TENDER DOCUMENTS FOR THE WORK OF CONSTRUCTION OF 24 NOS. C-TYPE HOUSES INCLUDING E.I. & P.H. SERVICES AT DCRUST, MURTHAL (SONEPAT).

LAST DATE OF SALE OF TENDER 05.11.2015 UPTO 4.00 P.M. DOCUMENTS:-

DATE OF RECEIPT/OPENING OF 06.11.2015 AT 3.30 P.M. TENDER: -

INDEX

SR. NO. DETAILED OF DOCUMENTS PAGE NO.

1. TENDER NOTICE 2-3

2. SPECIAL CONDITIONS 4-17

3. FORM F-1 PERCENTAGE RATE TENDER AND 18-54 CONTRACT FOR WORKS

4. SCHEDULE OF QUANTITY 55-77

5. ADDITIONAL CONDITIONS 78-79

6. ADDITIONAL CONDITIONS OF ELECTRICAL 80-82 WORKS

7. LIST OF APPROVED MAKE OF VARIOUS 83-84 ITEMS

2

DEENBANDHU CHHOTU RAM UNIVERSITY OF SCIENCE & TECHNOLOGY, MURTHAL (SONEPAT) (Established by State Legislative Act 29 of 2006 & Approved under Section 2 (F) & 12 (B) of U.G.C. Act, 1956) Website: www.dcrustm.org ______Advt. No. 22/2015 TENDER NOTICE Sealed tenders are re-invited/ invited from the contractors/Co-op Societies/ registered labour contractor currently enlisted in the appropriate category with the HSIIDC, PWD (B&R), , NDMC, CPWD, MES in the office of Executive Engineer, DCRUST, Murthal () as details given below: - Sr. Name of work App. Earnest Money Cost of Last date of Date of Period of No. Cost Society/ Document sale of tender receipt/ Completion (in Contractor (In `) Documents opening of Lacs) (In `) up to 4.00 tender at 3:30 p.m. p.m. 1. Renovation of C-type houses (29 to 66) 12 127.00 127000/ 254000 15000.00 03.11.2015 04.11.2015 (Re-invited) Months 2. Supply of skilled, semi-skilled and unskilled labour for the different 11 maintenance of various infrastructure 101.00 101000/ 202000 15000.00 03.11.2015 04.11.2015 Months services like public health, civil, electrical work etc. (Re-invited) 3. Renovation of west side toilet block of 04 17.00 17000/34000 1000.00 03.11.2015 04.11.2015 J.C.B. Block at all floors (Re-invited) Months 4. Re-carpeting of existing road from gate 06 No. 1 to gate No. 2 & K.C. hall turning to 36.63 36630/73260 5000.00 03.11.2015 04.11.2015 Months gate No. 3 5. Supply erection, testing and commission 02 of 62.5 KVA DG set Kirloskar make in the 7.96 7960/15920 1000.00 03.11.2015 04.11.2015 Months Vice-Chancellor Camp office 6. Construction of 24 Nos. C-type houses 628.95 628950/ 1257900 15000.00 05.11.2015 06.11.2015 24 Months 7. Up-gradation of main entrance gate 9.30 9300/18600 1000.00 05.11.2015 06.11.2015 06 Months 8. Supply, erection, testing and 06 commissioning of 01 No. electric traction 15.00 15000/30000 5000.00 05.11.2015 06.11.2015 Months 13 passenger elevator for M.V. Block

Note: - A pre-bid meeting for the work at Sr. No. 6 will be held on 02.11.2015 in the office of Executive Engineer, Construction Division, DCRUST, Murthal (Sonepat). The intending/interested bidders may send their authorized representatives to attend the pre-bid meeting. Conditions:- 1. Earnest money is to be deposited in favour of Executive Engineer, DCRUST, Murthal (Sonepat) in the form of DAC/DD before purchase of tender. 2. 10% Security will be deducted out of which 5% of the agreement amount will have to be deposited as performance guarantee in shape of FDR or bank draft within 21 days of receipt of letter of acceptance and balance 5% will be deducted from the running/final bills of the contractor. 3. In case of society tenders will be issued only to those societies who will produce a copy of resolution duly attested by the Inspector, Co-op L/C societies. 4. If the tender date happens to be a holiday then tender will be received and opened on next working day. 5. No condition will be accepted & conditional tenders are liable to be rejected. 6. The University reserves the right to accept or reject any of the tender without assigning any reason. 7. Contractors/ Societies should bring enlistment letter in original and submit photocopy of enlistment letter duly self attested. 8. Tender by post/ telegraphically shall out rightly be rejected. 9. Tender having conditional rebate shall be considered as invalid and shall be out rightly rejected. 10. All material should be of minimum of ISI marked or as specified in the DNIT. 11. For tender documents, guide lines and other information may contact in the office of the Executive Engineer, during working hours and sale of tender forms up to 4.00 P.M. on working days. May contact on Telephone No. 0130-2484130. 12. The tenderer should submit his offer in two envelops. Terms & conditions should be put in 1st envelope subscribed as “Terms & conditions Bid” duly sealed and submitted along with price for with drawl of each condition. The earnest money and proof of enlistment of the contractual agency in appropriate category duly attested will also be enclosed in the 1st envelope. The 2nd envelope subscribed as “Price Bid” shall contain only the rates and no other conditions, clarification or observations. 2nd envelope of only those contractors will be opened who will ful-fill conditions and eligibility criteria. Any deviation from the above would make the tender invalid and it will not be opened and if erroneously opened, will not be considered at all. • The authority opening the tender will first of all open the 1st envelope subscribed as “Terms & conditions” by the tenderers. He will get each condition priced from the concerned tenderer, if the same has not been priced by the tenderer. If the tenderer fails to price the condition & deviate from the above procedure, his tender would be treated as invalid and it would not be opened or if erroneously opened, shall not be considered at all. Further the tenderer responsible for the material deviation shall be liable to be delisted forthwith without assigning any reason. However, it is made clear that in case the 1st envelope is not received along with the “Price Bid” envelope, it will be presumed that tenderer has no condition to offer and thus it will be treated as nil. 3

