equivalent
including Chowkats iron Hold fasts, Corner straps, Hinges, Screws, Shocks
Cleats, Stops and Cords etc. complete fixed in position (Single Leaf)

Contractor Witness Divisional Engineer


27 Hollock wood doors shutter windows shutter including hinges, screws,
chocks, cheats, stops cords etc. complete fixed in position
(i) Double leaf 40 mm thick 6.41 Sqm 2217.00 14211.00

28 Cost of Aluminium fittings complete for doors, windows such as tower bolts, 9.01 Sqm 144.04 1298.00
handless and screw etc. for these fittings (Excluding sliding bolt)

29 Providing & Fixing glass panes with nails and putty or wooden strip complete
in all respect
b(ii) 4mm thick or 10.78 Kg/ sqm 6.30 Sqm 673.04 4240.00

30 Providing and fixing beading to door and windows chowkats of commercial


hard wood, such as Hollock Champ, Chirassy Chaplash etc (Non coniferous
timber other than teak conforming to ISI specification no 100., kiln seasoned)
with iron screws, fixed in position complete as per design and shape required
(a) 50 mm x 12 mm 20.10 Mtrs 58.28 1171.00
31 Providing and fixing aluminium sliding door bolts ISI marked anodized (anodic
coating not less than grade AC 10 as per IS : 1868) transparent or dyed to
required colour or shade with nuts and screws etc. complete :
(a) 300mm x 16mm 2.00 Each 126.56 253.00

32 Preparation of concrete or plastered surfaces for painting or oil-bound 70.08 Sqm 117.15 8210.00
distemper including sand papering the surface applying one coat of linseed oil
and filling with approved quality filler, consisting of white lead, linseed-oil
varnish and chalk mitti including finishing the surface to the required finish
Contractor Witness Divisional Engineer
complete

33 Distempering with Acrylic washable oil bound distemper (of approved 70.08 Sqm 53.40 3742.00
manufacture) two coats over one priming coat to give an even shade.
34 RECESSED CONDUIT PIPE WIRING SYSTEM WITH FLUSH PIANO TYPE
SWITCHES:
Wiring in PVC insulated copper conductor single core FRLS cable (ISI marked),
1100volts grade to be laid in heavy gauge welded conduit pipe 20 mm/25 mm
dia (1.6mm thick) ISI Marked, recessed in wall etc., complete with powder
coated/anodized concealed metal boxes required for having electronic fan
regulators (socket size), bell push, electronic buzzer, 3pin 6Amp., 3pin 16/20
Amp. Sockets and 6 Amp./16/20Amp. Swithces (flush piano type accessories)
etc. and covered with brown bakelite white glazed translucent backside
painted sheet 3mm thick etc., & including the cost of flush piano type
switches/sockets, step type electronic fan regulator 100 watts, PVC connector
(For Fan Box and Electronic Buzzer), PVC Bush, Steel Hooks, Circular
Inspection Box (Recessed Type and Deep Type) conduit pipe & copper wire
and other petty material etc. including the cost of cutting and filling up of
chases:-

(i) b Wiring fan point with sheet metal fan box (shape hexagonal & sheet thickness 3.00 Each 991.40 2974.00
not less than 1.60 mm) in PVC insulated copper conductor single core FRLS
cable (ISI marked) overall 1.5 sq. mm, 1100volts grade with step type
electronic fan regulator 100watts (socket size).

Contractor Witness Divisional Engineer


(ii) Wiring light point in PVC insulated copper conductor single core FRLS cable 7.00 Each 676.58 4736.00
(ISI marked) overall 1.5 sq. mm, 1100volts grade.
(iii) Wiring call-bell point in PVC insulated copper conductor single core FRLS cable 5.00 Each 478.44 2392.00
(ISI marked) overall 1.5 sq. mm, 1100volts grade with bell push and electronic
buzzer 230 volts AC (including the cost of bell push, electronic buzzer &
powder coated concealed metal box for electronic buzzer).
(iv) Wiring 3 pin 6 Amp. wall socket point in PVC insulated copper conductor 2.00 Each 311.39 623.00
single core FRLS cable (ISI marked) overall 1.5 sq. mm, 1100volts grade
complete with bonding
to existing earth with PVC insulated copper conductor single core FRLS cable
(ISI marked) overall 1 sq. mm, 1100volts grade
35 Supply and erection of sheet metal iron clad switch on existing surface with
G.I. bolts & nuts/ rag bolts and nuts etc., according to the size of holes in the
body of the enclosure including connections with suitable size of thimbles and
bonding to the existing earth as Per PWD General Specifications 2010.
(i) Sheet metal iron clad double pole switch 32amp. 415 volts 2.00 Each 1129.44 2259.00
36 Supply and erection of sheet metal iron clad change- over switch on existing
surface with G.I. bolts & nuts/ rag bolts and nuts etc., according to the size of
holes in the body of the enclosure including connections with suitable size of
thimbles and bonding to the existing earth as Per PWD General Specifications
2010.
(i) Sheet metal iron clad double pole change over switch 32amp. 415 volts 1.00 Each 1225.00 1225.00

Contractor Witness Divisional Engineer


37 Supply & erection of PVC pipes & HDPE pipes (fire retardant) for wiring
purposes including bends, inspection boxes etc. where necessary including
other petty material as per PWD General Specifications 2010:-
(i) Heavy gauge PVC conduit pipe 20mm dia (ISI marked 2mm thick ) Flushed 100.00 Mtrs 33.90 3390.00
38 Supply and erection of PVC insulated single core FRLS copper conductor cable
ISI marked left bare in pipe or casing of suitable size excluding the cost of
supply and erection of pipe or casing.

(i) PVC insulated copper conductor single core FRLS cable (ISI marked) overall 4 150.00 Mtrs 29.96 4494.00
sq.mm, 1100 volts grade.

39 Painting two coat on new wooden work with primer (with special quality 31.49 Sqm 78.60 2475.00
paint)

Total 403658.00

C Construction of Boundary wall

Sr. Description Qty. Unit Rate Amount.


No.

Contractor Witness Divisional Engineer


1 Earth work in excavation in foundations, trenches etc. in all kinds of soil 204.26 Cum 119.30 24368.00
where pick jumper work is not involved and not exceeding 2.0 metres depth
including dressing of bottom and sides of trenches, stacking the excavated
soil clear from the edge of excavation
2 Cement Concrete 1:4:8 with stone ballast of size. 17.71 Cum 2545.28 45077.00

3 Providing and laying in position reinforced cement concrete M-20 mechanical 59.75 Cum 4191.95 250469.00
mixed using batch type concrete mixer as per IS 1791 & vibrated with needle
vibrator but excluding the cost of centering, shuttering, reinforcement
foundation & plinth
4 Shuttering for faces of concrete foundations and foundation beam & plinth 149.57 Sqm 158.31 23678.00
beam (vertical or battering)
5 Centring and shuttering for sides and soffits of beam, beams launchings 229.28 Sqm 188.73 43272.00
girders bressumers, lintels
6 Centring and shuttering for columns (Square or rectangular or poly gonal in 235.37 Sqm 242.01 56962.00
plain)
7 First class burnt brick work laid in cement sand mortar 1:6 in first storey upto 104.83 Cum 3996.65 418969.00
4 metres above plinth level.
8 20mm thick cement plaster 1:4 in two coat work 519.33 Sqm 159.91 83046.00

9 Striking joints in lime or cement on brick walls 455.80 Sqm 52.26 23820.00

10 Cold twisted deformed (Ribbed/ Tor Steel Bar) Bars Fe 500 grade as per IS 53.78 Qtl 5051.00 271618.00
1786-1985, for R.C.C works, where not including in the complete rate of RCC
including bending and placing in position complete

Contractor Witness Divisional Engineer


11 Wrought iron and mild steel ladders, framed grills, grating etc. with ends of 73.78 Qtl 8480.72 625708.00
bars, riveted or welded or forged, framed window guards, barred iron doors,
stair case, iron railing including cost of bolts and nuts or screws or welding
rod, complete fixed in position.
12 Providing and fixing MS Gate & wicked Gate, complete as per drawing. 4.00 Qtl 7951.90 31808.00

Total 1898795.00

D Construction of Roads in Water works campus


1 Earth work of silt clearance of channels and drains :-- 180.00 Cum 50.71 9128.00
2 Base course of floor consisting of 100mm thick cement concrete 1:8:16 and 335.00 Sqm 260.81 87371.00
100mm sand filling Using mechanical mixture for mixing of material.
3 Providing and laying 80 mm thick factory made cement concrete interlocking 335.00 Sqm 786.69 263541.00
paverblock of M- 40 grade made by block making machine with strong
vibratory compaction and of approved size and design / shape laid in Ordinary
Grey Colour and pattern over and including 50 mm thick compacted bed of
coarse sand, filling the joints with fine sand etc, all complete as per directions
of Engineer-in-Charge for Medium Traffic Areas such as City streets, small &
medium market roads, low volume roads, utility cuts on arterial roads, etc.

4 Cement Concrete 1:2:4 with stone ballast using concrete mixer volumetric 4.50 Cum 3432.05 15444.00
type
Total 375484.00
E Horticulture Work in water works area

Contractor Witness Divisional Engineer


1 Making lawns including ploughing & dragging with 'Sohaga' breaking of clods, 3337.00 Sqm 12.91 43081.00
removal of earth rubbish dressing & Supplying doob grass roots and planting
at 15 cm. apart including Supplying and spreading of farm yard manure@
0.18 cum per 100 sqm & loosening.
2 Supplying and planting permanent trees including digging of earth pits size 116.00 Each 284.51 33003.00
75cmx75cmx75 cm deep, refilling the excavated earth with manure supplied
@ 0.113 cum each and watering Supplying through tractor tanker.
Total 76084.00
F Electrification in water works area

1 Supply and erection of G.I. pipe ‘A’ quality of suitable length and dia. 11.00 Each 3414.21 37556.00
conforming to I.S. 1239 part-I 1979, including fixing up to a given depth below
G/L, the hole of excavation about 30 cm dia. and given depth to be filled in up
to 15 cm below and above G/L with 1:2:4 cement concrete up to a height of
45 cm from G/L. The radial thick ness of the plinth above G/L should not be
less than 6.35 cm and sufficient to completely flush a MCB distribution board
SPN 4way with hinged water tight cover with locking arrangement having one
single pole MCB of required capacity of the same size the outer surface of the
plinth to be finished with 1:2 cement plaster 6 mm thick M.S. fuse box shall
have a water proof hinged cover with locking arrangement including painting
of pole with two coats of approved aluminium paint as required:-
2 Supply and erection of double walled corrugated (DWC) HDPE pipe to be laid
1mtr. below ground level including excavation (making necessary trench),
placing the pipe in position and back filling with excavated soil etc. of the
required size.

Contractor Witness Divisional Engineer


(i) Double walled corrugated (DWC) HDPE pipe 50/ 38mm (outer/ inner dia.) 100.00 Mtrs 86.00 8600.00
3 Supply and laying of XLPE/ P.V.C. insulated P.V.C. sheathed aluminium
conductor un-armoured cable working voltage upto and including 1100 volts
grade to be laid loose in the existing trench or pipe as per PWD General
Specifications 2010:-
XLPE/ PVC insulated PVC sheathed aluminium conductor unarmoured cable 200.00 Mtrs 64.25 12850.00
working voltage 1100volts grade 10sq.mm (Twin Core)
4 Supply and Erection of earth rod 20 mm dia for providing earth connections
upto line earth with G.I. Wire No. 8SWG. The rod shall be tapered at one end
and flatted on other end. The hole size 10mm dia shall be drilled on the
flatened side for facilitating connection with G.I. wire and thimble etc. The
road shall be grouted upto complete length vertically.

GI Earth rod 20 mm dia. 3 mtr. Long 5.00 Each 664.02 3320.00


5 Supply and erection of G.I. pipe ‘A’ quality of suitable length and dia.
conforming to I.S. 1239 part-I 1979, including fixing up to a given depth below
G/L, the hole of excavation about 30 cm dia. and given depth to be filled in up
to 15 cm below and above G/L with 1:2:4 cement concrete up to a height of
45 cm from G/L. The radial thick ness of the plinth above G/L should not be
less than 6.35 cm and sufficient to completely flush a
MCB distribution board SPN 4way with hinged water tight cover with locking
arrangement having one single pole MCB of required capacity of the same
size the outer surface of the plinth to be finished with 1:2 cement plaster 6
mm thick M.S. fuse box shall have a water proof hinged cover with locking
arrangement including painting of pole with two coats of approved
aluminium paint as required:-
Contractor Witness Divisional Engineer
(i) 6.1 metre long having nominal bore dia. 80mm, planting depth 120cm with 4.00 Each 4987.93 19952.00
pit depth 135cm.
6 Supply and Errection of Post top decorative Luminary with Polycarbonate 9.00 Each 6000.00 54000.00
Prismatic reflector with cast aluminium housing 400 mm dia polycarbonate
UV stablised dome twinkle make Cat. No. TDUL-113 Pluto-400 or other make
Bajaj/Twinkle/GE/Crompton having equivalent specification duly wired with
suitable type of lamp holder for 36 W PLL Lamp.
Total 136278.00

G Boring & installation of 3 nos. deep tube wells size 300 mm X 200 mm gravel
packed with stainless steel strainer, up to 450 meters BGL
(Quantities for 1 no tube well)
1 Drilling of 675 mm dia bore with reverse rotary rig in all kinds of soil including
the cost of Consumable store, fuel, oil and transportation of rig to the site of
the proposed bore and back to workshop.
(i) Drilling 150 mtr BGL 150.00 Per Mtr. 932.50 139875.00
(ii) Drilling beyond 150 mtr depth up to 300 meter BGL 150.00 Per Mtr. 1218.50 182775.00
(iii) Drilling beyond 300 mtr depth up to 450 meter BGL 150.00 Per Mtr. 1504.50 225675.00
2 Supplying lowering of M.S. pipe as per IS 4270:2001 (With up-to-date
amendments) (ISI marked) including MS sockets having dimensions as per IS
code duly welded with MS Electrode to have extra strength to lower the pipe
into Tube well bore complete in all respects to the entire satisfaction of the
EIC
(i) 300 mm Nominal dia meter (weight 62.30 Kg. per meter) 8.00mm thickness. 100.00 Per Mtr. 4512.00 451200.00
Contractor Witness Divisional Engineer
(ii) 200 mm Nominal dia meter (weight 41.6 Kg. per meter) 8.0 mm thickness. 320.00 Per Mtr. 3057.00 978240.00
3 Supplying, lowering of stainless steel Cage type wire wound screen as per IS
8110-2000 or latest with SS socket to connect strainer to strainer duly welded
with suitable grade SS electrode to lower the strainer into tube well bore
complete in all respects to the entire satisfaction of the Engineer-in-charge.
(i) 200mm internal diameter (slot size 0.50/0.75 mm) 8.00 mm thickness. 30.00 Per Mtr. 16000.00 480000.00
4 Providing and fixing MS taper / reducer made out of 6mm thick MS sheet
complete in all respects.
(i) Reducer 300 mm x 200 mm. 1.00 Each 2621.50 2622.00
5 Supplying, lowering and fixing of M.S. special socket to connect SS strainer to
MS pipe duly welded with suitable grade welding Electrode complete in all
respects.
(i) 200mm i/d 20.00 Each 664.50 13290.00
6 Supplying and fixing M.S. centering guides made out of 32mm x 6 mm thick
MS Bar complete in all respects. 20.00 Each 286.50 5730.00
7 Supplying and fixing of MS pipe Bail plug suitable for 200 mm dia pipe having
thickness of socket as 12 mm length 100 mm and base plate of 8 mm thick
complete in all respects. 1.00 Each 746.50 747.00
8 Supplying and fixing M.S. clamps of size 150 mm x 12 mm made out of M.S.
flat 1.52 mtr. long suitable to fit housing pipe including the cost of nut & bolts
of suitable size complete in all respects.
1.00 Each 2807.00 2807.00
9 Supplying and fixing of well cap having thread to fix on housing pipe complete
in all respect.

(i) 300mm i/d


1.00 Each 1477.00 1477.00

Contractor Witness Divisional Engineer


10 Supplying at site Wooden Box of suitable size with Lid & locking arrangement
for preserving strata sample collected from the bore.
1.00 Each 499.00 499.00
11 Supplying of gravel of 1/16" to 1/8" sizes including pouring and packing in
the annular space between the pipes assembly and the bore. The gravel
should be free from, dust, dirt, or the vegetable manner as per IS 4097/1967
with latest amendments. (Rate includes loading, unloading and carriage up to
site). 190.00 Cum 1146.97 217924.00
12 Development and stabilizing of the tube well With air compressor of required
capacity as directed by the Engineer-in-Charge including the cost of tools
appliances and consumable to the satisfaction of the Engineer-in-Charge.
(i) Capacity of Air compressor 500 cfm at 150 PSI
50.00 Per Hr. 3289.00 164450.00
13 Development and Stabilizing of the tube well with submersible pump of
required capacity as directed by the engineer-in- charge including cost of
tools, appliances & consumable to the satisfaction of Engineer-in-charge.
30.00 Per Hr. 1155.00 34650.00
14 Making electric Logging of borehole with electronic well logger including cost
of equipment at site etc. complete in all respect
1.00 Each 14043.00 14043.00
15 Conducting resistivity survey at site to locate the availability of potable water.
1.00 Each 12000.00 12000.00
16 Making temporary water supply arrangement for drilling of Tube well with
reverse rotary rig till completion of bore & pacing of gravel. 90.00 Mtr 440.00 39600.00
Cost for 1 No, Tube well 2967604.00
Total Cost for Three Nos Tube wells 8902812.00

Contractor Witness Divisional Engineer


H Providing & installation of submersible pump sets at tube wells

Sr. Description Qty. Unit Rate Amount.


No.
1 Supply & erection of electrically driven water lubricated submersible pumping
set should strictly conform to ISI 8034-1976 with latest amendments, reputed
make as mentioned in the DNIT directly coupled with submersible motor
capable of:
(i) Delivering 10000gls/hr. discharge at a head 290 Ft. 1.00 Each 58000.00 58000.00
2 Providing & lowering Submersible cable conforming to ISI 10051/1981, Make 180.00 Per Mtr. 360.00 64800.00
as per DNIT. Size 10 mm2size.
3 Providing & fixing Dry type (fully automatic) star delta starter of suitable 1.00 Each 32900.00 32900.00
capacity.
4 Providing & fixing volt meter 0-600 volts 144 mm moving iron projection type 1.00 Each 550.00 550.00
5 Ammeter 0-100 Amp, 140 mm moving iron projection type make HAVELLS /
AUTOMATIC / IMP 1.00 Each 550.00 550.00
6 Supply and erection of miniature Circuit Breakers/RCBO's / RCCB's in the
existing MCB distribution board as per PWD specification 2010 including
connections with suitable size of thimbles/lugs. Residual Current Circuit
Breaker (RCCB for earth leakage protection) double pole 63 amp, sensitivity
100m A (as per standard IEC 61008) suitable for 240/415 volts 50 cycles AC
supply. 1.00 Each 2406.02 2406.00
7 Providing & fixing of Shunt capacitor ISI marked of 10 KVAR capacity 1.00 Each 3075.00 3075.00

Contractor Witness Divisional Engineer


8 Providing and lowering of GI Column pipe Class “C” (Jindal Hissar) of 100mm
i/d 5.40 mm thickness both sided welded with M.S. flanges suitable size made
of 12mm thick MS plate with MS flat for submersible pumping set. It shall be
confirming to IS 1239 and latest amendments if any including cost of flanged
joints. 80.00 Per Mtr. 1350.00 108000.00
9 Providing and fixing CI/DI flanged end , stem of SS (AIS 1410) and bronze (gun
metal) working parts sluice valves ISI marked 14846-2000 including jointing
testing and cost of nuts, bolts and insertion sheet , all carriage complete (with
the approval of Engineer-in- charge). Class PN-1 / PN 1.6. Special quality
premium range such as make Kirloskar as approved by the Engineer in
Charge.
(i) 80 mm i/d sluice valve flanged 1.00 Each 11710.50 11711.00
(ii) 100 mm i/d sluice valve flanged 1.00 Each 15678.00 15678.00
10 Providing and fixing single air valve ISI marked as per IS 14845 including
jointing, cost of nut, bolts and rubber insertion etc. complete in all respects.
(i) CI single Air valve screwed size 80 mm 1.00 Each 4279.00 4279.00
11 Providing and fixing ISI marked Non-return valves flanged end class PN – 1.00
as per IS 5312 /2004 in pipe line including jointing cost of nut , bolts and
rubber insertion etc. complete in all respects.
(i) Class PN-1.0 ISI marked with rubber seat 100 mm i/d 1.00 Each 4869.50 4870.00
12 Providing & fixing SS pressure gauge complete in all respects.
(i) Dial diameter 150mm calibration 0-16 Kg
1.00 Each 879.50 880.00
13 Supplying and laying DI specials /fittings as per IS 9523-2000 (ISI Marked with
the prior approval of Engineer- in-Charge) class K-12 suitable for tyton joint
with external bitumen coating and inside cement mortar lining, scaffolding,
derricks, jimples, tools and plants, ropes, guys, etc complete including jointing
Contractor Witness Divisional Engineer
.

(i) DI specials up to 300 mm i/d


270.00 Per Kg. 97.50 26325.00
14 Providing & fixing MS. clamps 3’’ i/d size 75mm x 12 mm made out of M.S. flat
suitable length to fit column pipe including cost of nuts bolts of suitable
complete in all respects. 2.00 Each 1000.00 2000.00
15 Earthing of sheet metal/iron clad switches & metallic cases etc with GI
standard wire of 7/12 SWG (7/2.80 mm) in 20 mm dia GI pipe partly recessed
& partly on surface complete with 135 cm long 50 dia GI earth pipe with GI
reducing socket (50mm X 20mm) including erection of same 10 meter BGL
with necessary charcoal salt mixer etc up to 13 meter in length (including
boring & refilling). 1.00 Each 3887.50 3888.00
16 Providing & fixing MS girder frame 2 nos. joists 6 feet long of size 250mm X
125 mm & bed plates 12mm thick of size 28”X28” for tube well bore. 101.56 kg 63.14 6412.00
17 Providing & fixing panel board complete with required accessories such as
switches, indicating lamps, wiring of required size with in pump chamber for
connections 1.00 Each 5500.00 5500.00
18 Supply & erection of sheet metal/iron clad switches on existing surface with
GI bolts & nuts/ rag bolts & nuts etc according to the size of holes in the body
of the encloser including connection with suitable size of thimbles and
bonding to the existing earth as per PWD General specification 2010.
(i) Sheet metal/iron clad triple pole switch with neutral link 100 Amp 415 volts. 1.00 Each 5015.45 5015.00
19 Providing & fixing Kit Kat fuse unit complete 2.00 Each 450.00 900.00
Contractor Witness Divisional Engineer
Total for one number pump set 357739.00
Total Cost for Three nos. Pump sets 1073217.00

I Construction of RCC UGSR of 5.00 Lacs Gallons Capacity.


