Professional Documents
Culture Documents
DOCUMENT
FOR
GMADA
(GREATER MOHALI AREA
DEVELOPMENT AUTHORITY)
GREATER MOHALI AREA DEVELOPMENT AUTHORITY
(PUDA Bhawan, Sector 62, S.A.S Nagar)
BIDDING DOCUMENT
M/s ….……………………………………………………………………..…..…………
………………………………………………………………………………………………
……………………………………………………………………………………………
Website : www.etender.punjabgovt.gov.in
2 Qualification information 34
3 Conditions of contract
i) General conditions of contract 46
ii) Conditions of particular application 70
4 Contract data 72
8 Form of bid 97
9 Bill of quantities 99
SECTION 0
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.
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.
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.
SECTION I
INSTRUCTIONS TO BIDDERS
(ITB)
Table of Clauses
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.
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’
4.2 All bidders shall attach the following information and documents with their on-line Technical Bid
along with the information required as per Section 2:
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:
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;
B. BIDDING DOCUMENTS
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
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.
C. PREPARATION OF BIDS
Envelop I (b)
(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.
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
13.1 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.
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.
16.1 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.
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.
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.
21. Deleted.
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.
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.
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
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.
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
16. The financial bid will Superintending Engineer (C-II) [Cl. 22.4]
be opened in the office
(concerned)
of
GMADA, S.A.S Nagar
Payable at Mohali/Chandigarh
Annexure I
(Road Works)
(REFERENCE Cl. 4]
(Bridge Works)
(REFERENCE Cl. 4]
-----NA-----
(Building Works)
(REFERENCE Cl. 4]
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.
Annexure II
(Road Works)
(REFERENCE Cl. 4]
(Bridge Works)
(REFERENCE Cl. 4]
(Building Works)
(REFERENCE Cl. 4]
SECTION 2
QUALIFICATION INFORMATION
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.
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
1.
2.
3.
(Applicant/Bidder)
FORMAT (1-2)
1. The Bidder is
(a) An individual …………………………………
(b) a proprietary firm …………………………………
(c) a firm in partnership …………………………………
(d) a Limited Company or Corporation …………………………………
(Applicant/Bidder)
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)
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)
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 .)
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).
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)
FORMAT 2-3
FORMAT 2-4
(Applicant/Bidder)
FORMAT 2-5
AVAILABILITY OF PERSONNEL
9.
10.
11.
12.
13.
14.
15.
(Applicant/Bidder)
FORMAT (2-6)
BANK CERTIFICATE
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.
:………………………………………………
……………………………………………….
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) =
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.
Title of Office_____________________
DATE___________________________
FORMAT 2-9
UNDERTAKING
M/s______________________________________________________________________________________
________________________________________
(Signed by an Authorized Person of the Firm)
______________________
Title of Authorized Person
_______________
Name of Firm
_______________
DATE
SECTION 3
CONDITIONS OF CONTRACT
Table of Contents
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.
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
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.
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.
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.
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.
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.
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
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.
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.
27.1 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.
C. QUALITY CONTROL
the work or actual expenditure incurred in this respect, whichever is more, shall be made from the
payments of the Contractor.
(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.
D. COST CONTROL
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.
36.2 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.
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.
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.
(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.
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.
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.
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.
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.
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.
(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.
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.
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.
SECTION 3
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.
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
SECTION 4
CONTRACT DATA
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
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’.
Chief Administrator
GMADA, S.A.S Nagar
for and on behalf of
Authority
Address of Employer:
PUDA Bhawan
Sector 62, S.A.S Nagar.
Superintending Engineer
(C-II)
GMADA, S.A.S Nagar
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 ---------.
10. The additional documents that also form part of the Contract; [C1.2. GCC]
……………………………………………………………………..
……………………………………………………………………..
17. The period between programme updates shall be 30 days. [CI 27.3,GCC]
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.
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.
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.
SECTION 5
TECHNICAL CONDITION
MORT&H specifications.
14 Maintenance of Civil
Engineering Works
( c ) To fulfill the objectives laid down in sub clauses (a) and (b)
above, the Contractor shall undertake
ANNEXURE – ‘A’
LIST OF
LABORATO
RY
EQUIPMENT
(Indicative not exhaustive)
Annexure (JV)
Additional Criteria for Joint Venture (For land development works costing
Rs. 5.00 Crores and above)
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.
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
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: _________________________
Witness:
1. ________________________
2. ________________________
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.
7. The arrangement for electric supply required for the purpose of execution
shall be made by the contractor at his own cost.
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
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.
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.
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.
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.
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.
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
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:-
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
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
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.
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.
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 95C 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.
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).
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.
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.
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 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
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.
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
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.
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
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
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
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.
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.
- 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.
FEEDER PILLAR
1 SCOPE:
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)
Between……………………………………………..Minimum Clearances
Phase to Phase……………………………………...25 mm
Phase to Neutral………………………………………25mm
Phase to Earth…………………………………………25mm
Neutral to Earth………………………………………...25mm
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.
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.
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.
2.0 STANDARDS
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.
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.
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.
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.
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
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.
SECTION 6
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.
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).
(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.
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.
SECTION 7
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.
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.
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.
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.
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.
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]
FORM OF BID
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.
Address ____________________________________________________________________
Witness ____________________________________________________________________
Address ____________________________________________________________________
Occupation ____________________________________________________________________
SECTION 9
BILL OF QUANTITIES
[Alternately, for Lump Sum Contracts, SCHEDULES OF PAYMENT & VARIATIONS]
[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.
BILL OF QUANTITIES
----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
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.
SECTION 10
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.
To,
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.
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)
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.
LETTER OF ACCEPTANCE
____________________ (Date)
To,
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"
AGREEMENT FORM
AGREEMENT
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 ...........................................
In witnessed whereof the parties there to have caused this agreement to be executed the day and year first
before written
in the presence of :
UNDERTAKING
........................................................................................................................................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.
SECTION 11
SECTION 12
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.
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.
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.
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)
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
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).
(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
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
Total 1898795.00
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
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.
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.
J Construction of Pump Chambers (size 10’ x 12’) at Tube well site (With
attached toilets.)
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
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
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
ii) M.S. Holder bats clamps for 75mm i/d H.C.I. pipes 1.00 Each 147.50 148.00
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
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
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
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)
(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:-
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:
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.
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.
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:
a. The final test is to be conducted by the contractor to clearly indicating the performance of the tube well in
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
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.
STRATA CHART
Depth drilled
Size of bore
Housing pipe
Blind pipe
Slot size
Gravel packing
Reducer
Housing clamp
Centering guides
Well cap
Yield
Draw down
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.
(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.
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.
Abbreviation Meaning
PU Poly Urethane
SS Stainless Steel
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.
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
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.
System functions shall be programmable through the keypad. These programmable functions and information shall include, but not be limited to:
5) Clock Program.
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).
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.
6. Visual Alarm
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.
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.
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.
1 CEMENT 43 GRADE (OPC) L&T, ACC, VIKRAM, AMBUJA, JK, ULTRA TECH, BINANI
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
19 RCC MANHOLE COVER AND FRAME OCR / CRYSTAL /JST / K.K SPUN
21 GI FITTINGS SVW/UNIK/UCO
22 UPVC / ppR PIPES, PVC PIPES & FITTINS SUPREME, FINOLEX, PRINCE, JAIN / KISSAN
44 COMPUTER HP/COMPAQ/DELL
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
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.
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
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.
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
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
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
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
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
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
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.
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
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
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
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