13. Bids shall be valid for 90 days from the date of submission. The bid for the work shall remain open for acceptance during the bid validity period to be reckoned from the date of submission. If any bidder withdraws his bid during bid validity period, any modifications in the terms and conditions of the bid, the bid shall be rejected and the earnest money shall be forfeited without any other notice.

Special conditions for Sr. No. 2 above 14. The labour contractors having a annual turnover of Rs. 101.00 lacs and experience of rendering above mention services to institute of large Govt./Corporate establishment for the last 03 years out of which annual work should be of a value of at least Rs. 50.00 lacs only need to apply. 15. All the liabilities of the labourers will lie upon the contractor. 16. The labour contractor will take all safety measures during working and follow labour welfare norms fixed by the Govt. 17. In case of any accident the labour contractor will pay compensation to the labourers as per Govt. norms. The labour contractor should have been registered with EPF, ESI, Service Tax and labour department for above said purpose. 18. The league/contractor shall have to deposit 10% amount of the total estimated cost as security amount in the shape of bank draft which will be drawn in favour of the Executive Engineer DCRUST, Murthal (Sonipat). 19. It will be the sole responsibility of the league/contractor of compensates the labourer on account of any injury, loss of life or limb in accordance with the law in force from time to time. The DCRUST, Murthal (Sonipat) will no way be responsible for such a loss. The league/contractor will also not use insulting language against any workman. 20. Refund of security money shall be allowed after the completion of work and obtaining No dues certificate from all the concerned sub division. 21. The earnest money of successful contractor would be adjustable towards 10% security. No interest will be paid on the earnest money/security deposited with DCRUST, Murthal (Sonipat). 22. Service tax as applicable will be deposited by the service provided as per service tax act. 23. It may be mention whether the league/contractor has the license from the controlling authority as per Haryana Govt. Home Deptt. Notification No. S.O. 83/C.A.29/S.25/2009 dated 31.08.2009. 24. The labour contractor should submit the information on the following performa in 1st envelope.

(i) Registration No. of the firm/agency ______Affix duly

attested P.P. (ii) Name, Designation, Address & telephone ______size recent No. of Authorized person of firm/agency ______photograph of To deal with ______the prospective bidder. (iii) Copy of PAN card issue by income tax and ______Copy of previous three financial year ______Income tax return ______

(iv) Provident fund Account No. ______

(v) ESI Number ______

(vi) License number under contract labour (R&A) Act, if any ______

(vii) Details of ISO Certification ______

Note: - Special conditions for Sr. No. 6 above may be seen on the University website www.dcrustm.org or in the office of Executive Engineer, DCRUST, Murthal (Sonepat) in working days from 9:00 AM to 5:00 PM.

4

SPECIAL CONDITIONS

• 1st envelope subscribed as “Technical Bid” shall contain the Earnest Money and the performance of the Contractor as stipulated in the tender form. Any departure form the above would rendered the tender invalid and second envelope will not be opened and if opened erroneously, it will not be considered at all. • 2nd envelope subscribed as “Condition Bid” shall contain the conditions, if any, along with the price for withdrawal of each condition. Any departure from above would make the tender invalid and third envelope would not be opened and if opened erroneously it will not be considered at all. • 3rd envelope subscribed as “Price Bid” shall contain only the rates and amount of tender. Rates are to be quoted in figure and works. In case of dispersal, the rates quoted in words will be considered final.

Any departure from the above would make the tender invalid and it will not be opened and if erroneously opened it will not be considered at all.

The tender form can be purchased from: • Office of Executive Engineer, Construction Division, Deenbandhu Chhotu Ram University of Science & Technology, Murthal (Sonipat) (Tel: 0130-2484130) • Tender documents are also available on University website www.dcrustm.org interested tenderers can download the documents through internet and can submit the tender duly completed along with tender document fee of Rs. 15,000/- per tender document in shape of Demand Draft/Pay order/Banker’s Cheque in favour of the Executive Engineer, Construction Division, Deenbandhu Chhotu Ram University of Science & Technology, Murthal (Sonipat) payable at Sonipat (non-refundable). The fee of Rs. 15,000/- should be enclosed in the envelope containing earnest money. If the tenderers fail to enclose the tender document fee & Earnest Money then his tender will not be considered/ entertained. 5

INDEX FOR SPECIAL CONDITIONS

Sr. No. Description Pages

1. Initial eligibility criteria for qualifying 6 to 8

2. Financial information (Annexure – A) 9

3. Details of all works of similar class completed during the last five 10

year ending last day of the month (Annexure – B)