1 Excavation in soil (any type) using hydraulic excavator CK 90 and tippers with
disposal up to 450 meters, excavation for road work in soil with hydraulic
excavator of 0.9 cum bucket capacity including cutting and loading in tippers,
trimming bottom and side slopes in accordance with requirements of lines,
grades and cross sections and transporting to the embankment location
within all lifts and lead upto 450 meters. Excavation in soil 3156.71 Cum 77.80 245592.00
2 Providing & laying cement concrete 1:4:8 with stone ballast 40 mm gauge
including the cost of cement, sand, stone ballast, tool & plants etc. complete
in all respects. 132.62 Cum. 2545.28 337555.00
3 Providing and laying in position reinforced cement concrete M-30 mechanical
mixed using batch type concrete mixer as per IS 1791 & vibrated with needle
vibrator but excluding the cost of centering, shuttering, reinforcement in
super structure . 605.30 Cum 5059.79 3062691.00
4 Shuttering for faces of concrete foundations and foundation beam & plinth
beam (vertical or battering) 234.58 Sqm. 158.31 37136.00
5 Centering and shuttering for faces of walls, partitions, retaining walls and like
(Vertical or bartering) 1672.32 Sqm. 269.05 449938.00
6 Centering and shuttering for flat surfaces such as suspended floors, roofs,
landings, chhajjas, shelves etc. 2104.08 Sqm. 204.01 429253.00
7 Centering and shuttering for sides and soffits of beam, beams launchings
girders bressumers, lintels etc. 452.16 Sqm. 188.73 85336.00

Contractor Witness Divisional Engineer


8 Centering and shuttering for columns (Square or rectangular or polygonal in
plain) 228.08 Sqm 242.01 55198.00
9 Providing & laying cold twisted (ribbed/Tor/ TMT) Bars Fe 500 grade as per
ISI, for R.C.C works, where not including in the complete rate of RCC including
bending and placing in position completes 526.71 Qtl. 5051.00 2660412.00
10 Providing and laying four courses of water proofing treatment with bitumen
felt over roofs consisting of first and third courses of blown type bitumen
grade 85/25 applied hot @1.20kg per sqm of area for each course, second
course on roofing felt type 3 grade-I (Hessian base self finished bitumen felt)
and fourth and final course of stone grit 6mm and down size or pea-sized grit
spread at 0.006 cum. per sqm. Including preparation of surface complete. 1229.40 Sqm. 332.36 408603.00
11 Providing and fixing 560 mm i/d medium duty RCC man hole cover and frame
ISI marked as per IS 12592-2002 including carriage to site of work, loading,
un-loading including stacking and setting the same to correct levels and lines
in 1:2 cement sand mortar over man hole including cement concrete topping
(1:2:4) around the frame etc. complete. 2.00 Each 1471.49 2943.00
12 Wrought iron and mild steel ladders, framed grills, grating etc. with ends of
bars, riveted or welded or forged, framed window guards, barred iron doors,
stair case, iron railing including cost of bolts and nuts or screws or welding
rod, complete fixed in position. 1.00 Qtl. 8480.73 8481.00
13 Providing and fixing of mild steel Circular ventilator of 3’-0” i/d and 2’-6” ht.
from the top of UGSR made from angle iron frame of 1’x1’ ½ x4 mm with
1”x3” M.S Jali and 12x22 gauge wire mash fixed all around top cover with 10
gauge circular M.S Steel projected 6” all around beyond wire mesh frame
ventilator wall with the help of nuts and bolts grouted in RCC . 4.00 Each 8994.00 35976.00

Contractor Witness Divisional Engineer


14 Providing and fixing rectangular M.S manhole cover and frame of size 3’x3’
made from angle iron frame of 1’x1’x4 mm and M.S Steel of 10 gauge with
proper locking arrangement to be fixed with the help fasters of M.S Flat over
RCC Walls. 2.00 Each 3847.00 7694.00
15 Extra for carriage of sand, bajri and stone blast beyond first five Km &
difference in CSR Rates and Quarry rates (Cheapest landed rates).
i) Coarse sand 327.98 Cum. 495.00 162350.00
ii) Bajri 642.42 Cum 536.66 344761.00
iii) Brick Tiles & Bricks 1000
9067.00 Nos 377.74 3424.00
16 Extra for using concrete Mixer value metric type where not included in the
rate. 132.62 Cum. 88.50 11737.00
17 Supplying and laying D.I. specials/fittings as per IS : 9523-2000 (ISI Marked
with the prior approval of Engineer-in- Charge), class K-12 suitable for tyton
joint with external bitumen coating and inside cement mortar lining ,
scaffolding, tools and plants, ropes, guys, etc. Complete in all respects.
i) DI specials up to 300mm i/d 216.00 Per Kg 97.50 21060.00
18 Providing Cement concrete 1:2:4 gola 10cm x 10cm concave quadrant along
junction of roofs with parapet wall finished smooth, where specially specified. 112.00 mtr. 49.36 5528.00
19 Providing 20 mm thick cement plaster 1:4 including cost of cement, sand, tool
& plants etc. complete in all respects. 110.00 Sqm. 159.91 17590.00
20 Providing 12.5 mm thick cement plaster 1:4 including cost of cement, sand,
tool & plants etc. complete in all respects. 67.20 Sqm. 117.74 7912.00
21 Providing 1st class BB work laid in cement sand mortar in 1:5 super structure
complete in all respects. 15.58 Cum 4108.84 64016.00

Contractor Witness Divisional Engineer


Total 8465186.00

J Construction of Pump Chambers (size 10’ x 12’) at Tube well site (With
attached toilets.)

Sr. Description Qty. Unit Rate Amount


No.
1 Earth work in excavation in foundations, trenches etc. in all kinds of soil
where pick jumper work is not involved and not exceeding 2.0 metres depth
including dressing of bottom and sides of trenches, stacking the excavated
soil clear from the edge of excavation 10.13 cum. 119.30 1209.00
2 Cement Concrete 1:8:16 with 40mm gauge stone aggregate 2.57 cum. 1893.66 4867.00
3 Damp proof course 4 cm thick of cement concrete 1: 2: 4 with two coats of
bitumen 20/30 penetration @ 1.65 kg per sqm laid hot and sanded. 4.00 sqm. 263.63 1055.00
4 First class burnt brick work laid in cement sand mortar 1:5 in foundation and
plinth. 2.37 cum. 3827.64 9072.00
5 20 mm thick cement plaster in damp proof course 1:3 with two coats of
bitumen at 1.65Kg. Per sqm laid hot and sanded 5.11 sqm. 205.24 1049.00
6 First class burnt brick work laid in cement sand mortar 1:5 in first storey upto
4 metres above plinth level. 16.23 cum. 4108.84 66686.00
7 Extra for additional storey upto 4 metres above the top of structural roof of
lower storey. 2.25 cum. 84.52 190.00
8 Reinforced cement concrete M-20 mechanically mixed using batch type
concrete mixer as per IS1791 and vibrated with needle vibrator but excluding
steel reinforcement centring and shuttering in superstructure. 2.66 cum. 4597.25 12229.00

Contractor Witness Divisional Engineer


9 Hollock wood cup board shutter with plywood panels or faced on both side
fixed in position (excluding the cost of handles, bolts hasp with staple but
including the labour for fixing them)
(a) 30mm thick 3.00 sqm. 2621.70 7865.00
10 Kiln seasonal Hollock wood cup board chowkats including iron hold fasts, iron
hinges corner straps, wooden knobs or handles fixed in position (Size
45x60mm ). 9.71 sqm. 320.75 3114.00
11 Applying pink primer or aluminum priming coat on wood work including
preparation of surface knotting and stopping etc. 17.03 sqm. 78.60 1339.00
12 40mm thick grey polished flooring cement concrete 1:2:4 toping finished with
3 mm thick neat coat of cement rubbed and polished 11.94 sqm. 360.87 4309.00
13 20mm thick grey polished skirting or dado consisting of bottom layer of
16mm thick cement sand plaster 1:3 and finished 3mm thick topping of neat
cement rubbed and polished including rounding of junction with floors. 12.00 sqm. 421.54 5058.00
14 20mm thick cement plaster 1:4 in two coat work 26.88 sqm. 159.91 4298.00
15 12.5 mm thick cement plaster 1:2 43.10 sqm. 150.05 6467.00
16 Embedding 100mm dia CI rain water non pressure ISI mark pipe in cement
mortar during masonry work. 3.66 mtr. 952.89 3488.00
17 Bottom Khurra on ground 1.2m x 0.6m consisting of brick on-edge laid in
cement mortar 1:3 over 75mm cement concrete 1:8:16 1.00 each 572.30 572.00
18 White washing (Three coat) 83.23 sqm. 10.91 908.00
19 Steel work, fixed independently without connecting plates, including cutting,
hoisting and fixing in position :-
R.S. Joists 0.87 qtl 6314.36 5493.00

Contractor Witness Divisional Engineer


20 Terracing consiting of - tiles 22.86 x 11.43 x 3.83cm laid over 25 mm mud
plaster 7.5 cm mud filling on another laver of 25mm mud plaster including
two coats of bitumen laid hot at 1.65 Kg/sqm top of RCC 13.50 sqm. 568.61 7676.00
slab including grouting with cement sand mortar 1:4 and top surface to be left
clean after wire brushing etc
21 Top khurra 0.6m x 0.6m for rain water pipe in25mm thick cement concrete
1:2:4 over 50mm thick cement concrete 1:8:16. 1.00 each 90.05 90.00
22 Providing and fixing cast iron head for rain water pipe on wooden plugs fixed
on wall-face including filling the joints with spun yarn and cement mortar 1:2. 1.00 each 577.89 578.00
23 Providing and fixing cast iron shoe for rain water pipe on wooden plugs fixed
on wall face including filling the joints with spun yarn and cement mortar 1:2. 1.00 each 608.69 609.00
24 Base course of floor consisting of 100mm thick cement concrete 1:8:16 and
100mm sand filling
11.90 sqm. 256.52 3053.00
25 Cement Concrete 1:2:4 with stone ballast or shingle.
0.01 cum. 3518.87 35.00
26 Conglomerate floor 50mm thick cement concrete rate 1:2:4 on 100mm thick
cement concrete 1:8:16 and 100mm sand filling. 18.30 sqm. 486.04 8895.00
27 cement pointing 1:2 deep variety. 37.00 sqm. 84.21 3116.00

Contractor Witness Divisional Engineer


28 Providing orange colour safety footrest of minimum 6mm thick plastic
encapsulated as per IS:10910 on 12mm dia steel bar confirming to IS: 1786
having minimum cross section as 23mm x 25mm and over all minimum length
263mm and width as 165mm with minimum 112mm space between
protruted legs having 2mm tread on top surface by ribbing or chequering
besides necessary and adequate anchoring projections on tail length on 138
mm as per standard drawing and suitable to with stand the bend test and
chemical resistance test as per specification and having manufacturer's
permanent identification mark to be visible even after fixing, including fixing
in manholes with 230x150x75cm cement concrete block 1:2:4 (1 cement: 2
sand: 4 stone aggregate) complete as per design.
8.00 each 144.74 1158.00
29 Cold twisted deformed (Ribbed/ Tor Steel Bar) Bars Fe 500 grade as per IS
1786-1985, for R.C.C works, where not including in the complete rate of RCC
including bending and placing in position complete.
2.51 qtl 5051.00 12678.00
30 Providing & fixing G.I. sheet 0.80 mm thick doors, with 40mm x 40mm x 6mm
angle frame with diagonal braces,5 mm thick 20 mm wide and T-iron 50mm x
50mm x 6mm in center of door including locking arrangement with handles,
and pintles, etc. complete in all respects.
2.51 sqm. 1770.00 4443.00
31 Supplying and fixing open able steel windows of standards rolled steel
sections, joints mitred and electrically flash welded with iron fittings,
necessary iron handles, peg stay, catchers bolts, iron lugs and pressed steel
projected hinges and glazing clips and labour for fixing during masonry
complete (excluding glazing) and finished with two coats of ready mixed
paint, red lead non- setting primer. 50.00 kg 104.28 5214.00

Contractor Witness Divisional Engineer


32 Supplying & fixing fixed steel windows of standard rolled steel sections joints
mitred and electrically flash welded including iron lugs and glazing clips,
labour for fixing during masonry complete (excluding glazing) and fixing with
two coats of ready mixed paint, red lead non-setting primer. 12.20 kg 84.38 1029.00
33 Supplying and fixing glass panes with glazing clips and special metal sash putty
of approved make
(i) Glass panes 4mm thick above 0.40 sqm area. 4.50 sqm. 600.38 2702.00
34 Providing and fixing M.S. angle iron 40x40x6mm chowkat including iron hold
fasts butt hinges fixed in position, finished with red lead non setting primer
complete in all respect 6.13 sqm. 84.39 517.00
35 10mm thick cement plaster 1:4 14.45 sqm. 87.21 1260.00
36 Wrought iron and mild steel ladders, framed grills, grating etc. with ends of
bars, riveted or welded or forged, framed window guards, barred iron doors,
stair case, iron railing including cost of bolts and nuts or screws or welding
rod, complete fixed in position. 0.70 sqm. 8480.73 5937.00
37 Providing and fixing MS wicket gate size 3'x4'6" made out of angle iron
50x50x6 mm frame & vertical. 1.00 each 8000.00 8000.00
38 Centering and shuttering for flat surfaces such as suspended floors, roofs,
landings, chajjas, shelves etc. 22.21 sqm. 204.01 4531.00
39 Centering and shuttering for faces of walls, partitions, retaining walls and the
like (vertical or bartering including attached pillasters buttersses etc 15.32 sqm. 269.06 4122.00
40 Centering and shuttering for sides and soffits of beam, beams launchings
girders bressumers, lintels 8.99 sqm. 188.73 1697.00

Contractor Witness Divisional Engineer


41 Finishing walls with textured exterior paint of required shade with two coats
applied @ 3.28 litre/10sqm over and including base coat of water proofing
Cement Paint applied @ 2.20 Kg/10 sqm.
80.10 sqm. 127.59 10220.00
INTERNAL PUBLIC HEALTH SERVICES
42 Providing and laying, jointing fixing and testing G.I. Pipe (as per IS 1239) B-
Class premium make such as Jindal (Hissar) including cost of specials such as
tees, bends, sockets, elbows etc Painting with anti corrosive bitumestic paint,
testing, cutting, threading in side building complete.
i) 15mm i/d 18.30 Mtr 175.00 3203.00
ii) 20mmi/d 10.00 Mtr 218.00 2180.00
43 Cutting chase in brick walls in cement or in floor for embedding G.I. or C.I
pipes lines and making good the same to its original condition.
i) Size 75mm x 75mm
6.00 Mtr 55.50 333.00
44 Cutting holes up to 23cm square through B.B. in cement walls or stone
masonry wall in cement for pipes and making good the same and finishing
according to existing finish where required.
i) Through wall 22.86 cm thick.
2.00 Each 160.50 321.00
45 Providing, fixing and jointing G.I. Union coupling (of approved make with the
approval Engineer-in- Charge) as per IS 1879 in G.I. Pipe lines complete in all
respect.
i) 15mm i/d 1.00 Each 86.50 87.00
ii) 20mm i/d 1.00 Each 145.50 146.00

Contractor Witness Divisional Engineer


46 Providing fixing and jointing ISI marked Gun- metal peet valves (Heavy
pattern) as per IS 778 with hand wheels, on G.I. pipe lines laid in the ground
or inside buildings including all carriages complete.
i) 20mm i/d 1.00 Each 554.50 555.00
47 Providing and fixing in position automatic brass ball valves in tanks.
i) 20mm i/d Brass ball valve with plastic ball cock with rod & plastic ball 1.00 Each 357.00 357.00
48 Providing & fixing in position stop cock/ Angle valve of approved make (to the
approval of Engineer-in-charge ) complete in all respects.
i) C.P. brass 15mm stop cock male and female end 2.00 Each 741.00 1482.00
49 Providing, lowering, cutting & jointing salt Glazed Stone ware Pipes and
Specials ISI marked as per IS 651-2007 class Sp-1 into Trenches for all depths
and Laying out the same to correct alignment, Gradients, levels etc., cutting
of concrete beds and joint holes, supporting the pipes and specials, in correct
position in a suitable rigid manner while the same are being jointed and until
the surrounding benches, haunching and envelopes are completed including
jointing of pipes and specials in trenches, using cement sand mortar 1:1 best
spun jute yard as per Is : 1887, finishing and trowelling of each joint at an
angle of 45 degree with the longitudinal axes of pipe, watering, keeping the
joint covered and wetted till the same are cured, testing the sewerage line for
leakage and making all leakages and defects good as laid in the contract
specification, chipping and finishing the cut surface to uniform finish to the
entire satisfaction of engineer-in- charge Including all cartage etc. complete in
all respects.
i) 100mm i/d S.W. Pipe
10.00 Mtr 185.90 1859.00

Contractor Witness Divisional Engineer


50 Providing & laying cement concrete 1:8:16 with stone ballast 40 mm gauge
including the cost of cement, sand, stone ballast, tool & plants etc. complete
in all respects. 0.86 Cum 1942.04 1670.00
51 Providing and fixing in position Centrifugally cast iron soil waste vent or anti
syphonage pipes to I.S.I. specification (IS:3989) of approved make (to the
approval of Engineer-in-charge ) including cutting, jointing, wastage, but
excluding cost of lead jointing.
i) 100mm i/d Centrifugally cast iron pipe line laid complete 2.44 Mtr 1101.00 2686.00
ii) 75mm i/d Centrifugally cast iron pipe line laid complete 2.00 Mtr 912.00 1824.00
52 Providing and fixing in position Centrifugally cast iron specials for soil waste
vent or anti syphonage pipes to I.S.I specifications (IS:3989) of approved
make (to the approval of Engineer-in-charge) including cutting and wastage
etc. cutting holes in walls roofs or floors etc. and making good to its original
condition but excluding cost of lead joining.

For 100mm i/d pipes


i. Heal rest bend 2.00 Each 566.50 1133.00
ii Collars 1.00 Each 394.50 395.00
iii. Cowl 1.00 Each 382.50 383.00
For 75mm i/d pipe
i. Heal rest bend 1.00 Each 466.50 467.00
ii. Collars 1.00 Each 266.50 267.00

Contractor Witness Divisional Engineer


53 Providing and fixing in position gully traps fixed in cement concrete 1:4:8
complete with Grating 150mm x 150mm, cover and frame clear opening
300mm x 300mm and outside size 330mm x 330mm and chamber including
cost of all bricks work in cement mortar 1:5 cement concrete 1:2:4 in coping
around cover and frame etc. as per standard design minimum depth of
water should be 150 mm with a minimum seal 50mm.
i) 100mm internal Diameter H.C.I. gully trap with H.C.I. grating and cast iron
cover weighing approximately 7.26 kg. and frame clear opening 300mm x
300mm and out of side size 330mm x 330mm. 1.00 Each 2413.50 2414.00
54 Providing and fixing H.C.I. Floor traps conforming to I.S.I. Specification
(IS:1729) of approved make (to the approval of Engineer-in-charge) of the
self cleaning design with C.P. brass hinged grating with frame with or without
vent arm and including cement concrete 1:2:4 under and around the floor
trap where required up to floor level complete in all respects including cutting
and making good the walls and floors, etc. minimum depth of water should be
150mm with a minimum seal 50mm. 0.00
i) With 75mm i/d outlet deep seal 1.00 Each 902.00 902.00
55 Providing and fixing in position Chinaware European type water closet with P
trap or "S" trap of approved make (to the approval of the Engineer-in-charge)
consisting of 10 ltr. PVC flushing cistern PVC short bend 32mm dia including
cost of seat cover complete in all respect and to the entire satisfaction of
Engineer-in-charge. 1.00 Each 3995.50 3996.00
56 Providing and fixing in position vitreous chinaware white lavatory suites of
approved make (to the approval of Engineer-in-charge) consisting of C.P.
brass waste 32mm dia with one C.P. brass pillar tap complete in all respect.
i) Size 550mm x 400mm 1.00 Each 2900.50 2901.00

Contractor Witness Divisional Engineer


57 Providing & placing in position on terrace (at all floor levels) HDPE water
storage tanks of approved make (to the approval of Engineer -in-charge) with
cover with suitable locking arrangement and making necessary holes for inlet,
outlet and over flow pipes but without fittings and base support for tank.
i) Triple Layer Tanks 300.00 ltr 11.00 3300.00
58 Providing ISI Marked G.M ferrule as per IS:2692, drilling and tapping cast iron
pipe lines of all dia metres and screwing in Ferrule and connections complete
in all respect.
I 15mm i/d Ferrule medium 1.00 Each 412.00 412.00
59 Providing & fixing in position PVC flexible tube connection of approved make
(to the approval of Engineer-in-charge) complete in all respect.
I PVC tube connection of size 15 mm x 300 mm with C.P. Brass nut 2.00 Each 160.00 320.00
60 Providing and fixing PVC waste pipe 32mm complete in all respect. 1.00 Each 121.00 121.00
61 Providing & Fixing in position 15mm i/d bib cock of approved make (to the
approval of Engineer-in-charge) complete in all respect.
I C.P. brass Bib cock long nose/long body with flange 1.00 Each 1095.00 1095.00
Ii C.P. brass Bib cock with flange 1.00 Each 871.00 871.00
62 Providing & fixing jet spray with 2’-6’’ long PVC pipe with CP brass nut. 1.00 Each 444.00 444.00
RECESSED CONDUIT PIPE WIRING SYSTEM WITH FLUSH PIANO TYPE
SWITCHES.