4. Project under execution or awarded (Annexure – C) 11

5. Performance report of works referred to in form “B” & “C” 12

(Annexure – D)

6. Structure of organization (Annexure – E) 13 to 14

7. Details of technical & Administrative personnel to be employed for 15

the work (Annexure – E1)

8. Details of construction plant and equipment likely to be used in 16 to 17

carrying out the work (Annexure – F)

6

INITIAL ELIGIBILITY CRITERIA FOR QUALIFYING

1. Tenders of the agency will be considered who will fulfill the condition given below:- The tendering agencies a) Should have satisfactorily Completed three similar works i.e. RCC framed Structure For Residential / Institutional or Commercial use, each costing Rs. 250.00 lacs or two similar works costing Rs. 315.00 lacs or one similar work costing Rs. 500.00 lacs of the following nature during the last three years as on 31.03.2015. For the purpose ‘cost of work’ shall mean gross value of the completed works including the cost of materials supplied by the client, organizations but excluding the materials those supplied free of cost. This should be certified by an officer not below the rank of Executive Engineer or equivalent. The cost of works executed by the tenderer shall be updated @ 10% per annum compoundable.

Note: Following factors shall be used for updating the cost of works @ 10% per annum:-

Year Before Multiplying year One 1.10 Two 1.21 Three 1.33 Four 1.46 Five 1.61

b) Should have had average annual financial turn over of Rs. 210.00 lacs on Civil Construction works during the last three years ending 31st March, 2015. This should be duly audited by a Chartered Accountant. The annual financial turnover (gross) shall be updated @ 10% per annum compoundable as per the factor given above. c) Should not have incurred and loss in more than two years during the last five years ending 31st March, 2015 and shall enclose necessary certificate from the concerned authority. An affidavit has to be furnished in this regard by the Agency. d) Should have a solvency of Rs. 250.00 lacs as on 31.10.2015 and shall have to produce Banker’s certificate in this regard in the required format. e) The concrete work will be done only with the digital concrete mixer/ concrete batching plant. 2. The tenderer should provide accurate information on litigation or arbitration resulting from the contractors completed or under execution by him over the last three years. 3. All information called for in the enclosed forms should be furnished column-wise properly. If for any reason, information is furnished on a separate sheet, this fact should be mentioned 7

against the relevant column. Even if no information is to be provided in a column, a “nil” or “no such case” entry should be made in that column. If any particulars/ query is not applicable in case of the tenderer, it should be stated as “not applicable”. The tenderers are cautioned that not giving complete information as called for in the requisite forms or not giving it in clear terms or making any change in the prescribed forms or deliberately suppressing the information will result in the tenderer being summarily disqualified. 4. Prospective applicants may request clarification of the project requirements and tender documents from office of the Executive Engineer, DCRUST, Murthal (Sonipat). 5. The BIDDING CAPACITY of contractor should be equal to or more than cost of the work. The bidding capacity shall be worked out by the following formula. Bidding capacity = A * N * 2 – B; where A. Maximum value of construction works executed in any one year during the last three years taking into account the complete as well as works in progress. N. Number of years prescribed for completion of work for which these tenders have been invited. B. Value of existing commitments and on going works to be completed during the period of completion of work for which these tenders have been invited. CRITERIA FOR ASSESSING THE CAPACITY OF TENDERER FOR AWARD OF WORKS The eligible tenderer shall be awarded those number of works for which its / his capacity has been ascertained based on the evaluation of its / his bidding capacity. In case the tenderer is lowest in more works than they/ he are/ is eligible As per their /his bidding capacity then such works would not be awarded to them and the next lowest tenderer shall be considered. 6. EVALUATION CRITERIA FOR SELECTION OF TENDERS ON THE BASIS OF THEIR “TECHNICAL BID” For the purpose of selection of tenderers, their Technical bid will be evaluated for following criteria by scoring method on the basis of details furnished by the tenderers:- Sr. No. Description Marks 1. Financial Strength (Form ‘A’) Maximum 20 Marks 2. Experience in similar nature of works during the Maximum 20 Marks last 5 years (Form ‘B’ & ‘C’) 3. Performance on works (Form ‘D’) Maximum 40 Marks 4. Personnel & Establishment (Form ‘E’ and ‘E-1’ Maximum 10 Marks 5. Plants & Equipment (Form ‘F’ & ‘G’) Maximum 10 Marks Total Maximum 100 Marks

8

To qualify, the tenderer must secure at least 60% marks in criteria 1 & 2 each; 50% marks in each of other criteria and 70% marks in aggregate. 7. FINANCIAL INFORMATION Tenderer should furnish the following financial information: (a) Annual financial statement for the last five years (in form ‘A’). This should be supported by audited balance sheets and profit and loss accounts duly certified by a Chartered Accountant as submitted by the tenderer to the Income Tax Department. (b) Name & Address of the bankers, identification of individuals familiar with the tender’s financial standing and a banker’s statement on availability of credit. 8. EXPERIENCE IN CIVIL WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR WORKS Applicant should furnish the following: (a) List of all works of similar class successfully completed during the last five years (in form ‘B’). (b) List of the projects under execution or awarded (in form ‘C’) (c) Particulars of completed works and performance of the tenderer duly authenticated / certified by an officer not below the rank of Executive Engineer or equivalent should be furnished separately for reach work completed in progress (in form ‘D’). 9. ORGANIZATION INFORMATION Applicant is required to submit the following information in respect of the organization (in forms ‘E’ & ‘E-1’). (a) Name & postal address, i/c telephone & telex number tec. (b) Copies of original documents defining the legal status, place of Registration and principal places of business. (c) Names & title of Directors and officers to be concerned with the work, with designation of individuals authorized to act for the organization. (d) Information on any litigation in which the applicant was involved during the last five years, including any current litigation. (e) Authorization for employer to seek detailed references. (f) Number of Technical & Administrative Employees in parent company, subsidiary company and how these would be involved in this work (in form ‘E-1’). 10. CONSTRUCTION PLANT & EQUIPMENT Tenderer should furnish the list of construction plant and equipment including steel shuttering, centering and scaffolding likely to be used in carrying out the work (in form ‘F’). Details of any other plant & equipment required for the work (not included in form ‘F’) and available with the applicant information about those equipment be given in separate sheet.

9

FORM ‘A’ FINANCIAL INFORMATION

I. Financial Analysis – Details to be furnished duly supported by figures in balance sheet/ profit & loss account for the last five years duly certified by the Chartered Accountant, as submitted by the applicant to the Income Tax Department (Copies to be attached).

Years

Sr. Description Years No. 2010- 2011- 2012- 2013- 2014- 2011 2012 2013 2014 2015 1. Gross Annual turn over on construction works 2. Profit / loss

II. Financial arrangements for carrying out the proposed work. III. The following certificates are enclosed. (a) Tax deducted at certificates from the clients for the last three years. (b) Income Tax clearance Certificate. (c) Solvency Certificate from bankers of applicant.

Signature of Signature of Tenderer Chartered Accountant With Seal With seal

10

FORM ‘B’

DETAILS OF ALL WORKS OF SIMILAR CLASS COMPLETED DURING THE LAST FIVE YEARS ENDING LAST DAY OF THE MONTH

Sr. Name of Owner of Cost Date of Stipulated Actual Litigation/ Name & Remarks No. work/project sponsoring of commencement date of date of arbitration address & location organization work as per contract completion completion pending / /telephone in in number of crores progress officer to with whom details reference may be made 1 2 3 4 5 6 7 8 9 10

• Indicate gross amount claimed and amount awarded by the Arbitrator.

Signature of Tenderer With Seal

11

FORM ‘C’

PROJECT UNDER EXECUTION OR AWARDED

Sr. Name of Owner of Cost Date of Stipulated Up to date Slow Name & Remarks No. work/project sponsoring of commence- date of percentage progress address & location organization work ment as per completion progress if any and /telephone in contract of work reasons number of crores thereof officer to whom reference may be made 1 2 3 4 5 6 7 8 9 10

Signature of Tenderer With Seal

12

FORM “D”

PERFORMANCE REPORT OF WORKS REFERRED TO IN FORM “B” & “C”

1. Name of work/ project & location 2. Agreement No. 3. Estimate cost 4. Tendered cost 5. Date of start 6. Date of completion (i) Stipulated date of completion (ii) Actual date of completion 7. Amount of compensation levied for delayed completion, if any 8. Amount of reduced rate items, if any 9. Performance Report 1) Quality of work Very good/Good/Fair/Poor 2) Financial soundness Very good/Good/Fair/Poor 3) Technical Proficiency Very good/Good/Fair/Poor 4) Resourcefulness Very good/Good/Fair/Poor 5) General behavior Very good/Good/Fair/Poor

With Seal EXECUTIVE ENGINEER OR EQUIVALENT

13

FORM “E” STRUCTURE OF ORGANIZATION

1. Name & Address of the Tenderer 2. Telephone No./ Telex No. / Fax No. 3. Legal status of the Tenderer (attached copies of original document defining the legal status). (a) An Individual (b) A proprietary firm (c) A firm in partnership (d) A limited company or corporation 4. Particulars of registration with various Government Departments (Attached documentary proof)

Organization / place of Registration No. Registration

1. 2. 3. 4. 5. Name and title of Directors & officers with designation to be concerned with this work. 6. Designation of individuals authorized to act for the organization. 7. Was the applicant ever required to suspend construction for a period of more than six months continuously after commenced the construction? If so, give the name of the project and reasons of suspension of work. 8. Has the applicant, or any constituent partner in case of partnership firm, ever abandoned the awarded work before its completion? If so, give the name of project and reasons for abandonment.

9. Has the applicant, or any constituent partner in case of partnership firm, ever been / black listed for tendering in any organization at any time? If so, give details

14

10. Has the applicant or any constituent partner in case of partnership firm, ever been convicted by a court of law? If so, give details.