Contractor Witness Divisional Engineer


63 Wiring in PVC insulated copper conductor single core FRLS cable (ISI marked),
1100volts grade to be laid in heavy gauge welded conduit pipe 20 mm/25 mm
dia (1.6mm thick) ISI Marked, recessed in wall etc., complete with powder
coated/anodized concealed metal boxes required for having electronic fan
regulators (socket size), bell push, electronic buzzer 3pin 6Amp., 3pin 16/20
Amp. Sockets and 6 Amp. /16/20Amp. Switches (flush piano type accessories)
etc. and covered with brown bakelite white glazed translucent backside
painted sheet 3mm thick etc., & including the cost of flush piano type
switches/ sockets, step type electronic fan regulator 100 watts, PVC
connector (For Fan Box and Electronic Buzzer), PVC Bush, Steel Hooks,
Circular Inspection Box (Recessed Type and Deep Type) conduit pipe & copper
wire and other petty material etc. including the cost of cutting and filling up
of chases:-
i) Wiring fan point with sheet metal fan box (shape hexagonal & sheet thickness
not less than 1.60 mm) in PVC insulated copper conductor single core FRLS
cable (ISI marked) overall 1.5 sq. mm, 1100volts grade with step type
electronic fan regulator 100watts (socket size). 1.00 Each 991.40 991.00
ii) Wiring light point in PVC insulated copper conductor single core FRLS cable
(ISI marked) overall 1.5 sq. mm, 1100volts grade. 4.00 Each 697.58 2790.00
iii) Wiring 3 pin 6 Amp. wall socket point in PVC insulated copper conductor
single core FRLS cable (ISI marked) overall 1.5 sq. mm, 1100volts grade
complete with bonding to existing earth with PVC insulated copper conductor
single core FRLS cable (ISI marked) overall 1 sq. mm, 1100volts grade. 1.00 Each 478.44 478.00
64 Supply & erection of pipe for wiring purposes including bends, inspection
boxes etc., where necessary including painting as per PWD General
Specifications 2010:-

Contractor Witness Divisional Engineer


i) Heavy gauge welded conduit pipe 50mm dia. (ISI marked 2mm thick) On
Surface 2.00 Per Mtr. 350.84 702.00
65 Supply and erection of sheet metal iron clad switch on existing surface with
G.I. bolts & nuts/ rag bolts and nuts etc., according to the size of holes in the
body of the enclosure including connections with suitable size of thimbles and
bonding to the existing earth as Per PWD General Specifications 2010.

i) Sheet metal iron clad double pole switch 32amp. 415 volts
1.00 Each 1098.00 1098.00
66 Providing and fixing of 1200 mm sweep ceiling fan, Bajaj, orient, crompton
make as approved by the Engineer in Charge.
1.00 Each 2000.00 2000.00
67 Providing and fixing 40 wat tube light fitting with copper choke or electronics
4 feet length make Bajaj, Philips or reputed make approved by the EIC. 1.00 Each 500.00 500.00
68 Extra carriage beyond 5 Km lead from approved query.
(i) Coarse aggregate 40 mm gauge 3.69 Cum 525.06 1937.00
(ii) Coarse aggregate 13.2 mm gauge 2.93 Cum 536.66 1572.00
(iii) Coarse Sand 15.88 Cum 495.00 7861.00
69 Bricks/Tiles 22461.00 1000 377.74 8484.00
Nos.
Cost for 1 No. Pump Chamber 291365.00
Total cost for 3 Nos. Pump Chambers 874095.00

K Development of Tubewell Sites:-

Contractor Witness Divisional Engineer


1 Earth work in excavation in foundations, trenches etc. in all kinds of soil
where pick jumper work is not involved and not exceeding 2.0 metres depth
including dressing of bottom and sides of trenches, stacking the excavated
soil clear from the edge of excavation
6.76 cum. 119.30 806.00
2 Cement Concrete 1:8:16 with 40mm gauge stone aggregate
2.96 cum. 1942.04 5748.00
3 Damp proof course 4 cm thick of cement concrete 1: 2: 4 with two coats of
bitumen 20/30 penetration @ 1.65 kg per sqm laid hot and sanded.
3.24 sqm. 263.63 854.00
4 First class burnt brick work laid in cement sand mortar 1:5 in foundation and
plinth. 4.67 cum. 3827.64 17875.00
5 12.50mm thick cement plaster 1:4
20.46 sqm. 117.74 2409.00
6 Providing and laying 80 mm thick factory made cement concrete interlocking
paver block of M- 40 grade made by block making machine with strong
vibratory compaction and of approved size and design / shape laid in Ordinary
Grey Colour and pattern over and including 50 mm thick compacted bed of
coarse sand, filling the joints with fine sand etc, all complete as per directions
of Engineer-in-Charge for Medium Traffic Areas such as City streets, small &
medium market roads, low volume roads, utility cuts on arterial roads, etc.
11.15 Sqm 920.15 10260.00

Contractor Witness Divisional Engineer


7 1.2 metre high G.I. barbed wire fencing with 1.8 metre angle iron posts
40x40x6mm placed every 3 metres centre to centre 0.6 metre below ground
level, every 15th post, end post, corner post suitably strutted and provided
with 9 horizontal lines and two diagonals interwoven with horizontal wires
fixed with GI staples, turn buckles etc. including foundation concrete 1:2:4 of
size 0.30x0.30x0.75m for each post complete as per technical clause 807 of
MORT& H specifications. 60.96 Mtr. 328.71 20038.00
Cost for 1 No. Tube well site 57990.00
Total cost for 3 Nos Tube well site 173970.00

L Single Family Staff quarter & Complaint Office at Water Works site:-
Sr. Description Qty. Unit Rate Amount.
No.
1 Earth work in excavation in foundations, trenches etc. in all kinds of soil
where pick jumper work is not involved and not exceeding 2.0 metres depth
including dressing of bottom and sides of trenches, stacking the excavated
soil clear from the edge of excavation and sub secant filing around masonry in
15 cm. layers with compaction including disposal of all surplus soil as directed
with in a lead of 30 mtrs. 17.99 Cum 119.30 2146.00
2 Earth filling under floors with surplus ordinary soil or soil containing gravel or
kankar upto 40% excavated from foundation and taken only from outside the
building plinth in 15 cm layers including ramming, watering and consolidating
lead upto 30 meter. 12.00 Cum 42.70 512.00

Contractor Witness Divisional Engineer


3 Providing & laying cement concrete 1:8:16 with stone ballast 40 mm gauge
including the cost of cement, sand, stone ballast, tool & plants etc. complete
in all respects. 7.20 Cum 1893.66 13634.00
4 Providing 1st class B.B. work laid in cement sand mortar 1:7 in foundation&
plinth complete in all respect including cost of bricks, cement sand labour tool
and plants. 13.70 Cum 3625.69 49672.00
st
5 Providing 1 class B.B. work laid in cement sand mortar 1:5 in super structure
complete in all respect including cost of bricks, cement sand labour tool and
plants. 25.34 Cum 4108.84 104118.00
6 Damp proof course 4 cm thick of cement concrete 1: 2: 4 with two coats of
bitumen 20/30 penetration @ 1.65 kg per sqm laid hot and sanded. 9.85 Sqm. 263.63 2597.00
7 Providing and laying in position reinforced cement concrete M-20 mechanical
mixed using batch type concrete mixer as per IS 1791 & vibrated with needle
vibrator but excluding the cost of centering, shuttering, reinforcement in
super structure . 6.50 Cum 4597.25 29882.00
8 Centering and shuttering for flat surfaces such as suspended floors, roofs,
landings, chajjas, shelves etc. 45.21 Sqm. 204.01 9223.00
9 Centering and shuttering for sides and soffits of beam, beams launchings
girders bressumers, lintels 8.16 Sqm. 188.73 1540.00
10 Providing & laying cement concrete 1:2:4 with stone ballast or shingle
complete in all respects including cost of cement, sand, bajri, tool & plants. 2.38 Cum 3518.81 8375.00
11 Providing & laying cold twisted deformed (ribbed/Tor/ TMT) steel Bars Fe
500 grade as per ISI, for R.C.C works, where not including in the complete rate
of RCC including bending and placing in position complete. 6.05 Qtl. 5051.00 30559.00

Contractor Witness Divisional Engineer


12 Tile terracing 22.86x11.43x3.83cm laid over 25 mm mud plaster 7.5 cm mud
filling on another layer of 25mm mud plaster including two coats of bitumen
laid hot at 1.65 Kg/sqm top of RCC slab including grouting with cement sand
mortar 1:4 and top surface to be left clean after wire brushing etc. 45.87 Sqm. 568.61 26082.00
13 Providing Cement concrete 1:2:4 gola 10cm x 10cm concave quadrant along
junction of roofs with parapet wall finished smooth, where specially specified. 39.93 mtr. 49.36 1971.00
14 Embedding 100mm dia CI rain water non pressure ISI marked pipe in cement
mortar during masonry work. 7.32 Mtr. 952.89 6975.00
15 Providing and fixing cast iron head for rain water pipe on wooden plugs fixed
on wall-face including filling the joints with spun yarn and cement mortar 1:2. 2.00 Each 577.89 1156.00
16 Providing and fixing cast iron shoe for rain water pipe on wooden plugs fixed
on wall face including filling the joints with spun yarn and cement mortar 1:2. 2.00 Each 608.69 1217.00
17 Bottom Khurra on ground 1.2m x 0.6m consisting of brick on-edge laid in
cement mortar 1:3 over 75mm cement concrete 1:8:16 including 12.5mm
thick cement plaster 1:3 2.00 Each 572.30 1145.00
18 Top khurra 0.6m x 0.6m for rain water pipe in 25mm thick cement concrete
1:2:4 over 50mm thick cement concrete 1:8:16 2.00 Each 90.05 180.00
19 Providing 20 mm thick cement plaster 1:5 in two coat work including cost of
cement, sand, tool & plants etc. complete in all respects. 119.30 Sqm. 144.50 17239.00
20 Providing 12.5 mm thick cement plaster 1:4 including cost of cement, sand,
tool & plants etc. complete in all respects. 88.42 Sqm. 117.24 10366.00
21 Providing 10 mm thick cement plaster 1:4 including cost of cement, sand, tool
& plants etc. complete in all respects. 37.81 Sqm 87.20 3297.00
22 Conglomerate floor 40mm thick cement concrete 1:2:4 on 100mm cement
concrete 1:8:16 and 100mm sand filling 42.18 Cum 449.29 18951.00

Contractor Witness Divisional Engineer


23 Dry brick on edge paving sand grouted over 50mm thick rammed brick
aggregate 40mm gauge 87.33 Sqm 419.55 36639.00
24 White washing three coats. 398.00 Sqm. 10.91 4342.00
25 Finishing walls with exterior decorative cement based paints such as
snowcem, Robbiacem etc. two coats to give an even shade 183.62 Sqm 65.31 11992.00
26 Hollock wood doors shutter and window shutter including hinges screws
shokes cleats, stops and cords etc. complete fixed in position Paneled, glazed
or glazed and paneled (Double Leaf)
i) 35 mm thick 7.11 Sqm 1889.06 13431.00
27 Providing & Fixing Kiln seasonal Hollock wood door shutters with 12mm thick
phenol Bonded BWP ply ISI marked Anchor, Kit ply, Nova Teak, National or
equivalent including Hinges, screws shokes cleats, stops and cords etc.
complete fixed in position (Single leaf )
i) Phenol Bonded BWP Ply panel 40mm Thick 7.53 Sqm 2457.50 18505.00

28 Painting two coats including priming coat with synthetic enamel paint in all
shades on wood work to give an even shade including preparation of surface
knotting and stopping etc. 29.27 Sqm. 78.60 2301.00
29 Applying priming coat with metal primer on new steel or iron work including
preparation of surface including Painting two coats with ready mixed paint for
metallic surfaces in all shades on steel or iron work. 22.56 Sqm 61.48 1387.00
30 Steel work, fixed independently without connecting plates, including cutting,
hoisting and fixing in position:-tees , angle & channels. 5.46 Qtl. 6166.37 33668.00
RECESSED CONDUIT PIPE WIRING SYSTEM WITH FLUSH PIANO TYPE
SWITCHES

Contractor Witness Divisional Engineer


31 Wiring in PVC insulated copper conductor single core FRLS cable (ISI marked),
1100volts grade to be laid in heavy gauge welded conduit pipe 20 mm/25 mm
dia (1.6mm thick) ISI Marked, recessed in wall etc., complete with powder
coated/anodized concealed metal boxes required for having electronic fan
regulators (socket size), bell push, electronic buzzer 3pin 6Amp., 3pin 16/20
Amp. Sockets and 6 Amp. /16/20Amp. Switches (flush piano type accessories)
etc. and covered with brown bakelite white glazed translucent backside
painted sheet 3mm thick etc., & including the cost of flush piano type
switches/ sockets, step type electronic fan regulator 100 watts, PVC
connector (For Fan Box and Electronic Buzzer), PVC Bush, Steel Hooks,
Circular Inspection Box (Recessed Type and Deep Type) conduit pipe & copper
wire and other petty material etc. including the cost of cutting and filling up
of chases:-
i) Wiring fan point with sheet metal fan box (shape hexagonal & sheet thickness
not less than 1.60 mm) in PVC insulated copper conductor single core FRLS
cable (ISI marked) overall 1.5 sq. mm, 1100volts grade with step type
electronic fan regulator 100watts (socket size). 2.00 Each 991.30 1983.00
ii) Wiring light point in PVC insulated copper conductor single core FRLS cable
(ISI marked) overall 1.5 sq. mm, 1100volts grade. 2.00 Each 676.57 1353.00
iii) Wiring 3 pin 6 Amp. wall socket point in PVC insulated copper conductor
single core FRLS cable (ISI marked) overall 1.5 sq. mm, 1100volts grade
complete with bonding to existing earth with PVC insulated copper conductor
single core FRLS cable (ISI marked) overall 1 sq. mm, 1100volts grade. 5.00 Each 478.44 2392.00
32 Supply and erection of sheet metal iron clad switch on existing surface with
G.I. bolts & nuts/ rag bolts and nuts etc., according to the size of holes in the
body of the enclosure including connections with suitable size of thimbles and
bonding to the existing earth as Per PWD General Specifications 2010.
Contractor Witness Divisional Engineer
i) Sheet metal iron clad double pole switch 32amp. 415 volts 1.00 Each 1129.44 1129.00
33 Supply and erection of sheet metal iron clad change- over switch on existing
surface with G.I. bolts & nuts/ rag bolts and nuts etc., according to the size of
holes in the body of the enclosure including connections with suitable size of
thimbles and bonding to the existing earth as Per PWD General Specifications
2010.
i) Sheet metal iron clad double pole change over switch 32amp. 415 volts 1.00 Each 1225.00 1225.00
34 Supply & erection of PVC pipes & HDPE pipes (fire retardant) for wiring
purposes including bends, inspection boxes etc. where necessary including
other petty material as per PWD General Specifications 2010:-
i) Heavy gauge PVC conduit pipe 20mm dia (ISI marked 2mm thick ) Flushed 50.00 Mtr 33.90 1695.00
35 Supply and erection of PVC insulated single core FRLS copper conductor cable
ISI marked left bare in pipe or casing of suitable size excluding the cost of
supply and erection of pipe or casing.
PVC insulated copper conductor single core FRLS cable (ISI marked) overall 4
sq.mm, 1100 volts grade. 100.00 Mtr 29.96 2996.00

INTERNAL PUBLIC HEALTH SERVICES


36 Providing and laying, jointing fixing and testing G.I. Pipe (as per IS 1239) B-
Class premium make such as Jindal (Hissar) including cost of specials such as
tees, bends, sockets, elbows etc Painting with anti corrosive bitumestic paint,
testing, cutting, threading in side building complete.
i) 15mm i/d 18.30 Mtr 175.00 3203.00
ii) 20mmi/d 30.48 Mtr 218.00 6645.00
37 Cutting chase in brick walls in cement or in floor for embedding G.I. or C.I
pipes lines and making good the same to its original condition.

Contractor Witness Divisional Engineer


i) Size 75mm x 75mm 11.58 Mtr 55.50 643.00
38 Cutting holes up to 23cm square through B.B. in cement walls or stone
masonry wall in cement for pipes and making good the same and finishing
according to existing finish where required.
i) Through wall 22.86 cm thick 3.00 Each 160.50 482.00
39 Providing, fixing and jointing G.I. Union coupling (of approved make with the
approval Engineer-in- Charge) as per IS 1879 in G.I. Pipe lines complete in all
respect.
i) 15mm i/d 4.00 Each 86.50 346.00
ii) 20mm i/d 4.00 Each 145.50 582.00
40 Providing fixing and jointing ISI marked Gun- metal peet valves (Heavy
pattern) as per IS 778 with hand wheels, on G.I. pipe lines laid in the ground
or inside buildings including all carriages complete
i) 20mm i/d 1.00 Each 554.50 555.00
41 Providing & fixing Cast Iron surface box for Peet Valve, Stop Cock including all 5.00 kg 74.50 373.00
carriages complete
42 Providing and fixing in position automatic brass ball valves in tanks.
i) 20mm i/d Brass ball valve with plastic ball cock with rod & plastic ball 1.00 Each 357.00 357.00
43 Providing & fixing in position stop cock/ Angle valve of approved make (to
the approval of Engineer-in-charge ) complete in all respects.
i) C.P. brass 15mm stop cock male and female end 4.00 Each 741.00 2964.00

Contractor Witness Divisional Engineer


44 Providing, lowering, cutting & jointing salt Glazed Stone ware Pipes and
Specials ISI marked as per IS 651-2007 class Sp-1 into Trenches for all depths
and Laying out the same to correct alignment, Gradients, levels etc., cutting
of of concrete beds and joint holes, supporting the pipes and specials, in
correct position in a suitable rigid manner while the same are being jointed
and until the surrounding benches, haunching and envelopes are completed
including jointing of pipes and specials in trenches, using cement sand mortar
1:1 best spun jute yard as per Is : 1887, finishing and trowelling of each joint
at an angle of 45 degree with the longitudinal axes of pipe, watering, keeping
the joint covered and wetted till the same are cured, testing the sewerage
line for leakage and making all leakages and defects good as laid in the
contract specification, chipping and finishing the cut surface to uniform finish
to the entire satisfaction of engineer-in- charge Including all cartage etc.
complete in all respects.
i) 100mm i/d S.W. Pipe 10.00 Mtr 185.90 1859.00
45 Providing & laying cement concrete 1:8:16 with stone ballast 40 mm gauge
including the cost of cement, sand, stone ballast, tool & plants etc. complete
in all respects. 0.86 Cum 1893.66 1629.00
46 Providing and fixing in position Centrifugally cast iron soil waste vent or anti
syphonage pipes to I.S.I. specification (IS:3989) of approved make (to the
approval of Engineer-in-charge ) including cutting, jointing, wastage, but
excluding cost of lead jointing.
i) 100mm i/d Centrifugally cast iron pipe line laid complete 2.44 Mtr 1101.00 2686.00
ii) 75mm i/d Centrifugally cast iron pipe line laid complete 7.01 Mtr 912.00 6393.00

Contractor Witness Divisional Engineer


47 Providing and fixing in position Centrifugally cast iron specials for soil waste
vent or anti syphonage pipes to I.S.I specifications (IS:3989) of approved
make (to the approval of Engineer-in-charge) including cutting and wastage
etc. cutting holes in walls roofs or floors etc. and making good to its original
condition but excluding cost of lead joining.
For 100mm i/d pipes
i. Heal rest bend 1.00 Each 566.50 567.00
ii. P-trap 2.00 Each 785.50 1571.00
iii. Collars 1.00 Each 394.50 395.00
iv. Cowl 1.00 Each 382.50 383.00
For 75mm i/d pipe 0.00
i. Heal rest bend 1.00 Each 466.50 467.00
ii. Collars 1.00 Each 266.50 267.00
48 Providing and fixing in position gully traps fixed in cement concrete 1:4:8
complete with Grating 150mm x 150mm, cover and frame clear opening
300mm x 300mm and outside size 330mm x 330mm and chamber including
cost of all bricks work in cement mortar 1:5 cement concrete 1:2:4 in coping
around cover and frame etc. as per standard design minimum depth of
water should be 150 mm with a minimum seal 50mm.
i) 100mm internal Diameter H.C.I. gully trap with H.C.I. grating and cast iron
cover weighing approximately 7.26 kg. and frame clear opening 300mm x
300mm and out of side size 330mm x 330mm. 1.00 Each 2413.50 2414.00
49 Providing & Fixing in position M.S or heavy flat iron clamps made out of M.S
flat iron not less than 5 mm of the approved design for fixing C.I. soil waste,
vent or anti syphonage pipes to walls complete in all respects including
cutting and making good the walls and floors etc. and painting.

Contractor Witness Divisional Engineer


i) M.S. Holder bats clamps for 100mm i/d H.C.I. pipes 1.00 Each 164.50 165.00

ii) M.S. Holder bats clamps for 75mm i/d H.C.I. pipes 1.00 Each 147.50 148.00

50 Providing and fixing H.C.I. Floor traps conforming to I.S.I. Specification


(IS:1729) of approved make (to the approval of Engineer-in-charge) of the
self cleaning design with C.P. brass hinged grating with frame with or without
vent arm and including cement concrete 1:2:4 under and around the floor
trap where required up to floor level complete in all respects including cutting
and making good the walls and floors, etc. minimum depth of water should be
150mm with a minimum seal 50mm.
i) With 75mm i/d outlet deep seal 2.00 Each 902.00 1804.00
51 Providing and fixing in position Chinaware European type water closet with P
trap or S trap of approved make (to the approval of the Engineer-in-charge)
consisting of 10 ltr. PVC flushing cistern PVC short bend 32mm dia including
cost of seat cover complete in all respect and to the entire satisfaction of
Engineer-in-charge. 1.00 Each 3995.50 3996.00
52 Providing and fixing in position vitreous chinaware white lavatory suites of
approved make (to the approval of Engineer-in-charge) consisting of C.P.
brass waste 32mm dia with one C.P. brass pillar tap complete in all respect.
i) Size 550mm x 400mm 1.00 Each 2900.50 2901.00
53 Providing & placing in position on terrace (at all floor levels) HDPE water
storage tanks of approved make (to the approval of Engineer -in-charge) with
cover with suitable locking arrangement and making necessary holes for inlet,
outlet and over flow pipes but without fittings and base support for tank.
i) Triple Layer Tanks 500.00 ltr 11.00 5500.00

Contractor Witness Divisional Engineer


54 Providing ISI Marked G.M ferrule as per IS:2692, drilling and tapping cast iron
pipe lines of all dia metres and screwing in Ferrule and connections complete
in all respect.
I 15mm i/d Ferrule medium 1.00 Each 412.00 412.00
55 Providing & fixing in position PVC flexible tube connection of approved make
(to the approval of Engineer-in-charge) complete in all respect.
I PVC tube connection of size 15 mm x 300 mm with C.P. Brass nut 3.00 Each 160.00 480.00
56 Providing and fixing PVC waste pipe 32mm complete in all respect. 2.00 Each 121.00 242.00
57 Providing & Fixing in position 15mm i/d bib cock of approved make (to the
approval of Engineer-in-charge) complete in all respect.
I C.P. brass Bib cock long nose/long body with flange 4.00 Each 1095.00 4380.00
ii C.P. brass Bib cock with flange 1.00 Each 871.00 871.00
58 Providing & fixing jet spray with 2’-6’’ long PVC pipe with CP brass nut. 1.00 Each 444.00 444.00
59 Providing and fixing in position stainless steel sinks of approved make ( to the
approval of Engineer- in-Charge ) 1mm thick, grade -304 (18/8) with waste
coupling complete in all respect.
i) Size 530mm x 450mm x 175mm (Net size excluding flat edge) 1.00 Each 7843.00 7843.00
60 Extra for carriage of sand, bajri and stone blast beyond first five Km &
difference in CSR rates and Quarry rates (Cheapest landed rates).
I Coarse sand 23.97 Cum. 495.00 11865.00
Ii Bajri 10.20 Cum. 536.66 5474.00
Iii Stone ballast 40mm gauge 7.20 Cum 525.06 3780.00
Iv Bricks & brick tiles 1000
25337.00 Nos 377.74 9570.00
Total 570531.00

Contractor Witness Divisional Engineer


M Supply and Erection of Diesel Engine driven Gen. Sets at Tube wells & Water
Works and other equipments at Tube wells and Water Works.