11. In which field of Civil Engineering construction the applicant has specialization and interest?

12. Any other information considered necessary but not included above.

Signature of Tenderer With Seal

15

FORM ‘E-1’

DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL TO BE EMPLOYED FOR THE WORK

Sr. Designation Total Number Name Qualification Professional How these Remarks No. Number available for experience would be this work and details of involved in work carried this work out 1 2 3 4 5 6 7 8 9

Signature of Tenderer With Seal

16

FORM ‘F’

DETAILS OF CONSTRUCTION PLANT AND EQUIPMENT LIKELY TO BE USED IN CARRYING OUT THE WORK

Sr. Name of Nos. Capacity Age Condition Ownership Status Current Remarks No. equipment or type location Presently Leased To be owned purchased 1 2 3 4 5 6 7 8 9 10 11 A. Earth Moving Equipment Excavators (various sizes)

Equipment for hoisting & lifting

Tower Crane Builder’s hoist B. Equipment for concrete work

Concrete batching plant Concrete pump Concrete transit mixer

Concrete mixer (diesel)

Concrete mixer (electrical)

Needle vibrator (electrical)

Table vibrator (electrical/ petrol)

(Continued on next page) 17

Sr. Name of equipment Nos. Capacity Age Condition Ownership Status Current Remarks No. or type location Presently Leased To be owned purchased 1 2 3 4 5 6 7 8 9 10 11 C. Equipment for building work

Block making machine Bar pending machine Bar cutting machine Wood thickness planer Drilling machine Circular saw machine

Welding generators Welding transformers Cube testing machines

M.S. Pipes Steel shuttering Steel scaffolding Grinding/ polishing machines

D. Equipment for transportation

Tippers Trucks E. Pneumatic equipment

Air Compressors (diesel) F. Dewatering equipment

Pump (diesel)

Pump (electrical)

G. Power equipment

Diesel generators

18

Name of Contractor ……………………………………………………………………………… Name of Work: - ………………………………………………………………………………………………….

Tender No. …………………………………………………………………………………………

DEENBANDHU CHHOTU RAM UNIVERSITY OF SCIENCE & TECHNOLOGY, MURTHAL – 131039 (SONIPAT)

UNIVERSITY CONSTRUCTION OFFICE MURTHAL PERCENTAGE RATE TENDER AND CONTRACT FOR WORKS GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF

CONTRACTORS

1. All works proposed for execution by contract will be notified in a form of invitation to tender pasted on a board hung up in the office of Executive Engineer, DCRUST Murthal, (Sonipat) and signed by the Executive Engineer, Construction Division, DCRUST Murthal, (Sonipat).

This form will state the work to be carried out, as well as the date for submitting and opening of tenders, and the time allowed for a carrying out the work; and the amount of earnest money to be deposited with the tender, and the amount of the security to be deposited by the successful tenderer and the percentage, if any to be deducted from bills. Copies of the specifications, design and drawings, Schedule of rate and any instruction by the Engineer-in-charge can be seen during office hours.

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

3. Any person who submits a tender shall fill up the usual printed form, stating that how much percent above or below the rates specified in Rule 1 he is willing to undertake the work. Only one rate of percentage more or less on all the Scheduled rates shall be named. Tenders which purpose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out any other conditions of any sort, will be liable to rejection. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit a separate tender for each. Tenders shall have the name and number of the work to which they refer shall be written outside the envelope.

4. The Engineer-in-charge will open tenders in the presence of any intending contractor or their authorized agents who may be present at the time and will enter the amounts of the several tenders in a comparative statement in a suitable form. In the event of a tender being accepted a receipt for the earnest money forwarded therewith shall thereupon be given to the contractor who shall thereupon for the purpose of identification sign copies of the specifications and other documents mentioned in Rule 1. In the event of a tender being rejected the earnest money forwarded with such unaccepted tender shall thereupon be returned to the contractor making the same.

5. The Vice-Chancellor shall have the right of rejecting all or any of the tenders.

……………...... …………………… …………………… Contractor Witness Engineer-in-charge

19

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

7. The receipt of an accountant or clerk for any money paid by the contractor will not be considered as any acknowledgement of payments to the Engineer-in-charge and contractor shall be responsible for seeing that he purchases a receipt by the Registrar/Finance Officer.

8. The Memorandum of work tendered for and the memorandum of materials to be supplied by the University Construction Division and their issue rates shall be filled in and completed in the office of the Engineer-in-charge before the tender forms is issued. If a form is issued to an intending tenderer without having been so filled in and completed, he shall request the office to have this done before he completes and delivers his tender.

NOTE:-

Wherever in the tender documents the words of PWD B&R, Engineer-in-Chief, Haryana, is written that may please be considered as the competent authority of University, Deenbandhu Chhotu Ram University of Science & Technology, Murthal (Sonipat).

……………...... …………………… …………………… Contractor Witness Engineer-in-charge

20

TENDER FOR WORKS I/We hereby for the execution for the Registrar of the DCR Univ. of Sc. & Technology

(hereinafter referred to as University) of the work specified in the underwritten memorandum * In figures as well as in with in the time specified in such memorandum at* percent below/above words. the rates entered in the Haryana PWD schedule of rates 1988 + sanctioned ceiling premium as applicable on date of tender mentioned in Rule 1 and in accordance in all respects with specifications, designs drawings and instructions in writing referred to in Rule 1 hereof and in

Clause 11 of the annexed conditions, and with such material as are provided for by, and in all (a) If several subworks other respects in accordance with such conditions so far as applicable. are included they should be detailed in a separate MEMORANDUM list. (b) This deposit will vary from 1 percent to (a) General Description :- 10 percent of the estimated cost of the work according to the (b) Estimated Cost Rs. ……………………… requirements of the cases. (c) Earnest Money Rs. ……………………… (c) This percentage, (d) Security deposit including earnest money Rs. ………………………. where no securities deposit is taken will (e) Percentage, if any, to be deducted from bills Rs. (Rupees) vary from 5 percent to Percent 10 percent, according to the requirement of the case. Where security deposit is taken, see (f) Time allowed for the work from date of note to clause 1 of the Written order to commence conditions of contract.

Should this tender be accepted, I/We hereby agree to abide by and fulfill all terms

and provisions of the said conditions of contract annexed hereto, so far as applicable, or in default thereof to forfeit and pay to the University or its successors in office the sums Give particulars and numbers. of money mentioned in the said condition. The sum of Rs. is herewith forwarded in Deposit at Call Receipts, at earnest money the full value of which is to be absolutely forfeited to the said University or its successors in office should I/We fail to Strike out (a) if any cash commence the work specified in the above memorandum, or (a) should I/We not deposit security deposit is taken. the full amount of security deposit specified in the above memorandum, in accordance

with Clause 1 (A) of the s aid conditions of contract, otherwise the said sum of Rs. shall be retained by University as on account of such security Strike out (b) if any deposit as aforesaid : or (b) the full value of which shall be retained by University on cash security deposit is taken. account of the security in Clause 1 (B) of the said conditions of contract.

Dated of Days of

Witness Signature of contractor Address before submission of tender.

Occupation Contractor

The above tender is hereby accepted by me.

Signature of witness to Dated the Days of 20 contractor’s signature.

Register Signature of the Officer Contractor Witness Engineer-in-charge by whom accepted.

21

CONDITIONS OF CONTRACT Clause 1- The person/persons whose tender may be accepted (herein after called the

contractor) shall (A) [within one day for a contact of Rs. 1,000 or less, two days for one of Rs. 2,000 or less and so on, up to a limit of ten days of the receipt by the notification of the Security Deposit acceptance of his tender] deposit with the Engineer-in-charge in cash of Government securities *This will be same endorsed to the Engineer-in-charge (if deposited for more than 12 months) a sum sufficient with percentage as that in the the amount of the earnest money deposited by him with his tender; or (B) [permit University at tender at I. the time of making any payment to him or work done under the contract to deduct such sum as *The amount of the will (with the earnest money deposited by him) amount to *ten percent of all moneys so percentage [not exceeding payable, such deductions to be held by University by way of Security deposit] Provided always 10 percent] will be fixed in every case of suit that in the event of the contractor depositing a lump sum by way of security deposit as requirement e.g. if it is contemplated at (A) above, then and in such cases, if the sum so deposited shall not amount to fixed at 8 percent and the security deposit only ten percent of the total estimated cost of work, it shall be lawful for University at the time of amounts two percent, of making any payment to the contractor for the work done under the contract to make up the full the estimated cost of the percentage of ten percent by deducting a sufficient sum from every such payment as last work, then 3 percent should be deducted from aforesaid. All compensation or other sums of money payable by the Contractor to University any payment. If the under the terms of his contract may be deducted from or paid by the sale of a sufficient part of percentage is fixed at 10 his security deposit from any sums which may be due or may become due to the contractor by percent and the security deposit only amounts to 8 University on any account whatsoever, and in the sale as aforesaid, the contractor shall within percent then 4 percent tend days thereafter make good in cast or Government securities endorsed as aforesaid any sum should be deducted, and so on. or sums which may have been deducted from, or raised by sale of his security deposit or part thereof. All interest which may from time to time accure due and payable on the said security deposit shall be paid as the same shall be realized to the contractor.

Clause -2- The time allowed for carrying out the work as entered in the tender shall be strictly observed by the contractor. The work shall throughout the stipulated period of the

contract be proceeded with all due diligence (completion of work within stipulated time being deemed to be the essence of the contract on the part of the contractor) and the contractor shall pay as compensation as amount equal to 0.5% (half percent) of the agreement amount rounded

off to the nearest thousand per week or part thereof for the period that the completion date is later than the intended completion date liquidated damages at the same rate shall be withheld if

the contractor fails to achieve the milestones given below. However, in case the contractor achieves next milestone the amount of the liquidated damages already with hold shall be restored to the contractor by adjustment in the next payment certificate. The total amount of liquidated damages shall not exceed 10% (Ten percent of the agreement amount). The employer may deduct liquidated damages from payment due to the contractor payment of liquidated

damages shall not affect the contractor’s other liabilities. The milestones to be achieved are under th th 1. 1/8 of the entire contract work upto 1/4 of the period allowed for completion of works. 2. 3/8th of the entire contract work upto 1/2 of the period allowed for completion of works. 3. 3/4th of the entire contract work upto 3/4th of the period allowed for completion of work. 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. The Chief Engineer with the approval of Engineer-in-Chief may on representation from the contractor reduce the amount of compensation and his decision in writing shall be final.

Clause-3- In any case in which under any clause or clauses of this contractor shall have rendered himself liable to pay compensation amounting the whole of his security deposit

Action when whole of (whether paid in one sum or deducted by installments) the Engineer-in-charge on behalf of the security deposit is forated. University shall have power to adopt any of the following course, as he may deem best suited to the interests of University.

……………...... …………………… …………………… Contractor Witness Engineer-in-charge 22

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

(b) To employ labour paid by the University and to supply materials to carry out the work, or any part of the work, debiting the contractor with the cost of the labour and the price of the materials (of the amount of which cost and price a certificate against the contractor) and crediting him with the value of the work done, in all respects in the same manner and

at the same rates as if it had been carried out by the contractor under the terms of his contract, the certificate of the Engineer-in-charge as to the value of the work done shall be final and conclusive against the contractor.