Sr. Description
No. Qty. Unit Rate Amount.
I Diesel Engine Driven Gen. Sets.
a Providing erecting commissioning and testing of 40 KVA silent diesel engine driven
Generating Set (with Canopy) of suitable capacity brand new as per IS 4722-1968/ BSS 2613/
1970 up to latest amendments make KIRLOSKAR/ CUMMINS/ CATER PILLER Diesel Engine
(CPCB NORMS COMPLIANCE) and KIRLOSKAR/STOM FORMD / AVK JYOTI make alternator
rated at 3 phases 415 Volts, 50 Hz. Power factor as per PSPCL norms @ 1500 RPM. The Gen.
Set should be air cooled capable to drive submersible pumping set of 30 BHP (or as to be
provided at tube wells but not less than 40 KVA) Both mounted and aligned on a common MS
base frame complete with residential exhaust silencers AVM pads fitted on base frame 2
Nos., 12 volts, DC batteries (Excide make) leads, First fill of lubricating oil etc. Housed in
sound proof Acoustic enclosure along with MS fuel tank and control penal and based etc.
complete in all respects including change over switch of suitable capacity, with required size
of cable from Gen. Set to change over switch and including foundation of Gen. Set complete
in all respects.
3.00 Each 746766.00 2240298.00

Contractor Witness Divisional Engineer


b Providing, erecting, commissioning and testing of 180 KVA Silent Diesel
Engine Driven Generator Set (With CANOPY) brand new as per latest BIS
standard up to latest amendments, comprising of KIRLOSKAR/ CUMMINS/
CATER PILLER MAKE Diesel Engine (CPCB NORMS COMPLIANCE) and
KIRLOSKAR/STOM FORMD / AVK/ JYOTI make alternator rated at 3 phases
415 Volts, 50 Hz. Power factor as per PSPCL norms @ 1500 RPM. Both
mounted and aligned on a common MS base frame complete with residential
exhaust silencers AVM pads fitted on base frame 2 Nos., 12 volts, DC batteries
(Excide make) leads, including change over switch of suitable capacity, with
required size of cable from Gen. Set to change over switch and including
foundation of Gen. Set complete in all respects. First fill of lubricating oil etc.
Housed in sound proof Acoustic enclosure along with MS fuel tank and
control penal and based etc. complete in all respect. 1.00 Each 1915229.00 1915229.00
Total 4155527.00
c Chlorinators
Providing and installation of chemical dosingg system having capacity of 5.50
kg pressure against flow rate of 5 Ltrs per hour and 100 ltrs PVC tank for
solution of sodium hypochlorite, of reputed make including fittings etc. 3.00 Each 26000.00 78000.00
d Automization and phase corrector

Providing and installation of automatic electronic phase corrector of


electricity for 25 BHP motor (or as per site) with single phase protection. The
equipment should be based on latest solid LOCOMOSTIC logic control array
complete in all respects to the entire satisfaction of the Engineer-in-Charge. 3.00 Each 30000.00 90000.00
e Fire Extinguisher

Contractor Witness Divisional Engineer


(i) Providing and fixing fire Extinguisher co2 type as per IS:15683 complete with
all accessories as per manufactures specifications ISI marked complete in all
respects.
4.5 kg capacity 4.00 Each 6735.50 26942.00
(ii) Providing and fixing fire Extinguisher mechanical fome type 9 ltr. IS:15683
stored pressure type complete with all accessories as per manufactures
specifications ISI marked of approved make complete in all respects. 3.00 Each 2799.00 8397.00
f Providing Bulk Meter at Tubewells.
g Providing and installing 100 mm I/Dia. Flanged type bulk water meter at
tubewells of make VAG / IVC / DVD complete in all respects.
3.00 Each 32000.00 96000.00
h Hydro pneumatic system consisting of 4 No. CR90-4-2 pump set of 4 no. (3
working + 1 no. stand by) mounted on skid alongwith suction and discharge
headers, 2 No. Control valves and 1 No. NRV for each pump pressure
Transmitters, VFD, MPC controller and control panel, pump MOC.
Casing/Impeller SS 304, shaft SS 316 , inject/outlet CI. Capable to deliver 90
Cum/Hr. (Each pump) at a head of 72.1 meter, 30 KW/2 pole complete
including providing and fixing of pressure tank capacity 800 ltrs.

1.00 Job 7247700.00 7247700.00


Total 7547039.00

Sub Head No. 2:

Contractor Witness Divisional Engineer


A SEWERAGE SCHEME:-
Sr. Description Qty Unit Rate Amount
No.
1 Excavation in trenches with straight or open cutting in streets, lanes or in
open area with 3D/JCB or excavator including manually dressing bed,
trimming sides and side slopes for sewers and manholes to full depths as
shown in drawings, including, dressing to correct sections and dewatering,
provision for diversion for traffic, protection of existing services i.e. telephone
cables, electric lines, water supply lines and gas lines etc. night signals,
profiles, pegs, sight rails, boning rods, watching, etc., fixing and maintenance
of caution boards, fencing, refilling trenches, watering, ramming and
restoration of surface to original level and removal of surplus spoil from the
site of works, upto one chain (15m) complete in all respects.
(a) Upto 3.00 mtr B.G.L. 41074.07 Cum 65.55 2692405.00
(b) Depth 3.00 to 4.50 mtr. B.G.L. 4206.76 Cum 66.43 279455.00
(c) Depth 4.50 mtr. to 6 Mtr. B.G.L. 1219.54 Cum 82.73 100893.00
2 Providing and fixing timbering on face of trenches if required for sewers and
manholes for item 29.4 and 29.5 irrespective of the depth, measuring each
timbered surfaces of trench on which timbering is done.
A Type-I polling board frame type timbering
(i) For trench having width upto 1.0 meter. 21084.46 Sqm. 19.19 404611.00
(ii) For trench having width above 1.0 m and upto 2.0 meter. 17880.00 Sqm 26.86 480257.00

Contractor Witness Divisional Engineer


3 Providing, laying in trenches to correct gradient and alignment and jointing of
UPVC pipes having ISI specification IS: 15328-2003 class-SN-8 marked make
Supreme, Finolex, Kissan, Jain, Prince or equivalent good on them and laying
the same in trenches to correct alignment and gradients, cutting and jointing,
testing for water tightness and making good the leakages and defects
including cost of specials (Specials and Solvent should be of same make as
that of pipes) complete in all respects.
(a) 160 mm o/d pipes 20112.50 Mtr 636.40 12799595.00
(b) 200 mm o/d pipes 3430.50 Mtr 998.20 3424325.00
(c) 250 mm o/d pipes 2085.50 Mtr 1540.60 3212921.00
(d) 315 mm o/d pipes 13.50 Mtr 2395.60 32341.00
4 Providing, lowering in trenches to correct gradient and alignments, jointing
with tytone rubber joint and cutting of reinforced cement concrete spigot and
socketed pipes having inside HDPE. lining ISI marekd as per ISI code IS:458-
2003 into trenches for all depths and laying out the same to correct
alignment, gradients, levels etc.,cutting of concrete beds and joints holes,
supporting the pipes and specials in correct position in a suitable rigid manner
while the same are being jointed and until the surrounding benchings,
haunches and envelopes are completed. The pipes shall rest on the beds at all
joints through their lengths and to ensure this, testing the pipes for leakage
and making good the same leakage and all defects to the entire satisfaction of
the Engineer-in-charge including all cartage etc complete in all respects.
RCC pipes with inside HDPE lining class- NP-3
(a) 400 mm dia 619.50 Mtr 2738.50 1696501.00
(b) 450 mm dia 321.50 Mtr 3286.50 1056610.00
(c) 600 mm dia 923.00 Mtr 4590.80 4237308.00

Contractor Witness Divisional Engineer


5 Extra for providing 1:2 cement sand mortar on tytone rubber joint of RCC
pipes having sockets extended out of barrel, in trenches including facing
trowelling and finishing the joints at the angle of 45 degree with faces of
socket keeping joints wet till cured, testing the pipe joints for leakproof and
making good all leakage and defects as per specifications.
(i) NP3 S/S joints pipes having internal dia
(a) 400 mm dia 247.00 Each 38.90 9608.00
(b) 450 mm dia 121.00 Each 43.10 5215.00
(c) 600 mm dia 369.00 Each 55.10 20332.00
6 Sand filling in foundation Trenches as per drawing and specification. 1285.00 Cum 589.19 757109.00
7 Providing & laying cement concrete 1:4:8 with stone ballast 20 mm gauge
including the cost of cement, sand, stone ballast, tool & plants etc. complete
in all respects. 439.11 Cum 2545.28 1117658.00
8 Providing 1st class B.B. work laid in cement sand mortar 1:5 in super structure
complete in all respect including cost of bricks, cement sand labour tool and
plants. 1770.60 Cum 4108.84 7275112.00
9 Providing and laying in position reinforced cement concrete M-20 mechanical
mixed using batch type concrete mixer as per IS 1791 & vibrated with needle
vibrator but excluding the cost of centring, shuttering, reinforcement in
super structure . 251.52 Cum 4597.25 1156300.00
10 Centring and shuttering for flat surfaces such as suspended floors, roofs,
landings, chajjas, shelves etc. 707.40 Sqm 204.01 144317.00
11 Shuttering for faces of concrete foundations and foundation beam & plinth
beam (vertical or battering) 696.92 sqm 158.31 110329.00
12 Providing & laying cement concrete 1:2:4 with stone ballast or shingle
complete in all respects including cost of cement, sand, bajri, tool & plants. 162.44 Sqm 3518.81 571595.00

Contractor Witness Divisional Engineer


13 Providing & laying cold twisted deformed (ribbed/Tor/ TMT) steel Bars Fe
500 grade as per ISI, for R.C.C works, where not including in the complete rate
of RCC including bending and placing in position complete. 201.22 Qtl 5051.00 1016362.00
14 Providing & fixing 560 mm internal diametre circular opening RCC manhole
cover and frame ISI marked as per IS:12592-2002 including carriage to site of
work, loading, unloading including stacking and setting the same to correct
lines over manholes including cement concrete copping (M:20) around the
frame etc. Dia of steel for lifting hook is 16mm. (for EHD and HD).
560 mm i/d RCC manhole, cover with frame (Heavy duty)
524.00 Each 1678.62 879597.00
15 Providing orange colour safety footrest of minimum 6mm thick plastic
encapsulated as per IS:10910 on 12mm dia steel bar confirming to IS: 1786
having minimum cross section as 23mm x 25mm and over all minimum length
263mm and width as 165mm with minimum 112mm space between
protruted legs having 2mm tread on top surface by ribbing or chequering
besides necessary and adequate anchoring projections on tail length on 138
mm as per standard drawing and suitable to with stand the bend test and
chemical resistance test as per specification and having manufacturer's
permanent identification mark to be visible even after fixing, including fixing
in manholes with 230x150x75cm cement concrete block 1:2:4 (1 cement: 2
sand: 4 stone aggragate) complete as per design. 3144.00 Each 144.74 455063.00
16 Extra over the rate laid down in this schedule for cement concrete work for
making and finishing benching and complicated floor work in manholes
including formation of channels and bulldozing and smooth finishing the
surface accurately to templete. 707.40 Sqm 36.40 25749.00
17 12.5 mm thick cement plaster 1:3 with Cement rendering on plaster 1mm
thick. 5433.88 Sqm 174.99 950875.00

Contractor Witness Divisional Engineer


18 Floating coat of 1.5mm thick neat cement laid in one operation to the
topping. 707.40 Sqm 24.00 16978.00
19 Providing and Erection of cast RCC ventilation column having minimum
200mm internal diameter including excavation base columns, caps, cowls or
wire domes, etc. complete including carriage from the stores of the Engineer-
in-Charge of works, to sites of works, loading and unloading fixing and jointing
and setting the same in position complete in all respects.
(a) 11M. Height including cost of ventilation shaft
25.00 Each 34286.34 857159.00
20 Extra for the carriage of material beyond 5 K.M and Difference between CSR
rate (Cheapest landed rate)
(a) Coarse Sand 1049.19 Cum 495.00 519349.00
(b) Bajri 419.02 Cum 536.66 224871.00
(c) Stone Ballast 40 mm 637.12 Cum 525.06 334526.00
(d) Bricks 1101307.00 1000 377.74 416007.00
Nos
21 Construction of brick masonry inspection chambers size as given below upto
0.60 metre average depth in 1:5 cement sand mortar, lime concrete with 40
per cent lime mortar 2:3 in foundation, cement concrete 1:2:4 benching
12.50mm thick cement plaster 1:2 with a floating coat of 1mm thick of neat
cement, R.C.C. 1:2:4 slabs 100mm thick cement concrete topping 50mm thick
with 455mm x 455mm, 455mm x 610mm inside light duty C.I. inspection
chamber cover and frame (Weight as per I.S.I specifications) painted with 3
coats of black bitumastic paint conforming to I.S.I complete as per standard
design.
(i) 450mm x 600mm inside with 455mm x 610mm cover and frame Medium duty
double seal 38.00 Each 4106.90 156062.00
Contractor Witness Divisional Engineer
(ii) 600mm x 900mm inside with 455mm x 455mm cover and frame Medium duty
double seal 608.00 Each 5525.80 3359686.00
Total 50797081.00

Sub Head No. 3: STORM WATER DRAINAGE SCHEME


A RCC Pipe line network:
1 Excavation in trenches with straight or open cutting in streets, lanes or in
open area with 3D/JCB or excavator including manually dressing bed,
trimming sides and side slopes for sewers and manholes to full depths as
shown in drawings, including, dressing to correct sections and dewatering,
provision for diversion for traffic, protection of existing services i.e. telephone
cables, electric lines, water supply lines and gas lines etc. night signals,
profiles, pegs, sight rails, boning rods, watching, etc., fixing and maintenance
of caution boards, fencing, refilling trenches, watering, ramming and
restoration of surface to original level and removal of surplus spoil from the
site of works, upto one chain (15m) complete in all respects.
(a) For depth no exceeding 3.0 meters below ground level for all classes of soil
except rocky. 81990.26 Cum 65.55 5374462.00
(b) For depth exceeding 3.0 meters but not exceeding 4.50 meter ground level
for all classes of soil except rocky. 12584.36 Cum 66.43 835979.00
(c) For depth exceeding 4.50 meters but not exceeding 6.00 meter ground level
for all classes of soil except rocky. 3956.93 Cum 82.73 327357.00
(d) For depth exceeding 6.00 meters but not exceeding 7.50 meter ground level
for all classes of soil except rocky. 1469.26 Cum 91.89 135010.00

Contractor Witness Divisional Engineer


2 Providing and fixing timbering on face of trenches if required for sewers and
manholes for item 29.4 and 29.5 irrespective of the depth, measuring each
timbered surfaces of trench on which timbering is done.
A Type-I polling board frame type timbering
(i) For trench having width above 1.0 meter and upto 2.0 meter. 13594.56 Sqm 19.19 260880.00
(ii) For trench having width above 2.0 meter and upto 3.0 meter. 32267.12 Sqm 16.86 544024.00
3 Providing, lowering in trenches to correct gradient and alignment, jointing
with tyton rubber joint and cutting of reinforced cement concrete spigot and
socketed pipes and specials with rubber ring ISI marekd as per IS code IS
458-2003 into trenches for all depths and laying out the same to correct
alignment, gradients, levels etc. cutting of concrete beds and joints holes,
supporting the pipes and specials in correct position in a suitable rigid manner
while the same are being jointed and until the surrounding benchings,
haunches and envelopes are completed. The pipes shall rest on the beds at all
joints through their lengths and fixing of rubber ring, facing, testing the pipes
for leakage and making good the same leakage and all defects to the entire
satisfaction of the Engineer-in-charge including all cartage etc. `
RCC pipe NP-2
(a) 250 mm dia 824.00 Mtr 522.80 430787.00
(b) 300 mm dia 342.50 Mtr 713.00 244203.00
(c) 400 mm dia 6144.00 Mtr 949.40 5833114.00
(d) 450 mm dia 1320.00 Mtr 1102.10 1454772.00
(e) 600 mm dia 1869.00 Mtr 1933.00 3612777.00
(f) 700 mm dia 1561.00 Mtr 2185.00 3410785.00
(g) 800 mm dia 424.00 Mtr 2710.60 1149294.00
(h) 900 mm dia 501.00 Mtr 3754.00 1880754.00

Contractor Witness Divisional Engineer


(i) 1000 mm dia 91.00 Mtr 4218.50 383884.00
(j) 1200 mm dia 749.00 Mtr 5739.70 4299035.00
RCC pipe NP-3
(a) 250 mm dia 3146.00 Mtr 805.20 2533159.00
(b) 400 mm dia 682.50 Mtr 2029.00 1384793.00
(c) 450 mm dia 147.00 Mtr 2403.40 353300.00
(d) 600 mm dia 207.50 Mtr 3322.00 689315.00
(e) 700 mm dia 173.00 Mtr 4028.10 696861.00
(f) 800 mm dia 47.20 Mtr 4952.70 233767.00
(g) 900 mm dia 55.80 Mtr 6091.00 339878.00
(h) 1000 mm dia 10.60 Mtr 6996.50 74163.00
(i) 1200 mm dia 83.00 Mtr 8815.60 731695.00
(j) 1400 mm dia 196.40 Mtr 11418.40 2242574.00
(l) 1600mm dia 701.00 Mtr 14431.90 10116762.00
(m) 1800mm dia 379.80 Mtr 17743.00 6738791.00
(n) 2000mm dia 482.40 Mtr 22078.70 10650765.00
(o) 2200mm dia 1474.60 Mtr 28670.10 42276929.00
4 Construction of brick masonry horizontal cum vertical (letter box type) road
gully chamber including providing and fixing of RCC road gully gratings
complete in all respect as per drawing including cost of excavation & all extra
leads i.e coarse sand, coarse aggregate, stone blast and bricks etc.
(i) Size inside 1448 mm x 1067 mm x 800 mm 282.00 Each 18998.00 5357436.00

Contractor Witness Divisional Engineer


5 Constructing brick masonary road gully chambers as per standard drawings
(as per sizes given below) including dressing of beds and sides of chambers to
exact profiles, 15cm thick cement concrete 1:8:16 in foundation, first class
brick work laid in cement sand mortar 1:5, 40mm thick cement concrete 1:2:4
topping inside the chamber with a floating coat of 1.5mm thick neat cement
laid in one operation to the topping, the entire inner surface of the chamber
rendered with neat cement not less than 12.50mm in thickness of 1:2 cement
sand plaster and finished with a floating coat of neat cement 1mm thick left
absolutely smooth polished and correct to template including cost of
precasted RCC road gully grating and frame complete and to the
requirement of the Engineer-In-Charge.
Double Road gully chamber
(a) Size 1448mm x 457mm x 800mm 412.00 Each 7569.91 3118803.00
6 Extra for providing 1:2 cement sand mortar on tytone rubber joint of RCC
pipes having sockets extended out of barrel, in trenches including facing
trowelling and finishing the joints at the angle of 45 degree with faces of
socket keeping joints wet till cured, testing the pipe joints for leakproof and
making good all leakage and defects as per specifications.
RCC pipe NP-2
(a) 250 mm dia 412.00 Each 15.00 6180.00
(b) 300 mm dia 137.00 Each 19.70 2699.00
(c) 400 mm dia 2458.00 Each 35.10 86276.00
(d) 450 mm dia 528.00 Each 39.10 20645.00
(e) 600 mm dia 748.00 Each 51.90 38821.00
(f) 700 mm dia 624.00 Each 58.20 36317.00
(g) 800 mm dia 170.00 Each 77.70 13209.00
(h) 900 mm dia 200.00 Each 96.60 19320.00
Contractor Witness Divisional Engineer
(i) 1000 mm dia 36.00 Each 110.40 3974.00
(j) 1200 mm dia 300.00 Each 145.70 43710.00
RCC pipe NP-3
(a) 250 mm dia 1573.00 Each 15.80 24853.00
(b) 400 mm dia 273.00 Each 38.90 10620.00
(c) 450 mm dia 59.00 Each 4310.00 254290.00
(d) 600 mm dia 83.00 Each 55.10 4573.00
(e) 700 mm dia 69.00 Each 65.40 4513.00
(f) 800 mm dia 19.00 Each 90.50 1720.00
(g) 900 mm dia 22.00 Each 110.90 2440.00
(h) 1000 mm dia 4.00 Each 136.00 544.00
(i) 1200 mm dia 33.00 Each 177.30 5851.00
(j) 1400 mm dia 79.00 Each 204.20 16132.00
(k) 1600 mm dia 280.00 Each 232.90 65212.00
(l) 1800 mm dia 152.00 Each 260.50 39596.00
(m) 2000 mm dia 193.00 Each 310.80 59984.00
(n) 2200 mm dia 590.00 Each 379.00 223610.00
7 Providing & laying cement concrete 1:4:8 with stone ballast 40 mm gauge
including the cost of cement, sand, stone ballast, tool & plants etc. complete
in all respects. 868.09 Cum 2545.28 2209532.00
8 Providing 1st class B.B. work laid in cement sand mortar 1:5 in super structure
complete in all respect including cost of bricks, cement sand labour tool and
plants. 3313.88 Cum 4108.84 13616203.00
9 Providing and laying in position reinforced cement concrete M-20 mechanical
mixed using batch type concrete mixer as per IS 1791 & vibrated with needle
vibrator but excluding the cost of centring, shuttering, reinforcement in 413.02 Cum 4597.25 1898756.00
Contractor Witness Divisional Engineer
super structure .

10 Centring and shuttering for flat surfaces such as suspended floors, roofs,
landings, chajjas, shelves etc. 1273.76 Sqm 204.01 259860.00
11 Shuttering for faces of concrete foundations and foundation beam & plinth
beam (vertical or battering) 954.36 sqm 158.31 151085.00
12 Providing & laying cement concrete 1:2:4 with stone ballast or shingle
complete in all respects including cost of cement, sand, bajri, tool & plants. 212.83 Sqm 3518.81 748908.00
13 Providing & laying cold twisted deformed (ribbed/Tor/ TMT) steel Bars Fe
500 grade as per ISI, for R.C.C works, where not including in the complete rate
of RCC including bending and placing in position complete. 330.79 Qtl 5051.00 1670820.00
14 Providing & fixing 560 mm internal diametre circular opening RCC manhole
cover and frame ISI marked as per IS:12592-2002 including carriage to site of
work, loading, unloading including stacking and setting the same to correct
lines over manholes including cement concrete copping (M:20) around the
frame etc. Dia of steel for lifting hook is 16mm. (for EHD and HD).560 mm i/d
manhole cover with frame (Heavy Duty) 609.00 Each 1678.62 1022280.00

Contractor Witness Divisional Engineer


15 Providing orange colour safety footrest of minimum 6mm thick plastic
encapsulated as per IS:10910 on 12mm dia steel bar confirming to IS: 1786
having minimum cross section as 23mm x 25mm and over all minimum length
263mm and width as 165mm with minimum 112mm space between
protruted legs having 2mm tread on top surface by ribbing or chequering
besides necessary and adequate anchoring projections on tail length on 138
mm as per standard drawing and suitable to with stand the bend test and
chemical resistance test as per specification and having manufacturer's
permanent identification mark to be visible even after fixing, including fixing
in manholes with 230x150x75cm cement concrete block 1:2:4 (1 cement: 2
sand: 4 stone aggragate) complete as per design. 4171.00 Each 144.74 603711.00
16 Extra over the rate laid down in this schedule for cement concrete work for
making and finishing benching and complicated floor work in manholes
including formation of channels and bulldozing and smooth finishing the
surface accurately to templete. 1259.82 Sqm 36.40 45857.00
17 12.5 mm thick cement plaster 1:3 with Cement rendering on plaster 1mm
thick. 7996.56 Sqm 174.99 1399318.00
18 Floating coat of 1.5mm thick neat cement laid in one operation to the
topping. 1273.86 Sqm 24.00 30573.00
19 Extra for the carriage of material beyond 1st 5 K.M and Difference between
CSR rate (Cheapest landed rate)
(a) Coarse Sand 1753.36 Cum` 495.00 867913.00
(b) Bajri 953.69 Cum 536.66 511807.00
(c) Stone Ballast 519.22 Cum 525.06 272622.00
(d) Bricks 1000
1703386.00 Nos 377.74 643437.00

Contractor Witness Divisional Engineer


Total 144653879.00

B Cosntruction of Tail End:


Sr. Description Qty Unit Rate Amount
No.
1 Excavation in Soil (any type) using Hydraulic Excavator CK 90 and Tippers with
Disposal up to 450 metres. Excavation for roadwork in soil with hydraulic
excavator of 0.9 cum bucket capacity including cutting and loading in tippers,
trimming bottom and side slopes, in accordance with requirements of lines,
grades and cross sections, and transporting to the embankment location
within all lifts and lead up to 450m 76.82 Cum 77.80 5977.00
2 Cement Concrete 1:4:8 with stone ballast of size. 20mm gauge
2.95 Cum 2545.25 7508.00
3 First class burnt brick work laid in cement sand mortar 1:5 in first storey upto
4 metres above 15.73 Cum 4108.84 64632.00
4 Reinforced cement concrete M-20 with cement excluding steel reinforcement
centring and shuttering in superstructure. 1.306 Cum 4597.25 6004.00
5 12.5 mm thick cement plaster 1:2 46.82 Sqm 190.83 8935.00
Cement rendering on plaster 1mm thick
6 Centring and shuttering for faces of walls, partitions, retaining walls and the
like (vertical or bartering including attached pillasters buttersses etc
4.91 Sqm 295.96 1453.00
7 Cold twisted deformed (Ribbed/ Tor Steel Bar) Bars Fe 500 grade as per IS
1786-1985, for R.C.C works, where not including in the complete rate of RCC
including bending and placing in position complete 1.44 Qtl. 5051.00 7273.00
8 Reinforced cement concrete 1:2:4 hand mixed but excluding steel
reinforcement, centring and shuttering in foundation and plinth. 0.38 Cum 3527.68 1341.00
Contractor Witness Divisional Engineer
9 Boulder masonry in cement mortar (1:6) in foundations and plinth. 5.40 Cum 2936.00 15854.00
10 Extra carriage 0.00
Coarse Sand 8.90 Cum 495.00 4406.00
Bajri 1.45 Cum 536.66 778.00
Stone Ballast 2.83 Cum 525.06 1486.00
Brick 7550.00 1000/ 377.24 2848.00
Stone Boulder 5.94 Cum 458.42 2723.00
Total 131218.00

C HOUSE CONNECTIONS:
1 Providing, laying in trenches to correct gradient and alignment and jointing of
UPVC pipes having ISI specification IS:15328-2003 class-SN-8 marked make
Supreme, Finolex, Kissan, Jain, Prince or equivalent good on them and laying
the same in trenches to correct alignment and gradients, cutting and jointing,
testing for water tightness and making good the leakages and defects
including cost of specials (Specials and Solvent should be of same make as
that of pipes) complete in all respects.
(i) 110 mm o/d pipes 4568.00 Mtrs. 298.60 1364005.00
(ii) 160 mm o/d pipes 8023.00 Mtrs. 636.40 5105837.00
2 Construction of inspection Chamber for house connection of storm sewer of
size 450 mm x 600 mm x 600 mm deep complete in the all respects including
excavation C.C 1:4:8 in foudation, B.w. in 1:5:12.5 mm thick CP in 1:2 with 1
mm thick cement rendering, providing and fixing RCC IC cover and frame
medium duty of size 800 mm x 650 mm x 100 mm and cement concrete 1:2:4
for fixing of RCC cover & frame complete in all respects. 1254.00 Each 4569.00 5729526.00
Total 12199368.00
Contractor Witness Divisional Engineer
SUB HEAD NO. 4 : TERTIARY TREATED WATER SUPPLY

A DISTRIBUTION LINES:-
Sr. Description Qty Unit Rate Amount
No.
1 Excavation by mechanical means(JCB or Hydraulic excavator) in trenches for
pipe lines with straight or open cutting in streets or open area including
trimming and dressing sides levelling of beds of trenches to correct grade,
cutting joint holes, refilling consolidation,watering , including the cost of
dewatering of rain water, diversion for traffic, night signals. providing & fixing
caution boards, crossing over trenches for access to the houses, watching,
fencing, etc. and removal of surplus soil out side/inside the town involving
lead upto 15 meter complete in all respect.
(a) Earth work upto 1.5 meter depth for
(i) In all classes of soil except rocky 29626.36 Cum 57.50 1703516.00
2 Providing stringing out HDPE pipes I.S.I Marked as per ISI-4985 casting along
the trenches and laying the same in trenches to correct alignment and
gradients, cutting, jointing and testing complete as per specification including,
supplying, fixing and jointing specials as desired by Engineer-In-Charge. HDPE
pipe of 6kg PE-80
(i) 90mm O/d pipe of 14408.00 Mtr 355.47 5121612.00
(ii) 110mm O/d pipe of 1202.00 Mtr 530.40 637541.00
(iii) 160mm O/d pipe of 2059.00 Mtr 1100.07 2265044.00
(iv) 200mm O/d pipe of 1166.00 Mtr 1710.54 1994490.00
(v) 250mm O/d pipe of 412.00 Mtr 2654.55 1093675.00
Contractor Witness Divisional Engineer
3 Supplying and laying D.I. specials/fittings as per IS:9523-2000 (ISI marked
with the prior approval of Engineer-in-Charge), class K-12 suitable for tyton
joint with external bitumen coating and inside cement mortar lining,
scaffolding, tools and plants, ropes, guys, etc. Complete in all respects.
DI Special up to 300 mm i/d 1616.00 Kgs 97.50 157560.00
4 Providing & fixing C.I/D.I Flanged end, stem of SS (AIS 1410) and
Bronze(gunmetal) working parts Sluice Valves ISI marked 14846-2000,
including jointing , testing & cost of Nut ,Bolt & insertion sheet, all carriage
complete (with the approval of Engineer in-charge).special quality sluice value
Sluice valve (PN-1/PN-1.6) special quality S.V. of premium range
(i) 100mm i/d Sluice Valve flanged 43.00 Each 15678.00 674154.00
(ii) 150mm i/d Sluice Valve flanged 9.00 Each 25253.00 227277.00
(iii) 200mm i/d Sluice Valve flanged 6.00 Each 44064.00 264384.00
(iv) 250mm i/d Sluice Valve flanged 3.00 Each 54891.50 164675.00
5 Supplying and fixing of ISI Marked CI D-joint (complete with nut, bolts &
rubber ring) as per IS:8794 for repair of pipe line including cutting , jointing
and testing etc. but excluding cost of excavation complete.
(i) 100 mm 86.00 Each 500.00 43000.00
(ii) 150 mm 18.00 Each 794.00 14292.00
(iii) 200 mm 12.00 Each 1015.00 12180.00
(iv) 250 mm 6.00 Each 1140.00 6840.00
6 Cement Concrete 1:2:4 with stone ballast or using cement concrete
volumetric type 17.28 Cum 3518.81 60805.00
7 Providing, fixing and jointing Cast Iron surface box for Sluice valve, Air valve,
Fire hydrant etc. including all carriages complete. 2013.00 Kgs 67.00 134871.00

Contractor Witness Divisional Engineer


8 Providing & Fixing C.I indicating plates of size 100mm x 100 mm for SV/FH
including synthetic enammel paint & letters in white enamel paint, fixing in
the ground with angle iron of size 25x25x5mm, 230mm height from ground
including conrete block complete in all respect as directed by Engineer-in-
charge 61.00 Each 191.00 11651.00
9 Construction of masonary Sluice Valve Chamber excluding Sluice valve cover
as per standard design & drawings of public health department.
(a) Inside size 0.6 m x 0.6 m 43.00 Each 4818.00 207174.00
(b) Inside size 0.9 m x 0.9 m 18.00 Each 6716.00 120888.00
10 Supplying and Fixing PVC Repair/service saddle for repair of PVC pipe line
excluding the cost of excavation complete in all respects.
(i) 90mm i/d 64.00 Each 197.00 12608.00
(ii) 1100mm i/d 10.00 Each 234.50 2345.00
(iii) 160mm i/d 10.10 Each 320.50 3237.00
(iv) 200mm i/d 4.00 Each 448.70 1795.00
(v) 250mm i/d 9.00 Each 583.31 5250.00
11 Providing and laying, jointing, fixing, testing ISI Marked G.I. Pipe (as per IS
1239) B- Class, premium make such as (Jindal Hisar) including cost of Specials
such as tees, bends, sockets elbow etc., cutting, threading and testing in
trenches in the ground complete.
25mm i/d 285.00 Mtr 223.00 63555.00
12 Providing, fixing and jointing ISI Marked Gun-Metal peet valves (Heavy
Pattern) as per IS 778 with hand wheels, on G.I. Pipe lines laid in the ground
or inside buildings including all carriages complete.
25mm i/d 95.00 Each 764.50 72628.00

Contractor Witness Divisional Engineer


13 Providing and fixing M.S clamps for PVC pipe complete including cost of nuts
& jointing etc. 95.00 Each 500.00 47500.00
14 Providing and fixing M.S indicating plate of size 150mm x 225 mm with writing
in red color indicating non drinking water. 95.00 Each 500.00 47500.00
15 Extra for the carriage of material beyond 1st 5 K.M and Difference between
CSR rate (Cheapest landed rate)
(a) Coarse Sand 34.19 Cum` 495.00 16924.00
(b) Bajri 23.39 Cum 536.66 12552.00
(c) Stone Ballast 18.99 Cum 525.06 9971.00
(d) Bricks 1000
23905.00 Nos 377.74 9029.00
16 Providing and fixing 3 layer PP-R (Poly propylene Random copolymer) pipes
(as per IS:15801-2008) SDR 7.4 U V stabilized & anti - microbial fusion welded,
having thermal stability for hot & cold water supply including all PP-R plain &
brass threaded polypropylene random fittings i/c trenching .refilling & testing
of joints complete as per direction of Engineer in Charge.
Internal work - Exposed on wall
PN-16 Pipe PN 32mm O/d 14694.00 Mtr. 202.00 2968188.00
17 Supplying and Fixing PVC Repair/service saddle for repair of PVC pipe line
excluding the cost of excavation complete in all respects.
(i) 90mm 1115.00 Each 197.00 219655.00
(ii) 110mm 103.00 Each 234.50 24154.00
(iii) 160 mm 70.00 Each 320.50 22435.00
(iv) 200mm 20.00 Each 448.70 8974.00
(v) 250mm 43.00 Each 583.31 25082.00

Contractor Witness Divisional Engineer


Total 18489011.00

Contractor Witness Divisional Engineer


Sr. Description Qty. Unit Rate Amount
No.
1 Excavation in soil (any type) using hydraulic excavator CK 90 and tippers with
disposal up to 450 meters, excavation for road work in soil with hydraulic
excavator of 0.9 cum bucket capacity including cutting and loading in tippers,
trimming bottom and side slopes in accordance with requirements of lines,
grades and cross sections and transporting to the embankment location
within all lifts and lead upto 450 meters. Excavation in soil 1810.32 Cum 77.80 140843.00
2 Providing & laying cement concrete 1:4:8 with stone ballast 40 mm gauge
including the cost of cement, sand, stone ballast, tool & plants etc. complete
in all respects. 75.70 Cum. 2545.28 192678.00
3 Providing and laying in position reinforced cement concrete M-30 mechanical
mixed using batch type concrete mixer as per IS 1791 & vibrated with needle
vibrator but excluding the cost of centering, shuttering, reinforcement in
super structure . 354.69 Cum 5059.79 1794657.00
4 Shuttering for faces of concrete foundations and foundation beam & plinth
beam (vertical or battering) 214.66 Sqm. 158.31 33983.00
5 Centering and shuttering for faces of walls, partitions, retaining walls and like
(Vertical or bartering) 993.72 Sqm. 269.05 267360.00
6 Centering and shuttering for flat surfaces such as suspended floors, roofs,
landings, chhajjas, shelves etc. 696.47 Sqm. 204.01 142087.00
7 Centering and shuttering for sides and soffits of beam, beams launchings
girders bressumers, lintels etc. 234.72 Sqm. 188.73 44299.00
8 Centering and shuttering for columns (Square or rectangular or polygonal in
plain) 171.04 Sqm 242.01 41393.00

Contractor Witness Divisional Engineer


9 Providing & laying cold twisted (ribbed/Tor/ TMT) Bars Fe 500 grade as per
ISI, for R.C.C works, where not including in the complete rate of RCC including
bending and placing in position completes 301.59 Qtl. 5051.00 1523331.00
10 Providing and laying four courses of water proofing treatment with bitumen
felt over roofs consisting of first and third courses of blown type bitumen
grade 85/25 applied hot @1.20kg per sqm of area for each course, second
course on roofing felt type 3 grade-I (Hessian base self finished bitumen felt)
and fourth and final course of stone grit 6mm and down size or pea-sized grit
spread at 0.006 cum. per sqm. Including preparation of surface complete. 806.20 Sqm. 332.36 267949.00
11 Providing and fixing 560 mm i/d medium duty RCC man hole cover and frame
ISI marked as per IS 12592-2002 including carriage to site of work, loading,
un-loading including stacking and setting the same to correct levels and lines
in 1:2 cement sand mortar over man hole including cement concrete topping
(1:2:4) around the frame etc. complete. 2.00 Each 1471.49 2943.00
12 Wrought iron and mild steel ladders, framed grills, grating etc. with ends of
bars, riveted or welded or forged, framed window guards, barred iron doors,
stair case, iron railing including cost of bolts and nuts or screws or welding
rod, complete fixed in position. 1.00 Qtl. 8480.73 8481.00
13 Providing and fixing of mild steel Circular ventilator of 3’-0” i/d and 2’-6” ht.
from the top of UGSR made from angle iron frame of 1’x1’ ½ x4 mm with
1”x3” M.S Jali and 12x22 gauge wire mash fixed all around top cover with 10
gauge circular M.S Steel projected 6” all around beyond wire mesh frame
ventilator wall with the help of nuts and bolts grouted in RCC . 4.00 Each 8994.00 35976.00
14 Providing and fixing rectangular M.S manhole cover and frame of size 3’x3’
made from angle iron frame of 1’x1’x4 mm and M.S Steel of 10 gauge with
proper locking arrangement to be fixed with the help fasters of M.S Flat over
RCC Walls. 2.00 Each 3847.00 7694.00
Contractor Witness Divisional Engineer
15 Extra for carriage of sand, bajri and stone blast beyond first five Km &
difference in CSR Rates and Quarry rates (Cheapest landed rates).
i) Coarse sand 194.39 Cum. 495.00 96223.00
ii) Bajri 375.60 Cum 536.66 201569.00
iii) Brick Tiles & Bricks 1000
5491.00 Nos 377.74 2074.00
Extra for using concrete Mixer value metric type where not included in the
16 75.70 Cum. 88.50 6699.00
rate.
17 Supplying and laying D.I. specials/fittings as per IS : 9523-2000 (ISI Marked
with the prior approval of Engineer-in- Charge), class K-12 suitable for tyton
joint with external bitumen coating and inside cement mortar lining ,
scaffolding, tools and plants, ropes, guys, etc. Complete in all respects.

i) DI specials up to 300mm i/d


287.00 Per Kg 97.50 27983.00
18 Providing Cement concrete 1:2:4 gola 10cm x 10cm concave quadrant along
junction of roofs with parapet wall finished smooth, where specially specified.
82.00 mtr. 49.36 4048.00
19 Providing 20 mm thick cement plaster 1:4 including cost of cement, sand, tool
& plants etc. complete in all respects.
69.37 Sqm. 159.91 11093.00
20 Providing 12.5 mm thick cement plaster 1:4 including cost of cement, sand,
tool & plants etc. complete in all respects.
49.20 Sqm. 117.74 5793.00
st
21 Providing 1 class BB work laid in cement sand mortar in super structure
complete in all respects.
11.44 Cum 4108.84 47005.00
Total 4906161.00
Contractor Witness Divisional Engineer
Grand Total of Sub Head No. 1 to 4 Rs. 306448016.00

Maintenance for Public Health Services i.e. Water Supply, Sewer, Storm and Tertiary Water
1 Maintenance for 1st year = 1275817.00
2 Maintenance for 2nd year = 2721703.00
3 Maintenance for 3rd year = 2925831.00
4 Maintenance for 4th year = 3145268.00
5 Maintenance for 5th year = 3381163.00
6 Maintenance for 6th year = 3634750.00
Total = 17084532.00

Total cost includes the maintenance for 5 years and (1st one year Only staff for the = 323532548.00
defect liability period)

J.E SDE Divisional Engineer (PH-2)


GMADA, SAS NAGAR

Contractor Witness Divisional Engineer


Name of Work:- Providing Water Supply Scheme in Eco City-2 at New Chandigarh.
Technical Specifications for Supply erection commissioning and testing of submersible pump sets
I) GENERAL:

(i) The submersible pumping set should strictly confirm to ISI 8034/1976 with latest amendments if any.
(ii) The pump assembly should be confirming to ISI 8034/1976 with latest amendments if any. The material of
construction of different components of the pump assembly should confirm to ISI 8034/1976 i.e. at Sr.No.5.1
and 5.2 of ISI 3076/1976. The material should be phosphorus bronze and will be dynamically balanced. A
standard Hydraulic test of all pressure containing parts shall be made 1.5 times the maximum discharge
pressure. The bowls may be equipped with replaceable testing boarding. The bowls shall bear a name plates
giving the following information:-

a) Name and manufacture trademark.


b) Sr. No. of pump set.
c) Pump type.
d) No of stages.
e) Total head.
f) Capacity.
II) The following information shall be very clearly mentioned by the tenderer.
a) Code designation of pump.
b) Type of pump giving.
c) Method of lubricating.
d) Suitability in tube well size 200 mm i/d straight.
e) Number of stages.
f) O.D. bowl the maximum dia of pump fitted with non return valves and maximum overall diameter of pumping set including the
Contractor Witness Divisional Engineer
cable.
g) Discharge ____________________________________ Gls. PH/LPM.
h) Speed _______________________________________ RPM.
i) Total head ____________________________________ Mtr./Ft.
j) Pump in put at duty point ________________________ KW/BHP.
k) Overall efficiency at duty point _______________________ o/o.
l) Maximum submergences required _________________________.

III) DETAIL OF MOTOR.


i) Type __________________________ squirrel cage induction type motor.
ii) Rating _________________________ RPM.
iii) Wet or dry winding type.
iv) Lubrication _____________________ (Method adopted for lubrication the thrust bearing rotor shaft, general bearing etc.)
v) Detail of power supply.
vi) Speed ____________________ RPM.
vii) Additional information to be furnished with the tender.
A) Performance curves.
B) Head Vs. discharge curve.
C) Discharge Vs. Power input.
D) Discharge Vs. overall efficiency.
E) Instruction for installation and maintenance.
F) Weight of the pump motor and cables and rising main type for specific setting.

IV)(i) SUBMERSIBLE MOTOR:


The Submersible motor should be able to operate on 415 V+ 6% 3 phases, 50 HZ+3 percent AC supplies. It should be E/B class
insulation. The motor have 15% power margin over the entire range and should not got over loaded. The cable should lead out to the motor
vs. cable sealing glands and protected against mechanical damage by cable guard strips along with the length of the pump. The body of the
Contractor Witness Divisional Engineer
motor should be closed grained cast iron so as not to allow of the any liquid to be penetrated into the body of motor. The winding shall be
either wet dry. The thrust bearing shall be at adequate size to with stand the weight of all relating parts of lubricating. The thrust bearing
shall be all as the imposed hydraulic thrust. They shall be suitable plug to empty the oils pure fitted into the thrust bearing housing motor
regarding breathing arrangement and corrosion resisting material. The motor should be confirme to ISI 8034/1976 or the latest amendments
if any. Both pump and motor should be coupled together directly and should run at 2900 RPM.
(ii) ROTOR SHAFT
It shall be as per IS 8034/1979 clause 6.29, 9.2.10 and 6. 2. 12 the motor should have name plate giving the following information.
a) Indication motor.
b) Name of manufacture.
c) Manufacture number frame reference.
d) Type of duty.
e) Frequency in HZ.
f) Number of phases.
g) Rotted out in K.W.
h) Rotted voltage and wiring connections.
i) Current approximate in Amp. at rotted output.
j) Speed in revolutions per minute of rotted output.
iii) MAKE:
The pumping set shall be reputed make the manufacture supplier submit of a certificate of test from the manufacturer clearly
indicating that the pumping set supplied to the GMADA has been tested and found in order. 1.4 The pump should be coupled with
submersible motor confirming to IS 9283/1979 or latest through a flanged adopted so that the pump should be disconnected from the motor
easily when required. The assembly should be able to with stand test pressure of 1.5 times the maximum discharge. The pump discharge
may be granted for the range of head between (-25%) and (+10%) of the specified head. When the later is 30 mtrs. or above. Below 30
meters the limits shall be from 25% to 25% or 3 mtrs. Whichever is less. The performance of the pump set at different heads should very
clearly to be given in performance curves and performance figures to be given in the annexure ‘B’ attached.