(c) To measure of the work of the contractor, and to take work thereof shall be unexecuted

out of his hands, and to give it to another contractor to completed, in which case any expense which may be incurred in excess of the sum which would have been paid to the original contractor, if the whole work has been executed by him (of the amount of which excess the certificate in writing of the Engineer-in-charge shall be final and conclusive) shall be borne and paid by the original contractor and may be deducted from any money

due to him by University under the contract or otherwise, or from his security deposit or the proceeds of sale there from or a sufficient part thereof.

In the event of any of the above courses being adopted by the Engineer-in-charge the contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured any advances on account of, or with a view to the execution of work or the performance of the contract. And in case the contract shall be rescinded under the provision aforesaid, the contractor shall not be entitled to recover or be paid any sum for any work therefore actually performed under his contract, unless and until the Engineer-in-charge will have certified in writing the performance of such work thereof, and he shall only be entitled to be paid the value so certified.

Contractor remains Clause 4- In any case in which any of the powers, conferred upon the Engineer- liable to pay in-charge by clause 3 hereof, shall have become exercisable and the same shall not be compensation if exercised, the non-exercise thereof shall not withstanding be by any clause or clauses action not taken under clause 3. hereof is declared liable to pay compensation amounting to the whole of his security deposit, and the liability of the contractor for past and future compensation shall remain

unaffected. In the event of Engineer-in-charge putting in force either of the power (a) or (c) vested in him under the proceeding clause he may, if he so desires, take possession of all or any tools, plant, materials and stores, on or upon the works, or the site thereof or belonging to the contractor, or procured by him and intended to be used for execution of the work or any part thereof, paying or allowing for the same in account at the contract

rates, or, in case of these not being applicable at current market rates to be certified by the Engineer-in-charge may, by notice in writing to the contractor of his tools, plant, materials Power to take or stores from the premises (within a time to be specified in such notice) and in the event possession of or require removal of or of the contractor failing to comply with any such requisition, the Engineer-in-charge may self contractors plant. remove them at the contractor’s expense or sell them by auction or private sale on account of the contractor and at his risk in all respects, and the amount of the proceeds and expense and of any such shall be final and conclusive against the contractor.

……………...... …………………… …………………… Contractor Witness Engineer-in-charge

23

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

Clause 5A- The contractor shall deliver in the office of the Engineer-in-charge on or before the 10th day of every month during the continuance of the work covered by this Contractor to submit contract, a return showing details of any work claimed for as extra, and such return shall also a return every month for any works contain the value of such work as claimed by the contractor, which value shall be based upon claimed as extra. the rates and the prices mentioned in the contract or in the schedule of rates in force in the

*District for the time being. The contractor shall include in such monthly return particulars of all claims of whatever kind and however arising which at the date thereof he has or may claim to have against the Engineer-in-charge under or in respect of or in any manner arising out of the execution of work, and the contractors shall be deemed to have waived all claims not included in such return and will have no right to enforce any such claims not so included, whatever be the circumstance. Clause 6- Without prejudice to the rights of University under any clause hereinafter Final Certificate. contained on completion of work, the contractor shall be furnished with a certificate by the Engineer-in-charge of such completion, but no such certificate shall be given, nor shall the work be considered to be completed until the contractor shall have removed from the premise on which the work shall be executed all scaffolding, surplus materials, and rubbish, and cleaned off the dirt from all wood work, doors, windows, walls floors, or other parts of any building, in upon or about which the works is to be executed, or of which he may have had possession for the purpose of the execution thereof, and the measurements in the said certificate shall binding and conclusive against the contractor. If the contractor shall fail to comply with the requirements of this clause as to removal of scaffolding, surplus materials and rubbish and cleaning off dirt on or before the date fixed for the completion of the work, the Engineer-in-charge may at the expense of the contractor remove such scaffolding, surplus materials and rubbish and dispose of the same as he thinks fit and clean off such dirt as aforesaid, and the contractor, shall forthwith pay the amount of all the expenses so incurred, and shall have no claim in respect of any such scaffolding or surplus materials as aforesaid except of any sum actually realized by the safe thereof. Clause 7- No payment shall be made for works estimated to cost less than rupees one thousand, till after the whole of the works shall have been completed and a certificate of Payments on completion given. But in the case of works estimated to cost more than rupees one thousands, intermediate the contractor shall on submitting the bill therefore be entitled to receive a monthly payment certificate to be proportionate to the part thereof had approved and passed by the Engineer-in-charge, whose guarded as advances. certificate of such approval and passing of the sum so payable shall be regarded as payments for work actually done and completed, and shall not preclude the requiring of bad, unsound, and imperfect or unskillful work to be removed and taken away and reconstructed or rejected or be considered as an admission of the due performance of the contract, or any part thereof in any respect, or the accruing any claim, nor shall it conclude, determine or affect in any way the powers of the Engineer-in-charge, under these conditions or any of them as to the final settlement and adjustment of the accounts or otherwise the Engineer-in-charge’s certificate of Submitted the measurement and of the total amount payable for the work accordingly shall be final and binding on all parties.