CONDITIONS:
Contractor Witness Divisional Engineer
1. Manufacture catalogue/leaf let giving details specifications & performance of item including accessories along with characteristic
curves must be attached with the offer.
2. The type makes model of pump set and other accessories giving detailed specifications thereof must be mentioned in the tenders.
Make of the pumping set and accessories shall be one of these mentioned in the DNIT. Any other make offered shall straight way
rejected.
3. A guarantee of one year against material and manufacture defects from the date of commissioning shall accompany the tender and it
should also be guarantee that the repair for all units will be under taken in India as and when required and spares required will be
made available. It should be at least one year from the installation and 1½ year from the date of supply, which over is more. Security
deposited by the contractor shall be refunded only after such a guarantee period and rectification of defects.
4. The inspection of material to be supplied will be done prior to dispatch at the premises of the manufacturer, which shall be carried
out by the authorized representatives of GMADA.
5. All sorts of testing equipment required for the testing of pumping set shall be made available by the manufacture/ supplier to the
inspecting officer.
6. The test certificate of electric motor pumps and combined unit must be given at a time of supply.
NOTE: MAKE OF ITEM.

1. SUBMERSIBLE PUMP:
The make of the submersible pumping set & Motor shall be JOHANSTON /WORTHINGTON/KSB/KIRLOSKAR.
2. STARTERS:
The make starter should be KILBURN/MEI/L & T / SEIMENS / JYOTI / GEC.
3. AMMETER AND VOLT METER:
Ammeters and volt meter make should be HAVELL’s/AUTOMATIC/IMP.
4. SWITCHES:
The make of switches should be L & T /SEIMENS/STANDARD ENGLISH ELECTRIC/MEI/GEC.
5. PRESSURE GAUGE.
The pressure gauge of 200 PSI should be of FEIBIG/PRECISION/ 1 MP.
6. COLUMN PIPE WITH CLAMPS:

Contractor Witness Divisional Engineer


These shall be confirm to IS No.1239 and latest amendments if any both sides welded with M.S. flanges suitable for submersible
pumping set including the cost of joints rubber insertion, nuts, bolts and washers etc. complete in all respects. The wall thickness
and diameter should be mentioned very clearly. The rates should be given for 100 mm dia heavy duty.

7. CABLE CLIPS:-
To the satisfaction of Engineer In Charge.
8. SUBMERSIBLE CABLE:-
It should be of suitable size confirming to 694-1977 PVC insulated copper conductor 90 Mtrs double length of Joint cable i.e 180
into the total length continuous for each pump set of FINOLEX, L&T, HAVELLS MAKE.
9. CAPACITOR:-
L & T, HAVELLS or as approved by the Engineer In Charge of the required capacity.
10. Panel board: Panel board: with required accessories such as switches indication lamps etc. along with wiring of required size
within the pump chamber and for connections.
11. C.I./D.I. specials: C.I./D.I. specials should be of ISI marked.
12. M.S. clamps: M.S. clamps for columns pipes as approved by the Engineer In Charge.
13. Double earthing: Double earthing as per PWD specifications.
14. ELCB:-
Suitable capacity makes GUTTS/BENTEX/HAVELL’s/HEGER.

NOTE:-

1. Agency will submit the test report from authorized licensed holder of PSEB and will be responsible for its passing from CEO/PSEB.
2. The contractor should quote the rate for each and individual items.

CONDITIONS FOR DIESEL GEN SET


Diesel generating set suitable for operating under normal Punjab Temperatures comprising of
ENGINE:-
Contractor Witness Divisional Engineer
The Engine shall be reputed make, developing required BHP at 1500 RPM and in accordance with BIS 649/1958 or the corresponding ISI
latest standard water Cooled and electric start.
The engine shall be capable to taking 10% over load for the one hour in any 12 hours running designed for required 12 Volts electric
starting and should be completed with starter motor.
1. Required cable up to change over switch DYNOMO and control box >panel with start push button battery ammeter.
2. Lubricating oil, pressure gauge internal wiring.
Starter gearing on fly –wheel
Starter battery ( battery is supplied in un charged dry.)
Battery Cables
Fly Wheel
Starting handles ( head start with Decompression level)
Engine cooling fan.
Lubrication oil roller
Fuel and lubrication oil filters
required lubricating oil filled in engine
Oil bath air cleaner
12 hr. daily service fuel tank (with brackets to be fixed on wall as per site condition)
Flexible coupling
Exhaust silencer ( with required length of piping
Holding down bolts for combination base plates
Stander set of tolls and spares, comprising adjustable spanner
Screw Driver
Folder gauge 0.004
Joint cylinder head to cover
Joint cylinder head to exhaust
Joint rink lab oil filter

ALTERNATOR
Contractor Witness Divisional Engineer
Reputed make 3 phase 415 volts 0.8 power factor 50 cycles / second 1500 RPM self exited self regulated alternator and capable of
sustaining 10% over load for one hour in any 12 hrs. as per BSS 649/1958 and BSS 2613/1970/IS-4722 /1968 or latest . The alternator will
be directly coupled by means of flexible coupling to suitable engine of reputed make . The alternator will be screen protected and fillted
with end should ball roller bearing and will generally conforming to BSS -2613 /1970 or latest ISI . The Base shall be channel iron to take
load of engine and alternator vibration observing pads will also be provided .
CONTROL PANNEL.
Fabricated steel wall ( Floor mounting type control panel ) incorporating the following instruments.)
1. Suitable scaled flush mounted AC ammetor with ammeter selector switch or 3 Nos. AC ammeters.
2. Suitable sealed flush mounted AC volt meter
(i) Volt meter selector switch.
(ii) 3 HRC fuse.
(iii) One frequency meter
(iv) Pilot lamp
(v) One set of instrument fuses
(vi) One main switch rotary type of suitable rating internal wiring of connection.
Temperature gauge with connection on /off switch terminals for D.C current to test the field and change over switch and suitable capacity.
WIRING
All panels will be completed with internal wiring /leveling and no wiring between the alternator and punch is included
COMBINATION BASE PLATE:
The engine and alternator shall be mounted on all specially designed combination base plate MS CHANNEL iron externally rigid and
welded constructing strong enough to with stand the vibration and all load of engine and alternator . The anti vibration pad should be also
be provided.
CONDITIONS
1. The Make type model of engine alternator and other accessories and complete specifications thereof must be mentioned in the offer
without which the tender will be straight way rejected.
2. Merely indicating that the offer is as per DNIT may be renders the offer liable to rejection.

Contractor Witness Divisional Engineer


3. Manufacture catalogue/ leaf let giving complete detailed specification and performance of each item of equipment must be attached
with the offer.
4. The tenderer must give fuel consumption and lubricating oils consumption of the engine in their tenders will be given to the offer
with latest consumption of diesel oil.
5. Efficiency of engine and alternator must be mentioned separately
6. The tenderer should guarantee the equipment/ machinery offered against any manufacturing defects for a period of at least one year
from the date of commissioning or 18 months from the date of supply whichever is more.
7. The firm will supply design of foundation of generating set and it will construct it accordingly by the agency.
8. Makes of engines are ruston., Escort, Kirloskar, Cummins , Ashok Leyland , Greaves and make of alternator are kirloskar crompton,
Jyoti , GEC along with test certificate of manufacture.
9. A Photostat copy of DGS and D/ Most recent inspection of a similar model showing fuel consumption must be attached with the
tender.
10. The firm will supply the tool Kit.
CONDITIONS FOR TUBEWELLS:-
REPORT:
It is proposed to drill 3 No. tube wells at the proposed site in Eco City-2, New Chandigarh as per plan
(may be inspected in the office of the undersigned) in accordance with ISS No. 2000-1964 or latest.
The process to be adopted with reverse rotary circulation method and tubewell are to be installed as per
the schedule where the actual length of housing pipe, pre packed stainless steel screen/strainer and blind pipe is to
be worked out in accordance with the availability of strata. The annular space between the wall of hole and stainless
steel screen/housing pipe/blind pipe is to be packed with the suitable size of graded gravel to make the area
immediately around the well bore for the flow of water to prevent sand from entering the well during pumping.

Contractor Witness Divisional Engineer


SPECIFICATIONS:-

The tube well installation work includes the satisfactory completion of:
a. Drilling the bore hole in all kind of soil, which shall include various kinds of water bearing strata including small boulder if any.
b. Installation of housing assembly complete with stainless steel screen and housing/ blind pipe of following specifications:

HOUSING PIPE/BLIND PIPE:


a. 300 mm nominal bore (62.30 kg per mtrs) ERW steel pipe confirming to I.S. 4270:2001 (ISI marked) with up to
date amendments fabricated out of 8 mm thick MS plate with M.S. socket of inside threaded to match the
pipe threads.
b. 200 mm nominal bore (41.60 kg per mtrs) ERW steel pipe confirming to I.S. 4270:2001 (ISI marked) with up to
date amendments fabricated out of 8 mm thick MS plate with M.S. socket of inside threaded to match the
pipe threads.

STAINLESS STEEL SCREEN /STRAINER:


Stainless steel cage type wire wound screen as per IS 8110-2000 or latest with SS socket to connect
strainer to strainer duly welded with suitable grade stainless steel electrode to lower the strainer in to tube well
bore. 200mm i/d stainless steel strainer with slot size 0.50/0.75 mm and having thickness 8.00 mm. The other
parameters for noted as well as strainer should be as under:-

Contractor Witness Divisional Engineer


1. Stainless steel rings as per specifications AISI 304 Grade SS-304 will be welded on both sides of the screen
such that it will not affect the total tensile strength. Ring will be of 150 mm in length with 8 thread to an
inch and threaded portion of the ring will be 63.5 mm in length.
2. Screen will have evenly distributed slot openings so that it will have minimum turbulence and loss of energy.
3. Open area of the screen will be designed such that entrance velocity is less than 0.03 meter per second as per
IS: - 8110 and water enters the well more easily and less energy needed to pump the water.
4. Slot will be smooth, clean edges rounded off.
5. The ‘V’ shape inwardly widening slot will be of non-clogging so that sediments has only point contact which
will give longer effective well life.
6. The number and cross section of the vertical support rods and the size of the wrapping wire will be such as to
give specified tensile strength.
7. Effective length of screen with ring will be supplied in the length of 1.50 mtrs, 2 mtrs, 3 mtrs, 4 mtrs, 6 mtrs
without any circumferential joints in screen section.
The size and number of openings will depend upon the sieve analysis bearing strata encountered during the drilling. The contractor
will maintain the wooden sample box at site and will prepare strata chart. He will further submit the sieve analysis of water bearing strata
encountered during drilling and will suggest the suitable size and no. of slots per feet length of stainless steel strainer and proposed
assembly. The stainless steel strainer and assembly will be approved by the Engineer-in-Charge before actually lowering in writing. The
technical composition of stainless steel strainer to be used will be in accordance with relevant IS code and to satisfaction of the E.I.C.
REDUCERS:

Contractor Witness Divisional Engineer


300 mm nominal bore housing pipe is to be connected through a properly designed reduced with 200 mm nominal bore blind
pipe. Both the joints are to be screw type and to be provided to suitable threaded socket fabricated out of M.S. plate with both end threaded
inside having suitable size of socket to suit for jointing housing pipe and blind pipe.
CLAMPS:
Suitable clamps fabricated of M.S. plate are to be provided through out the length of tube well for securing the position of
wall.
GRAVEL:
The gravel should consist of hard well rounded particles reasonably uniform in diameter of 1/16” to 1/8” and its size
according to design of gravel to suit the permeable strata determined by the contractor after analysis the character of water bearing
formations to be packed. It should confirm to IS 4097-1968 or latest edition free from dust, dirt or other vegetable matters. Development
with the aim of the stabilizing of gravel and getting possible design discharge from the aquifer so encountered at a working depression of
20’ (6.09 mtrs) is to be carried out.
DRILLING PROCEDURE:
The contractor will employ reverse/direct rotary circulation method rig for the drilling of wells. The design of the well for
the discharge anticipated through will be of the firm. Yet the contractor is to continue drilling up to any depth when ordered by the E.I.C in
writing. The strata chart prepared on the basis of observation has to be got approved from the E.I.C. before arranging and installing the
columns assembly through the responsibility for the design of the well will be that of the firm. If the E.I.C. feels that at any stage the
sufficient water bearing strata is not been obtained, drilling shall be stopped when directed by the E.I.C. in writing.
GRAVEL PACKING OF THE TUBE WELL (AS PER IS 4097-1967 OR LATEST)

Contractor Witness Divisional Engineer


After the pipe assembly is lowered into position it is to be packed with suitable size of gravel to be designed on the basis of
the analysis of character of water bearing formations In the first instance of gravel packing is to be done up to the bottoms of housing pipe.
The verticality of the housing pipe is to be tested and defects if any to be rectified to assure that it is not out of vertical. Thereafter the
position of housing the pipe is to be secured and the gravel packing up to the top to be completed. The feeding of the gravel is to be done in
such a manner that there is no bridging in annular space. To avoid the bridging it would be helpful if the circulated fluid is pumped to
agitate the gravel as it is being fed.
DEVELOPMENT OF TUBEWELL:
The well shall be developed with the help of air compressor in first instance to assure proper slotting of
the gravel and after each a strainer it properly dealt The development is to continue with the help of pumping set at
a depression of 30 ft. or at a discharge of 50% higher than the design discharge of the tube well which so ever is
more. The tube well is to be completely made sand free with no turbidity or at a most turbidity as defined in the
ministry of health standards for drinking of water. After the contractor has reported that the development of tube
well is completed. The tube well to be offered for testing observations are to be recorded in the shape of chart
enclosed in the annexure in the manner prescribed in ISS-2800-1964 or latest.
VERTICALITY TEST:
The tube well when out of alignment containing kinks bend or core –skew is to be rejected straight way.
The housing should be true to the line and the deviation of the tube well is to be determined according to the
method specified in ISS-2800-1964.
SCHEDULE OF REQIREMENT:
a. Name of the owner : Divisional Engineer (PH-2), GMADA, SAS Nagar.

Contractor Witness Divisional Engineer


b. Address : 5th Floor, PUDA Bhawan Sector 62, SAS Nagar.
c. No. of tube well and size : 3 Nos. tube wells of Size 300 mm x 200 mm in
Eco City-2, New Chandigarh
d. Sites : Probable site for tubewells is marked on the
Plan and can be seen in the office.
e. The tube wells is to be installed for a minimum discharge of 25,000 to 35,000 gallon /hr. against the depression
of 30’.
f. The tube wells will be equipped with the submersible pumping set.
g. The tube wells is installed for drinking water.
h. The water after development of tubewells should completely be sand free.
THE CONTRACT REPORT:
The contractor is required to furnish the following information:
a. He should recommend the suitability of site proposed by the GMADA and in case of difference in opinion; he
should suggest other site nearby for the required design of the tube well.
b. Weather the test bore is proposed, and if yes its diameter and depth.
c. Likelihood of increasing or decreasing depth indicated (b) above.
d. Method of drilling.
e. Size and types of different strainer or slotted pipe etc. if other than one specified are to be used.
f. Probably yields of the water.
He should guarantee with regard to the verticality of the tube well and sand contents in the discharge at the
time handing over the tube well.
Contractor Witness Divisional Engineer
FINAL TEST:

a. The final test is to be conducted by the contractor to clearly indicating the performance of the tube well in

regard to yield and the draw down.

b. The Performa attached at annexure II is to be completed by the driller after the tube well has been completed

each joint of housing pipe, blind pipe and that of strainer will both screw type and continue type welded with 2

nos. M.S. flats of size overlapping by 6” on either side by socket.

Divisional Engineer (PH-2)


GMADA, S.A.S.Nagar

Contractor Witness Divisional Engineer


ANNEXURE-1

(Quantity for 1 No. Tube well)

1. Name of work : Boring and installation of 1 no. deep tube well of size 300 mm x 200 mm dia gravel
packed up meters below ground level in Eco City Phase-2, New Chandigarh.

2. Size of bore. : 27” (675 mm) = 450 mtrs.


3. Size and length of pipe : 300 mm=100 mtrs.
200 mm=320 mtrs.
4. Size of stainless steel : 200 mm Nominal dia =30 mtr
Screen/Strainer
5. M.S. reducing socket : 300 mm x 200 mm=1 no
6. M.S. special socket : 200 mm=20 nos.
7. M.S. centering guide : 20 nos.
8. Bail Plug 200 mm : 1 no.
9. MS clamp made from MS flat : 1 No.
10. Well cap 300 mm : 1 No.
11. Deodar wooden box. : 1No.
12. Gravel 1/16” to 1/8” : 190 cum.
13. Development and stabilizing of T/W :
a. With air compressor of 500 CFM
Contractor Witness Divisional Engineer
@ 650 PSI : 50 hrs.
b. With submersible motor : 30 hrs.

Contractor Witness Divisional Engineer


ANNEXURE-II
Name of agency :
Location of tube well :

STRATA CHART

Depth drilled

Size of bore

Housing pipe

Blind pipe

Stainless steel screen

Slot size

Gravel packing

Contractor Witness Divisional Engineer


Bail plug

Reducer

Housing clamp

Centering guides

Well cap

Total hours developed

Static water level

Yield

Draw down

Pumping water level

Contractor Witness Divisional Engineer


Remarks if any

Company

Note:-

1. Execution and dismantling of boring plant including all arrangements for the transportation of boring equipments to site of work from
store of contractor at site and back are to be made by contractor. All rates should be quoted for supply of material at site of work. The
contractor will make all arrangements for water.
2. GMADA reserves right to abandon a particular tube well due to lack of sufficient water bearing strata and contractor will be paid the
rates approved for the items executed by him. In case of the failure of the tube well nothing will be paid to the contractor. The
decision of Engineer-in-Charge will be the final and binding on the contractor.
3. Although, in the DNIT the boring depth has been taken as 450 Mtr. yet, boring beyond 300 Mtr. shall only be done if the required
strata to lower strainer of 30 Mtr length is not available up to 300 Mtr. depth, with the prior approval of SE-in-charge. To ascertain
this, if required, the contractor shall perform electric logging up to 300 mtr. depth, without any extra payment to him. If the agency
drills beyond 300 Mtr. without the permission of EIC, no payment of extra drilling done by the agency shall be made to the agency.
4. All quantities are as per annexure 1.
5. The tube well should be handed over to GMADA in a complete shape. A well cap should close the housing for period between the
completions of tube well and installation of pumping set. The cap should be of such a design that it is easily removable causing no
damage to the housing pipe.
6. The following information should be furnished by the drilling agency to the department on the completion of the tube well:
a. Separate chart of borehole indicating the different type of soil met with depth and granular zone.
b. Samples of strata collected neatly packed, correctly marked in the sample bag.
Contractor Witness Divisional Engineer
c. Chart of actual pipe assembly lowered indicating the actual size of pipe, depth range where stainless steel strainer have been
used, depth and diameter of housing pipe and level of top of housing pipe and diameter and depth of bore hole.
d. Hours of developing by air compressor pump set or any other means.
e. Results of development and stop draw down test on the performance of the tube well to be recorded as shown on the Performa
attached at annexure II.
f. Result of mechanical (sieves) analysis of samples of equipped for the material wherever applicable.
g. Recommendations on the safe pumping yield, pump setting and specification for suitable pump sets.
h. Vertical test results to be recorded in accordance with the Performa given in the annexure II.

TERMS AND CONDITIONS:


All measurements to be taken from the ground level.
1. The rate quoted must include all taxes as applicable.
2. The rates must be included carriage of all material, boring equipment T&P and other consumable.
4 The rate must include cutting, threading and assemblies of pipes etc.
5 The recommendation regarding slot size of screen, the contractor will give location of the screen or however the final decision
regarding the same will be of the Engineer-in-Charge.
6 Nothing extra will be payable of temporary suspension of work on any ground.
7 The contractor shall carry out the work in strict accordance with ISI specifications.
8 The pits of storage of water and water required for drilling the tube well and its delivery in the pit will be arranged by the agency at
its own cost.
9 The quantities given in the annexure I can be increased or decreased as per actual conditions at the site.
10 All safety measures for prevention of fatal accidents of small children due to their falling in to abandoned bore well and tubewell
will be adopted by the agency as under and agency will be fully responsible for this:

Contractor Witness Divisional Engineer


a. Before starting the process for boring of tube well the concerned authorities i.e. District Collector/ District Magistrate/ Sarpanch of
Gram Panchayat and undersigned must be informed in writing at least 15 days in advance.
b. Registration of all the drilling agencies is mandatory with the District Administration.
c. Agency will erect the sign board near the site at the time of installation of tube well with the following details:-
i. Complete address of the drilling agency.
ii. Complete address of the user agency / owner of the tube well.
d. Agency will erect barbed wire fencing or any other suitable barrier around the tube well site during construction.
e. Agency will construct cement concrete platform measuring 0.50 meter x 0.50 meter x 0.60 meter ( 0.30 meter above ground level
and 0.30 meter below ground level) around the well casing.
f. Agency will provide capping of well assembly by welding steel plate or by providing a strong cap to be fixed to the casing pipe with
nut and bolts.
g. In any case the tube well bore should not be left un covered.
h. Agency will filled of mud pits and channel after completion of work.
i. Agency will fill up the abandoned bore wells by clay / sand / boulders/ Pebbles/ drill cuttings etc. from bottom of ground level.
j. On completion of the drilling operation at a particular location the ground conditions are to be restored as before the start of the
drilling by the agency.
k. If tube well is abandoned a certificate must be given by the agency that the abandoned bore well/tube well is properly filled up to
the ground level. Random inspection of the abandoned well is also to be done by the concerned SDE/ Engineer-in-Charge and
information of all such data is to be submitted to the District Collector and concerned authorities.

GENERAL CONDITIONS FOR OTHER COMPONENTS:-


NOTE:

(i) The bidder/tenderer will submit the related documents for the exemption of excise duty to GMADA before placing the order of
Water supply pipes above 80 mm dia so that the requisite approval of the exemption of excise duty can be obtained from the Deputy
Contractor Witness Divisional Engineer
Commissioner, SAS Nagar. The amount of excise duty will be deducted from the bills of the bidder. If the bidder purchase the water
supply pipes without obtaining excise duty exemption certificate, amount equivalent to the excise duty will be deducted from the
bills of the bidder and nothing can be considered on the matter.

(ii) If any other item/design left in the DNIT that will be dealt with in consultation with the Engineer-in-Charge.

Contractor Witness Divisional Engineer


Terms and conditions:

1. 60% payment of each consignment of machinery/ Electrical Transformers/Pump sets shall be made on receipt of material in good
condition in GMADA store at destination after approval of the inspection authority and issue of Test Certificate, 20% after
commissioning and testing of machinery and balance 20% will be released after 3 months from the date of completion of work.

2. The contractor should guarantee the equipments/ machinery/ transformers/ pumping sets against any manufacturing defects
for a period at least one year from the date of commissioning.

3. All material should be ISI marked and approved make as per DNIT subject to approval of the Engineer-in- Charge.

4. All electrical work shall be carried out as per specifications of Indian Electricity Rules.

5. All structural design of UGSR, Pump House, Boundary Wall and tail ends etc. will be got evolved from the approved structural
consultant of GMADA and will be got re-checked/vetted from PEC Chandigarh or other reputed institute as directed by the
Engineer in Charge at his own cost.

6. The soil investigation will be got evolved from the approved laboratory of GMADA as directed by the Engineer-in-Charge by
the contractor at his own cost.

7. The engine of Gen. Set shall be capable to taking 10% over load or any of one hour in any 12 hours.

8. TMT steel should be Fe-500 grade ISSCO, TISCO, SAIL, RASHTRIYA ISPAT, RINL make only

9. The quantity of any item can be increased or decreased as per site requirement and any item can be withdrawn by the
Engineer-in-Charge in the interest of work, any objection will not be entertained from the contractor.
Contractor Witness Divisional Engineer
10. The rates provided for Water Supply Pipes are inclusive of excise duty. GMADA shall furnish excise duty exemption certificate
to the contractor and the amount of excised duty will be deducted from the bill of the bidder.

11. All design and drawings for Water Supply Scheme, Sewerage Scheme, Storm Water Drainage Scheme, Tertiary treated water
supply scheme and Water Works etc. will be submitted by the contractor and will be got vetted from the GMADA/ PEC
Chandigarh or other reputed institute as directed by the Engineer in Charge.

12. The deduction of amount according to the consumption of cement will be made @ Rs. 49.95 per bag of 50 Kg, from the agency.

POWER:

Required Power connection will be arranged by the GMADA. All other works including Transformer, HT, LT
cabling, panels, substation, energy meter with CT / PT units, Electrical Panels, distribution thereof will be done by
the contractor at his own cost. All approvals from Chief Electrical Inspector Govt of Punjab and PSPCL will be
arranged by the contractor.

6.0 LIST OF ABBREVIATIONS:

Abbreviation Meaning

ACB Air Circuit Breaker

CRCA Cold Rolled Close Annealed


Contractor Witness Divisional Engineer
DI Ductile Iron

EIC Engineer – in – Charge

EOT Electrical Overhead Travelling

GMADA Greater Mohali Area Development Authority

MGD Million Gallons per day

MLD Million Litres per day

P&I Piping & Instrumentation

PLC Programmable Logic Controller

PPM Parts Per Million

PU Poly Urethane

SS Stainless Steel

XLPE Cross-Linked Poly Ethylene

20. Water Works:

1. Power connection will be arranged by the GMADA at the gate of Water Works premises. All other works including HT, LT
cabling, panels, substation, energy meter with CT / PT units, Electrical Panels, distribution thereof will be done by the
contractor. All approvals from Chief Electrical Inspector Govt of Punjab and PSPCL will be arranged by the contractor.
Contractor Witness Divisional Engineer
2. The successful bidder/contractor shall have to get the bearing capacity of Water Works area tested (in the presence of
Engineer-in-charge or his authorized representatives) and the design shall be based on the tested bearing capacity. The
maximum safe net bearing capacity for which the structures are to be designed shall not be more than 8.6 ton per sqm. The
design value of bearing capacity shall be decided by the Engineer-in-charge, keeping in view the test results of bearing
capacity reports got done by the contractor. It is reiterated that the contractor shall be responsible for soundness, safety and
stability of the structures.

3. The Pump Chambers, Office Building and Boundary wall with concertina coil on the top of wall, gate will be constructed by
the contractor. The design of the same will be got evolved from the approved structure consultant of the GMADA and will be
got approved from the GMADA.

Contractor Witness Divisional Engineer


SPECIFICATIONS FOR PUBLIC HEALTH WORKS

1. HYDRO-PNEUMATIC BOOSTER SYSTEMS.

COMMERCIAL PUMP STATION SPECIFICATIONS.

The packaged water booster pump system shall be a standard product of a single pump manufacturer. The manufacturer of the packaged pump
system shall also be the manufacturer of the pumps. Non-standard, “one of a kind” packaged (assembled) pump systems shall not be considered
equal.

The packaged water booster pump system shall be GRUNDFOS / KISHORE / SLAYER Model BOOSTER as mentioned in bill of quantities subject to
approval of the Engineer-in-Charge.

The packaged water booster pumps system shall use advanced variable frequency drive and dedicated electronic pump controller to maintain a
constant water pressure. Minimum supply pressure shall be 0.5 Bar (Positive Pressure).

PUMP

The packaged pump system shall have number pumps (Working + Standby) as mentioned in the bill of quantities. The maximum duty point of each
pump and pump minimum B.E.P. shall be as per bill of quantities.

Each pump motor rating shall be 15 KW / 2 poles, 380-415 volts, and 3 phase.

The pumps shall be of the vertical multi-stage centrifugal pump and pump suction/ discharge chamber (base) shall be in Cl. Motor stool, and pump
shaft coupling shall be constructed of cast iron.

The impellers, pumps shaft, diffuser chambers, outer discharge sleeve, impeller seal rings, and seal ring retainers shall be constructed of stainless
steel.

The pump impellers shall be secured directly to the pump shaft by means of a spline shaft arrangement for model of the lower sizes, and the pump
impellers shall be secured to the shaft by a split cone and nut for higher sizes. The shaft journal and chamber bearings shall be tungsten Carbide

Contractor Witness Divisional Engineer


and Ceramic/Bronze. All pumps shall be equipped with a high temperature cartridge mechanical seal assembly with Tungsten Carbide/Carbon or
Tungsten Carbide seal faces mounted in stainless steel components. The shaft seal shall be of the cartridge design; the larger pumps (with 7.5 Kw
and above motors) shall be designed so that the cartridge seal may be replaced without removing the motors.

MOTOR & VARIABLE FREQUENCY DRIVE.

The motors shall be TEFC type, class F insulation, 2 Pole, efficiency class “Eff- 2”, should be NEMA standard motor. Drive-end motor bearing shall
be designed to absorb thrust and shall be adequately sized to ensure long motor life.

The variable frequency drive enclosure shall include dry-contact fault-output relay contacts along with analog and digital inputs. The motor shall
detect/ protect itself against under voltage, over voltage, excessive temperature, and set-point signal fault.

ELECTRONIC CONTROLLER

An electronic dedicated pump logic controller shall be a Hydro MPC (Multi Pump Controller) or approved equal. The controller shall operate the
pumps to maintain the required system pressure while using minimum energy and alternating between pumps to maintain relatively equal pump
operating hours.

As flow demand begins, one of the pumps will start at low speed. As demand increases, the pump will speed up until it reaches full RPM. At this
point the second pump will start in full speed. The speed of the first pumps will vary until it builds up required system pressure. This sequence will
continue for additional working pumps, if demand is not met.

Pumps shall changeover automatically to maintain the system pressure depending on demand, time and fault.

Electronic controller should perform a flow estimation every 2 minutes so as to minimize or utilize the number of duty pumps and stop all pumps in
an even of no demand, thereby the performance and energy consumption of the system is optimized.

The system includes an optional standby pump, the controller shall exercise the standby pump as a part of the system and equally run the pump as
other pumps in the system.

The controller shall have a keypad and a graphical user interface display with installation wizard for easy commissioning of the system.

Contractor Witness Divisional Engineer


PROGRAMMABLE FUNCTIONS

System functions shall be programmable through the keypad. These programmable functions and information shall include, but not be limited to:

1) Closed loop control.

2) Automatic pump alternations.

3) Automatic cascade control of pumps.

4) Set point adjustment and control.

5) Clock Program.

6) Flow estimation function.

7) Programmable pump testing.

8) Programming of No. of starts/stops per hour.

9) Remote controlling of the entire Hydro Pneumatic System through Ethernet. (User has to provide Static IP address to HPS system which can be accessed by BMS
computer for remote control).

10) Standby pump designation.

11) Friction Loss Compensation (set point).

12) Pump status.

13) Elapsed running hours for each pump.

14) System pressure set point.


Contractor Witness Divisional Engineer
15) Actual system pressure.

16) Pump speed (percentage).

17) Fault memory up to recent 24 faults with time stamping.

18) To display calculated system flow.

19) Pressure transducer design settings.

20) Redundant primary sensor for pressure monitoring.

21) High and low discharge pressure shut-down limit.

22) Analog input for remote set-point control.

23) Digital input for remote stop/start.

CONTROL CABINET:

The controller shall be mounted in a control cabinet with an IP 41 enclosure of suitable rating (or specified optional cabinet) with the keypad and
display screen mounted through the outer door. In addition to the electronic pump controller, the control cabinet shall include circuit breakers for
each pump and the control circuit and control relays for alarm functions.

Control cabinet shall include the following, but not be limited to:

1. Motor protection.

2. Dry run protection – Float switch / Inlet pressure monitoring device for suction lift condition.

3. Ethernet connectivity (Web based control)

4. 320 x 240 pixels VGA display with adjustable backlight.

Contractor Witness Divisional Engineer


5. Pump Fault Lights – A Red light for fault indications

6. Visual Alarm

7. Pump Elapsed Time Meters.

8. Manual Operation.

The entire packaged pumping system shall be mounted on a Hot Dipped Galvanized MS or SS fabricated skid. The control cabinet shall be mounted
in one of the following ways depending on the size of the cabinet.

1. On a Hot Dipped GI or MS fabricated control cabinet stand attached to the system skid.

2. On a Hot Dipped GI or MS fabricated skid, separate from the main system skid.

3. Floor mounted control cabinet with plinth.

PLUMBING.

The suction and discharge manifolds shall be fabricated of Hot Dipped Galvanized MS. Both manifolds shall be designed to attach to the system
piping at either end of the manifold. Delivery manifold shall include a pressure gauge. The suction manifold shall have as standard a pressure switch
or pressure sensor to detect low suction pressure or a float switch to prevent dry running. The discharge manifold shall include a pressure transducer
with a 4-20 MA output. The pressure transducer shall be factory installed and wired.

Isolation valves shall be installed on the suction and discharge of each pump. A check valve shall be installed on the discharge of each pump.

The system shall include a diaphragm type pressure tank sized by the system manufacturer.

All systems shall be factory tested for performance and hydrostatic tested to at least 1.5 times the system working pressure. The system
manufacturer shall provide verified Factory Performance. Tests and Witness Factory Performance Tests.

Contractor Witness Divisional Engineer


2. Boring and installation of deep tube well of size 300 x 200 mm dia gravel packed up to 450 mtr. BGL.

Note: In case for any item / unit the Schedule of Payment is not mentioned above, it shall be decided by the Engineer- in – charge during execution and his decision shall
be final and binding.

Contractor Witness Divisional Engineer


APPROVED BRANDS OF MATERIAL

S.NO. DESCRIPTION OF ITEM. BRANDS.

1 CEMENT 43 GRADE (OPC) L&T, ACC, VIKRAM, AMBUJA, JK, ULTRA TECH, BINANI

2 STEEL ISSCO, TISCO, SAIL, RASHTRIYA ISPAT, RINL.


3 WATER PROOF COMPOUND. SIKO, ACCPROOF (ACC), SIKKA INDIA PVT. LTD.

4 WATER PROOFING TREATMENT INDIA WATER PROOFING CO. OVERSEAS WATER


PROOFING CORP, FOSROC, CHEMICALS.
5 GUNMETAL VALVES AND BRASS FITTINGS. LEADER, SANT, ZOLOTO, RB, BONOMI

6 DI PIPES/CI PIPES AND SPECIALS JINDAL SAW LIMITED/ELECTROSTEEL/ ELECTROTHERM /


TATA
7 STAINLESS STEEL SCREEN /STRAINER JOHNSON

8 PAINT, PRIMER NEROLAC, SHALIMAR, BERGER, ICI, ASIAN PAINTS

9 RCC PIPES OCR, CHANDIGARH SPUN PIPES/ JST/BABA FARID SPUN


PIPE / K.K SPUN.

10 SW PIPES OCR, SURAJ IND. AGGARSEN CERAMICS

11 GI PIPES/MS PIPE TATA/JINDAL HISSAR

Contractor Witness Divisional Engineer


11A FIRE HYDRANT VTM/ ZOLOTO/ BDK / BIR VALVES

11B HDPE PIPE DURALINE / RELIANCE / JAIN

12 HCI PIPES AND SPECIALS NIF/ NIC/PREMIER/NICO

13 CP PILLAR COCK, BIB COCK, STOP COCK AND OTHER ESS ESS/ JAQUAR/EXCEL/GROHE/ KOHLER
CP FITTINGS
14 BRASS BIB AND STOP COCK GPS, SANT, L&K

15 PLASTIC SEAT COVER HINDWARE/HINDUSTAN/ CERA/ PARRY WARE

16 MIRROR MODI GUARD/ SAINT GOBAIN/ TATA/ATUL/ASAHI

17 STAINLESS STEEL SINK NEELKANTH/ JAYNA/JMC

18 BALL COCK VIKING/ HINDON

19 RCC MANHOLE COVER AND FRAME OCR / CRYSTAL /JST / K.K SPUN

20 RCC ROAD GULLY GRATINGS OCR / K.K SPUN / JST

21 GI FITTINGS SVW/UNIK/UCO

22 UPVC / ppR PIPES, PVC PIPES & FITTINS SUPREME, FINOLEX, PRINCE, JAIN / KISSAN

23 GLAZED TILES/CERAMIC TILES SOMANY, KAJARIA, ORIENT , JOHNSON

24 WATER TANKS SINTEX, DIPLAST/ACQUA PLUS

25 SANITARY WARES HINDWARE, PARRYWARE, CERA

Contractor Witness Divisional Engineer


26 DI SLUICE VALVES, NRV, REFLUX VALVES, CHECK KIRLOSKAR, VAG VALVES, AVK, IVC, SANT, LEADER /
VALVES, BUTTERFLY VALVES , AIR VALVES, PEET KARTAR
VALVES, GATE VALVES

27 CONCRETE ADMIXTURE SIKA, FOSROC, CICO

28 STARTERS FOR MOTORS L &T. SIEMENS, ENGINEERING ENTERPRISES

29 CEILING FAN USHA, BAJAJ, ORIENT, CROMPTON, GEC, HAVELLS

30 ENGINE FOR DG SET CUMMINS, KIRLOSKAR, ASHOK LEYLAND, GREAVES


COTTON, MAHINDERA, STAM FORD

31 ALTERNATOR CROMPTON, GREAVES, ALSTOM, BHEL, JYOTI,


LEROYSOMERS, KIRLOSKAR
32 PRECAST TERAZZO TILES GOLDEN INDIA LTD., NTC, SAMRAT TILES LUDHIANA

33 ALUMINUM JOINERY FITTING CLASSIC, PRESTICE, NEW LITE

34 ELECTRIC GYSERS BAJAJ, EVERON, CRUMPTON, VENUS, USHA

35 PIG LEAD 99.97% PURE HINDUSTAN ZINK LIMITED.

36 PUMP SETS KIRLOSKAR, GREAVES COTTON, SHARP

Contractor Witness Divisional Engineer


37 CHEMICAL DOSING SYSTEM SEKO ITALY, AQUA EDOSE

38 FIRE PROTECTION EQUIPMENTS GETECH

39 HYDROPNUMATIC PUMP SYSTEM GRUNDFOS, KISHORE, SLAYER

40 GAS MASK GRAGER

41 EPOXY PAINT HINDUSTAN, CIBA GIEGY FOSROC, NAPTHA, SEIKO


ROFFEC & BERGER

42 PLC/SCADA ALLEN BRADLEY/SCHNEIDER/ ENGINEERING


ENTERPRISES/ ALSTOM/SIEMENS/L&T
43 SMPS SCHNEIDER/AECO/APC

44 COMPUTER HP/COMPAQ/DELL

45 CONTROL DESK EMMCO/ENGINEERING ENTERPRISES/RITTAL

46 ACTUATOR PANEL SCADA COMPATIBLE AUMA/ENGINEERING ENTERPRISES/ROTORK/MARSH

47 AIR CONDITIONER SAMSUNG/LG/VOLTAS/CARRIER/ HITACHI/PANASONIC

48 DOSING PUMPS MILTO ROY/ JESCO


49 CHLORINATORS JESCO, METITO, PENNWALT, CAPITAL CONTROL.

Contractor Witness Divisional Engineer


LIST OF APPROVED MAKES OF MATERIAL FOR ELECTRICAL WORKS:

Sr. Description of Item Make


No.
1. PRE FEBRICATED SECONDARY SUB-STATION AREVA, SCHNEIDER, ABB, SIEMENS

2. 11 KV RING MAIN UNIT (RMU) AREVA, SCHNEIDER, ABB, SIEMENS

3. TRANSFORMER DANISH, KOTSONS, NUCON, IVL VOLTAMP

4. L.T SWITCHGEARS L&T, ABB, SCHNEIDER,LEGRAND


5. FEEDER PILLAR ANY PANEL MANUFACTURER HAVING
TYPE TESTED
6. H.T CABLES UNIVERSAL, HAVELLS,
CERTIFICATE CCI, RPG,
FROM CPRI POLYCAB,KEI
BHOPAL

7. L.T. CABLES GRANDLAY,HAVELLS, POLYCAB,ECKO,FINOLEX

8. HDPE PIPE DOUBLE WALLED DURALINE, REX,GEMINI


CORRUGATED
9. HDPE PIPE PLAIN PIPE (SILI COAT) DURALINE, JISL, DUTRON, AARAM (JAIPUR)

10. OCTAGONAL POLE BAJAJ,GE,ASTER,TRANSRAIL,BPP VALMONT

Contractor Witness Divisional Engineer


11. STREET LIGHT FITTINGS PHILIPS, GE, BAJAJ, WIPRO, CROMPTON

12. LAMPS PHILIPS, GE, OSRAM


13. HEAT SHRINKABLE CABLE END TERMINATIONS RAYCHEM, 3M, DENSON,CCI XICON

14. GI PIPE BRACKET JINDAL, TATA, SWASTIK,SURYA PARKASH

15. SHEET METAL SWITCHES SIEMENS (BETA GUARD MINI GAURD), LEGRAND
(EKINOXE), SCHNEIDER
(NEO BREAK), L&T (HAGER VISION+) HPL

16. MINIATURE CIRCUIT BREAKERS LEGRAND, SIEMENS, SCHNEIDER, L&T HAGER, ABB,
HPL
17. EARTH LEAKAGE CIRCUIT BREAKERS LEGRAND, SIEMENS, SCHNEIDER, L&T HAGER, ABB

18. MOULDED CASE CIRCUIT BREAKER (WITH L&T, SIEMENS, SCHNEIDER, ABB
ROTARY HANDLE)

19. MCB DISTRIBUTION BOARD LEGRAND, SIEMENS, SCHNEIDER, L&T HAGER, ABB

20. HRC FUSES L&T, SIEMENS, SCHNEIDER


21. 415 V AIR CIRCUIT BREAKERS L&T, SIEMENS,ABB, SCHNEIDER, LEGRAND

22. PROTECTIVE RELAYS/IDMT RELAYS L&T, SCHNEIDER ABB, AREVA,ASHIDA

23. APFC RELAYS (MICROPROCESSOR) ENERCON, L&T, SCHNEIDER, SIEMENS,


NEPTUNE- DUCATI,ASHIDA

Contractor Witness Divisional Engineer


24. MV CONTACTORS, TIMER (SOLID STATE) L&T, SIEMENS, SCHNEIDER,

25. CABLE LUGS (TINNED COPPER) DOWELLS, JAINSON


26. CABLE COMPRESSION GLANDS PEECO, COMET
27. 11 KV VACUUM CIRCUIT BREAKERS (FOR MAIN & AREVA/ SCHNEIDER (PIX), ABB (UNIGEAR),
SECONDARY SWITCHING STATIONS) SIEMENS (NX-AIR)
28. METERS DIGITAL L&T RISHAB, AE, SIEMENS, ENERCON
29. TRIVECTOR METER/KWH METER SECURE, L&T, CONZERV
30. TIMER DIGITAL THEBEN/ASTRO/L&T/ SCHNEIDER
31. HT-CT, PT, METER SCHNEIDER, KAPPA, JYOTI, CROMPTON, SIEMENS,
PRAGATI OR EQUIVALENT
32. SELECTOR SWITCHES KAYCEE, L&T SAZLER, AE
33. INDICATION LAMP(LED TYPE) L&T, TECHNIC, AE, SEIMENS, SCHNEIDER
34. RUBBER FLOOR MAT 11 KV (ISI) SINTEX, TYCOON ISI MARKED
35. CHANGEOVER SWITCH HPL (SOCOMAC), L&T, POWER PLUG, ZUCCHINI
(LEGRAND), CONTROL & SWITCHGEAR

NOTE: All the material to be used shall be preferable ISI marked. Subject to the prior approval of the Engineer-In-charge. In case any brand of
materials specified above and covered in these specifications are not available, other equivalent brands shall be got approved from Chief
Engineer, GMADA before hand.

Divisional Engineer (PH-2)


GMADA, SAS NAGAR

Contractor Witness Divisional Engineer


Bill of quantity:- for the work of providing of electrical services (HT Lines, LT lines, street lighting and communication system) in
Ecocity -2 at SAS Nagar

PART-I (11KV SYSTEM)


Sr.
Item Description Unit Qty Rate Amount
No.
Supply and erection of double walled corrugated (DWC) HDPE pipe to be laid 1mtr. below ground level
1 including excavation (making necessary trench), placing the pipe in position and back filling with excavated soil
etc. of the required size.
a Double walled corrugated (DWC) HDPE pipe 180/152mm (outer/ inner dia.) Mtr. 29685 298.77 8868898
Supply & laying of Circular Aluminum conductor, conductor screened with extruded semiconducting
compound, XLPE insulated, insulation screened with extruded semiconducting combination in combination
with copper tape (0.3KA for 1sec.) cores laid up, FRLS PVC inner sheathed, galvanised steel strip armoured and
2 overall FRLS PVC sheathed cable confirming to IS:7098/II/85 working voltage 11KV(E) grade to be laid loose in
the existing trench or pipe:-

Circular Aluminum conductor, conductor screened with extruded semiconducting compound, XLPE insulated,
insulation screened with extruded semiconducting combination in combination with copper tape (0.3KA for
1sec.) cores laid up, FRLS PVC inner sheathed, galvanised steel strip armoured and overall FRLS PVC sheathed
a cable confirming to IS:7098/II/85 working voltage 11KV(E) grade 300sq.mm (Three Core) Mtr. 31365 1870.63 58672373

S/E of Heat shrinkable cable end termination for 11 KV /6.6 KV (E) XLPE Cables as approved & desired by
3
Enginer in charge.
a Heat Shrinkable for cable size 240-300 sq. mm (Indoor Type) Each 168 4849.88 814779

Contractor Witness Divisional Engineer


Construction of Brick Masonry chambers using Ist class Burnt Bricks in Cement Sand Mortar 1:6.The wall
thickness shall be 23cm nominal thick.After construction the BM Chamber shall be plastered from within with
4 CS mortar 1:5.100mm thick RCC slab shall be placed on the top & the chamber shall be filled with sand after
completing the cable laying work as desired by the Engineer in charge.

a NominalSize900x1200x1200mm Each 330 7584.00 2501456


Supply and erection of compact substation unit comprising of 3Way inbuilt RMU with T off circuit breaker,
5 capacitor panel, outgoing MCCB as per following description and complete according to detailed
specification.(annexure-i)
315 KVA Capacity copper wound step down transformer of voltage rating 11/0.415KV,Cap. Panel 80 KVAR
with APFCR and separate MCCB for incoming and ;800Amps ACB&5 Nos MCCB's of 160-250Amp rating on LT
Side having breaking capacity as35KA complete including construction of 1.4m brick masonry/RCC platform
a etc. as per drawing approved by EIC. The job shall include making necessary trenching, connections Each 9 2260000.00 20340000
etc.complete as per site requirements and as desired by Engineer in charge.

500 KVA Capacity copper wound step down transformer of voltage rating 11/0.415KV,Cap. Panel 100 KVAR
with APFCR and separate MCCB for incoming and 800Amps ACB&5 Nos MCCB's of 160-250Amp rating on LT
Side having breaking capacity as35KA complete including construction of1.4m brick masonry/RCC platform
b etc. as per drawing approved by EIC.The job shall include making necessary trenching, connections Each 19 2504000.00 47576000
etc.complete as per site requirements and as desired by Engineer in charge.

Supply, storing, erection ,testing & commissioning including foundation of 11KV 3 way ring main units
6 comprising of 2 Nos 630A load break switches and Vacuum circuit breaker for T off connection complete in all Each 6 560000.00 3360000
respects as per the detailed specifications.

Contractor Witness Divisional Engineer


Supply, storing, erection ,testing & commissioning including foundation of 11KV 4 way ring main units
comprising of 2 Nos 630A load break switches and 2 Nos Vacuum circuit breaker for T off connection complete
7 in all respects as per the detailed specifications. Each 8 660000.00 5280000

Earthing of Sheet metal/ iron clad switches and metallic cases etc., with 20 mm x 3 mm thick electrolytic copper
tape rivetted (with 10 nos. copper rivets) to 30 cm x 120 cm x 3 mm thick tinned copper plate (made cylindrical)
burried 10 metre below ground level in the hole of excavation having bore dia. 125mm and surrounded salt &
charcoal dust mixture (20 kg.) including fixing the copper tape on wall and in floor etc., up to 13 metre in length
(including bore length). G.I. pipe 20mm dia. (Aclass) should be laid in the hole of excavation from bore surface
8 level to 1 feet below ground level and having wire mesh funnel fixed on the top level of the pipe. 300mm x Each 140 14481.34 2027387
300mm x 300mm deep haudi of bricks finished with 1:4 cement plaster and haudi covered with cast iron lid
having size 300mm x 300mm around the hole of excavation.

Supply and erection of 11 KV BUS BAR OUTDOOR type junction box having specifications & approved phase
9 to phase & phase to earth /neutral as per IEC & other applicable standard design 7 drawings to be approved by Each 33 20053.80 661775
engineer in charge
10 Supply and erection of HT route marker Each 330 401.00 132263

Total Part I 150234932

Part-II LT system

Supply and erection of double walled corrugated (DWC) HDPE pipe to be laid 1mtr. below ground level
11 including excavation (making necessary trench), placing the pipe in position and back filling with excavated soil
etc. of the required size.
a Double walled corrugated (DWC) HDPE pipe 120/103mm (outer/ inner dia.) Mtr. 4145 168.82 699755
b Double walled corrugated (DWC) HDPE pipe 90/76mm (outer/ inner dia.) Mtr. 9853 132.06 1301228
c Double walled corrugated (DWC) HDPE pipe 50/38mm (outer/ inner dia.) Mtr. 26880 86.01 2311828

Contractor Witness Divisional Engineer


Construction of Brick Masonry chambers using Ist class Burnt Bricks in Cement Sand Mortar 1:6.The wall
thickness shall be 23cm nominal thick.After construction the BM Chamber shall be plastered from within with
12 CS mortar 1:5.100mm thick RCC slab shall be placed on the top & the chamber shall be filled with sand after 0
completing the cable laying work as desired by the Engineer in charge.

a Nominal Size 450x450x450mm Each 1344 1812.00 2435328


b Nominal Size 900x900x1200mm Each 304 6343.00 1928272
Supply and laying of XLPE/ P.V.C. insulated P.V.C. sheathed aluminum conductor armoured cable working
voltage up to and including 1100 volts grade to be laid loose in the existing trench or pipe as per PWD General
13 Specifications 2010:-

XLPE/ PVC insulated PVC sheathed aluminum conductor armoured cable working voltage 1100volts grade
a Mtr. 18270 103.32 1887656
10sq.mm (2 Core)
XLPE/ PVC insulated PVC sheathed aluminum conductor armoured cable working voltage 1100volts grade
b Mtr. 22050 187.60 4136657
25sq.mm (3 ½ Core)
XLPE/ PVC insulated PVC sheathed aluminum conductor armoured cable working voltage 1100volts grade
c Mtr. 6293 287.50 1809241
50sq.mm (3 ½ Core)
XLPE/ PVC insulated PVC sheathed aluminum conductor armoured cable working voltage 1100volts grade
d Mtr. 3560 376.67 1340933
70sq.mm (3 ½ Core)
XLPE/ PVC insulated PVC sheathed aluminum conductor armoured cable working voltage 1100volts grade
e Mtr. 2160 460.62 994949
95sq.mm (3 ½ Core)
XLPE/ PVC insulated PVC sheathed aluminum conductor armoured cable working voltage 1100volts grade
f Mtr. 1985 683.16 1356076
150sq.mm (3 ½ Core)
Earthing of Sheet metal/ iron clad Switches and metallic cases etc., with No. 7/14 S.W.G. (7/2.18mm dia.) G.I.
wire in 20mm dia G.I. pipe partly recessed and partly on surface complete with 135cm long 50mm dia. G.I. earth
pipe with G.I. reducing socket (50mm x 20mm) including erection of the same, 4 metre below ground level with
14 necessary charcoal & salt mixture etc., up to 7 metre in length (including boring & refilling). Each 574 3494.64 2005923

Contractor Witness Divisional Engineer


S/E of heavy duty aluminum thimbles/lugs for cable end termination duly crimped including making
15
necessary connections etc. completely.
a Aluminum cable core size 25 sq. mm Each 212 17.09 3624
b Aluminum cable core size 35 sq. mm Each 116 17.09 1983
c Aluminum cable core size 50 sq. mm Each 694 22.84 15849
d Aluminum cable core size 70 sq. mm Each 404 27.12 10957
e Aluminum cable core size 95 sq. mm Each 174 31.36 5457
f Aluminum cable core size 150 sq. mm Each 168 47.09 7912
S/E of heavy duty brass compression gland for cable end termination duly complete with checknuts etc.
16

a Gland for Aluminum cable 3.5CX50 Each 212 98.43 20867


b Gland for Aluminum cable 3.5CX70 Each 116 109.16 12662
c Gland for Aluminum cable 3.5CX95 Each 58 133.41 7738
d Gland for Aluminum cable 3.5CX150 Each 56 164.46 9210

Contractor Witness Divisional Engineer


Supply and erection of LT distribution feeder pillars cum Energy meter cubical pedestals duly
compartmentalized double door type fabricated out of 2.00 mm thick CRCA sheet steel complete including
painting in approved shade with electrostatic paint(Powder Coated) .The Non load bearing members however
shall be of 1.5mm thick CRCA sheet steel. The panel cum Energy meter pedestal shall be provided with suitable
capacity TP&N Al. Bus Bar for looping in and looping out of cables, Control TP MCCB of the given rating,
Vertical Al. bus bar duly sleeved. On Load change over switch of high rupturing capacity and of given rating in
sheet steel enclosure housing complete with over load and SC protection through Fuses shall also be provided.
The feeder pillar shall have arrangement for incorporating 4/6 three/single phase Energy meters with
appropriate capacity TP&N/DP MCB of10 KA breaking Capacity for individual outgoing cable connection. All
17 wiring work from Bus bar to MCCB Capacity and thereafter up to TP&N MCB for individual service connection
shall be completed in the panel manufacturer's Premises. The job shall include installation on CC pedestal
extending 300mm above GL with appropriate planting depth.The panel shall be outdoor mounting type with
degree of protection not less than IP54.

As above with 200A BBC,250A 3 Pole 35KA breaking capacity MCCB& 6 Nos 40 A DP MCBs for Energy meters.
a Each 40 62000.00 2480000
As above with 300A BBC,250A 3 Pole 35KA breaking capacity MCCB& 6 Nos 40 A TP&N MCBs for Energy
b Each 161 65000.00 10465000
meters.
As above with 400A BBC,250A 3 Pole 35KA breaking capacity MCCB& 6 Nos 63 A TP&N MCBs for Energy
c Each 86 68000.00 5848000
meters.
Total Part-II 41097104

Part-III Street lighitng system


Supply and erection of double walled corrugated (DWC) HDPE pipe to be laid 1mtr. below ground level
18 including excavation (making necessary trench), placing the pipe in position and back filling with excavated soil
etc. of the required size.

Contractor Witness Divisional Engineer


a Double walled corrugated (DWC) HDPE pipe 63/51mm (outer/ inner dia.) Mtr. 17584 104.04 1829555
b Double walled corrugated (DWC) HDPE pipe 50/38mm (outer/ inner dia.) Mtr. 35169 86.01 3024702
Earthing of Sheet metal/ iron clad Switches and metallic cases etc., with No. 7/14 S.W.G. (7/2.18mm dia.) G.I.
wire in 20mm dia G.I. pipe partly recessed and partly on surface complete with 135cm long 50mm dia. G.I. earth
pipe with G.I. reducing socket (50mm x 20mm) including erection of the same, 4 metre below ground level with
19 necessary charcoal & salt mixture etc., up to 7 metre in length (including boring & refilling). Each 26 3494.64 90861

Supply and erection of galvanized steel octagonal pole of suitable length conforming to IS 2629/IS 2633/ IS4759.
The pole shall be in single piece (single hot dip galvanized) and shall tapered towards the top.The bottom
section shall have open able slot with exterior surface door & shall have suitable locking arrangement for
housing three phase 4wire cable connection,bakelite sheet, MCB,loop inand out arrangement for incoming/
outgoing cables. There shall also be suitable arrangement for the purpose ofearthing. RigidBase plate of suitable
size and thickness shall be welded inside and outside at the bottom of pole with provision for fixing 4
foundation bolts.The octagonal pole shall be bolted on a pre- cast foundation with a set of four foundation bolts
20 for greater rigidity. The foundation shall be erected over cement concrete M20 of given size to fixed up to a
required planting depth below ground level as required. The item includes cost of bakelite sheet, MCB,
connection strip etc as required for loop in and loop out arrangement of cables. The pole shall have non
detachable junction box cover as appeoved by EIC.

Galvanized octagonal pole overall length 9 metre (sheet thickness 3mm), top dia.(A/F) 70mm and bottom dia.
(A/F) 155mm, foundation size below ground level 600mm x 600mm x 1700mm, 4Nos. foundation bolts size
a 24mm dia., length 750mm with base plate dimensions 275mm x 275mm x 16mm thick. Each 309 27023.63 8352811

Contractor Witness Divisional Engineer


Galvanized octagonal pole overall length 6 metre (sheet thickness 3mm), top dia.(A/F) 70mm and bottom dia.
(A/F) 130mm, foundation size below ground level 550mm x 550mm x 1200mm, 4Nos. foundation bolts size
b 20mm dia., length 600mm with base plate dimensions 220mm x 220mm x 12mm thick. Each 621 17178.86 10660102

Galvanized octagonal pole overall length 10 metre (sheet thickness 3mm), top dia.(A/F) 70mm and bottom dia.
(A/F) 175mm, foundation size below ground level 600mm x 600mm x 1800mm, 4Nos. foundation bolts size
c 24mm dia., length 750mm with base plate dimensions 275mm x 275mm x 16mm thick. Each 196 31010.42 6078042

Supply and erection of single arm bracket 1 metre long 50mm dia pipe for arm with 750mm long canopy for 4
to 6 metre long galvanized octagonal pole, the bracket should be fixed on the top of the pole having top outer
d dia. 70mm (A/F) complete in all respect as approved by the Engineer-incharge at site. Each 621 1481.71 919453

Supply and erection of double arm bracket 1.5 metre long 50mm dia pipe for arm with 750mm long canopyeach
arm.The bracket should be fixed on the top of the pole having top outer dia. 70mm (A/F) complete in all respect
e as approved by the Engineer-incharge at site. Each 105 3081.57 324710

Supply and erection of single arm bracket 1.5 metre long 50mm dia pipe for arm with 750mm long canopy for
9 to 10 metre long galvanized octagonal pole, the bracket should be fixed on the top of the pole having top outer
f dia. 70mm (A/F) complete in all respect as approved by the Engineer-incharge at site. Each 204 1888.10 384646

Supply and erection of double arm bracket 2 metre long 50mm dia pipe for arm with 750mm long canopy for 9
to 10 metre long galvanized octagonal pole, the bracket should be fixed on the top of the pole having top outer
g dia. 70mm (A/F) complete in all respect as approved by the Engineer-incharge at site. Each 196 3966.91 777514

Contractor Witness Divisional Engineer


S/E of Microprocessor Based St. Light Controller with digital time switch daily programmed with stand by
lithium battery with back up of 6 years with min. time between 2 switching operations is 1 minute, 3 nos. three
pole power contactors 40A. with coil voltage 220-230V AC with 1 no. aux. contact NO, 3Nos. Timer, 1 no. aux.
contactor 6 amp.(2NO+2NC) with coil voltage 220V AC, 3 nos. MCB 2 pole 40amp. (C-curve,10kA)& power
wiring with single core PVC insulated FRLS cable 10 sq. mm and control wiring with PVC insulated FRLS cable
1 sq. mm, 1 no. two position selector switch to bypass timer and other accessories & petty material (din rail, 2
nos. 4 pole bakelite terminal strip 63A/ 440V AC, required nut bolts) should be fixed on bakelite sheet 6mm
21 Each 13 17386.10 226019
thick to be mounted in a IP54 surface/ flush mounting powder coated sheet metal (1.60mm thick) cabinet
having size 450mmx600mmx150mm to switch ‘ON’ all the 3 phases & switch ‘OFF’ 3 phases pre-fixed timings
complete in all respect as per satisfaction of Engineer-in-charge.

Supply and erection of Miniature Circuit Breakers/ RCBO's/ RCCB's in the existing MCB distribution board as
22 per PWD General Specifications 2010 including connections with suitable size of thimbles/lugs. GROUP-B:
(Havell's, HPL, ABB, Indo Asian & other brands approved by PWD/GMADA)
Miniature circuit breaker single pole 6 TO 32 amp. (Breaking capacity 10kA, Curve-C) suitable for 240/ 415
a Each 613 173.26 106208
volts 50cycles AC supply
Supply and laying of XLPE/ P.V.C. insulated P.V.C. sheathed aluminum conductor unarmoured cable working
23 voltage up to and including 1100 volts grade to be laid loose in the existing trench or pipe as per PWD General
Specifications 2010:-
XLPE/ PVC insulated PVC sheathed aluminum conductor unarmoured cable working voltage 1100volts grade
a 35sq.mm (3.5 Core) Mtr. 19583 175.27 3432245

XLPE/ PVC insulated PVC sheathed aluminum conductor unarmoured cable working voltage 1100volts grade
b Mtr. 39166 111.75 4376873
16sq.mm (4 Core)
Supply and erection of PVC insulated single core FR copper conductor cable ISI marked left bare in pipe or
24 casing of suitable size excluding the cost of supply and erection of pipe or casing.

Contractor Witness Divisional Engineer


PVC insulated copper conductor single core FR cable (ISI marked) overall 1.5 sq.mm, 1100volts grade
a Mtr. 17789 15.11 268789

PVC insulated copper conductor single core FR cable (ISI marked) overall 2.5 sq.mm, 1100volts grade
b Mtr. 4704 21.61 101649

PVC insulated copper conductor single core FR cable (ISI marked) overall 1 sq.mm, 1100volts grade
c Mtr. 11247 11.41 128364

Supply and Erection of galvanised earth rod 20 mm dia for providing earth connections upto line earth with G.I.
Wire No. 8SWG. The rod shall be tapered at one end and flattened on other end. The hole size 10mm dia shall
25 be drilled on the flattened side for facilitating connection with G.I. wire and thimble etc. The road shall be
grouted up to complete length vertically.
a GI Earth rod 20 mm dia. 3 mtr. Long Each 1126 664.02 747440
S/E of SMCpedestal made from 50mmx50mmx6mm thick MS angle iron frame with 5 sides welded & covered
with MS sheet 2mm thick & front side hinged with 4" hinges & locking system with heavy duty 12" sliding
door.Placed on MS strip of size 12.5mmx2.5mm thick welded with MS
sheet with 4no. legs of 50mmx50mmx6mm thick MS angle iron each of 600mm long with MS sheet
100mmx100mmx6mm thick at the bottom end of the legs.Front door welded x-actionally with MS flat
25mmx5mm.The front side with MS sheet each 75mm wide & a bend of 75mm width outwards & inwards on all
sides with tappered top 200mm high.And pedestial with 4 Nos supporting members each of MS flat
26 50mmx6mm thick acc. to cubical size duly welded & complete pedestal to be painted with 1 coat of red oxide & Each 13 9951.60 129371
2 coats of paint &bonding to the existing earth to be erected in the 1:2:4 CC, the platform of 150mm high from
ground level & 450mm thick & 150mm from the top of the CCplatform as per Drawing attached.
Cubical Size 1200mm high, 900mm wide and 350mm deep

Contractor Witness Divisional Engineer


Supply and erection of Moulded Case Circuit Breaker (Panel mounting Cubicle type) in the existing Cubical
Panel (conforms to IEC:60947-II) and relevant PWD general specifications 2010 complete with G.I. Bolts, Nuts &
27 Connection on both sides of MCCB with sutiable size of Thimbles etc.

125amp. 415 volts breaking capacity ≥35kA four pole adjustable thermal and magnetic protection MCCB unit
a Each 13 8872.37 115341

Supply and erection of sheet metal double door distribution boards of suitable size and of required no. of ways
for mounting miniature circuit breakers/ RCBO's/ RCCB's in the existing MCB distribution board as per PWD
General Specifications 2010 including connections with suitable size of thimbles and bonding to existing earth
28 etc. GROUP-B: (Havell's, HPL, ABB, Standard & other brands approved by PWD)

Sheet metal double door T.P. & N. distribution board (dust protected) provided with bus bar, neutral link and
din bar, suitable for incorporating FP/ TPN MCB's/ isolators for incoming and DP/ SP & N/ Single Pole
a MCB's/ RCBO/ RCCB's for outgoing 8 way each Each 13 2779.07 36128

Residual Current Circuit Breaker (RCCB for earth leakage protection) four pole 63amp., sensitivity 300mA (as
per standard IEC 61008) suitable for 240/415 volts 50 cycles AC supply
29 Each 13 2767.85 35982

30 Road crossing using trenchless tecnology as desired by EIC. Mtr. 1430 260.00 371800
Part-III Total 42518603

Part-IV Communication System

Contractor Witness Divisional Engineer


Supply & erection of HDPE pipes silicoated from inside for telephone laying purposes including bends,
31 including other petty material as per BSNL General specifications.

HDPE PLB electrical conduit pipe 63/50mm dia. (ISI marked) buried directly in ground at a minimum depth of
a 90cm complete as may be required at site and as per BSNL specifications Mtr. 56558 240.00 13573920

HDPE electrical conduit pipe 32/25mm dia. (ISI marked) buried directly in ground at a minimum depth of
b 90cm complete as may be required at site and as per BSNL specifications Mtr. 26880 80.00 2150400

Part-iv Total 15724320


SUB TOTAL 249574959
Total amount of annual maintanance for 5 years 1.3% of total cost i.e.Rs 260273884/-
32 3383560.00
Payable in 5 equal yearly installments.
Grand Total 252958519

Divisional Engineer (E)


GMADA,SAS Nagar.

Contractor Witness Divisional Engineer


GENERAL ABSTRACT OF FOR DEVELOPMENT OF LAND INCLUDING CIVIL, PUBLIC HEALTH AND
ELECTRICAL WORK AT ECOCITY (PHASE-2), NEW CHANDIGARH, MULLANPUR, S.A.S NAGAR INCLUDING FIVE
YEARS MAINTENANCE

CIVIL WORKS : 419090584.00


PUBLIC HEALTH WORKS : 323532548.00
ELECTRICAL WORKS : 252958519.00
TOTAL : 995581651.00
Say Rs 9955.82 Lacs
This DNIT contains 1 to ................... pages.
Being percentage rate tender, the contractor should quote the amount in %age below or above or at par
with the total amount of the tender. In case there is any increase or decrease in item, this %age will
remain applicable.
I/we have diligently gone through the DNIT and quote our rates as under:-

(i) …………….. in figures………………………………………………… (In words)


% below DNIT
(ii) …………….. in figures………………………………………………… (In words)
% above DNIT
(iii) At par with DNIT.

Divisional Engineer (PH-2) Divisional Engineer (Elec.) Divisional Engineer (C-2) SE (C-II)
GMADA, Mohali GMADA, Mohali GMADA, Mohali GMADA
Note:
All applicable taxes imposed by the central/state govt. from time to time, including but not limited to labour cess, income tax and cultural cess whichever applicable as per rules will be deducted from each
running bill
DNIT Approved for Rs. 9955.82 Lacs
sd/-
Chief Engineer
GMADA, SAS Nagar
Contractor Witness Divisional Engineer

You might also like