……………...... …………………… …………………… Contractor Witness Engineer-in-charge

24

Clause 8- A bill shall be submitted by the contractor each month on or before the date fixed by the Engineer-in-charge for all work executed in the previous months, and the Bills to be submitted Engineer-in-charge shall take or cause too be taken the requisite measurement for the purpose monthly. of having the same verified, and the claim, as far as admissible, adjusted, if possible before the expiry of the days from the presentation of the bill. If the contractor does not submit the bill within the time fixed as aforesaid, the Engineer-in-charge may depute a subordinates to measure up said work in the presence of the contractor, whose counter-signature to the measurement list be sufficient warrant; and Engineer-in-charge may prepare a bill of such list which shall be binding on the contractor in all respects. Clause 9- The contractor shall submit all bills on the printed forms to be had on application at the office of the Engineer-in-charge, and the changes in the bills shall always be Bills to be on printed entered at the rates specified in the tender or in the case of any extra work ordered in forms. pursuance of these conditions and not mentioned or provided for in the tender at the rates hereinafter provided for such work. Clause 10- If the specification of estimates of the work provides for the use of any Stores supplied by special description of materials to be supplied from the Engineer-in-charge’s store, of if it is University. required that contractor shall use certain stores to be provided by the Engineer-in-charge (such materials and stores, and the price to be charged therefore as hereinafter mentioned being so far as practicable for the convenience of the contractor, but not so as in any way to control the meaning of effects of this contract, specified in the schedule or memorandum here to annexed), the contractor shall be supplied with such materials and stores as required from time to time to be used by him for the purposes of the contract only and the value of the full quantity of materials and stores so supplied at the rates specified in the said schedule or memorandum may be sat off or deducted from any sums then due, or thereafter to become due to the contractor under the contract, or otherwise, or against or from the Security deposit, or the proceeds of sale thereof; if the same is held in Government securities, the same or a sufficient portion there of being in this case sold for the purpose. All materials supplied to the contractor shall remain the property of the contractor, but shall not on any account to be removed from the site of the work without the written permission of the Engineer-in-charge, and shall at the times be open to inspection by him. Any such materials unused and in perfectly good condition at the time of the completion or determination of the contract, shall be returned to the Engineer-in-charge’s store; if by a notice in writing under his hand he shall so require; but the contractor shall not be entitled to return any such materials unless with such materials supplied to him as aforesaid being unused by him, for any wastage in or damage to, any such materials.

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

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

……………...... …………………… …………………… Contractor Witness Engineer-in-charge

25

No such workman, foreman, or other employee after his removal from the works by request of Alteration in the Engineer-in-charge shall be re-employed or reinstated on works by the contractor at any specifications and designs. time, except with the previous approval in writing of the Engineer-in-charge. The contractor shall not be entitled to demand the reason from the Engineer-in-charge for requiring the removal of any such workman, foreman or other employee. Clause 12- The Engineer-in-charge shall have power to make any alteration in omissions from, additions to, or substitutions for, the original specifications, drawings, and Do not invalidate contracts. instructions, that may appear to him to be necessary of advisable during the progress of the work, and the contractor shall be bound to him in writing signed by the Engineer-in-charge and such alternations, omissions, additions or substitutions shall not invalidate the contact; and any altered, additional or substituted work which the contractor may be directed to do in the manner above specified as part of the work shall be carried out by the contractor on the same conditions

in all respects on which he agreed to the main work, and at the same rates as are specified in the tender for the main work. The time for the completion of the work bears to the original contract work, and the certificate of the Engineer-in-charge shall be conclusive as to such proportion. Extension of time And if the altered, additional or substituted work includes any class of work shall be carried out inconsequence of at rates entered in the schedule of rates of the district : subject to the same percentage above or alterations. below as for the times included in the contract : and if contractor shall within, seven days, of the

date of his receipt of the order to carry out the work is not entered in the schedule of rates of the district, then the contractor shall within seven days, of the date of his receipt of the order to carry out the work inform the Engineer-in-charge of the rate which it his intention to charge for such class of work, and if the Engineer-in-charge does not agree to this rate he shall by notice in writing, be at liberty to cancel his order to carry out such class of work, and arrange to carry it

Rates for works not in out in such manner as he may consider advisable provided always that if the contractor shall estimate or schedule of commence work or incur any expenditure in regard thereto before the rates shall have been rates of the district. determined as lastly herein before mentioned, then and in such case he shall only be entitled to be paid in respect of the work carried out or aforesaid according to such rate or rates as shall be fixed by the Engineer-in-charge. In the event of a dispute, the decision of the Vice-Chancellor

shall be final. Clause 13- If at any time after the commencement of the work the University shall for any reason whatsoever not require the whole thereof as specified in tender to be carried out, the Engineer-in-charge shall give notice in writing of the fact to the contractor who shall have No compensation for no claim to any payment or compensation whatsoever on account of any profit or advantage, alteration in or restriction of, work to which he might have derived from the execution of the work in full, but which he did not derive be carried out. in consequence of the full amount of the work not having been carried out; neither shall he have any claim for compensation by reason of any alteration have been made in the original specifications, drawing, designs and instructions which shall involve and curtailment of the work as originally contemplated.

Clause 14- If it shall appear to the Engineer-in-charge or his subordinates in-charge of the work, that any work has been executed with unsound, imperfect or unskillful workmanship, or with material of any interior description, or that any of a quality inferior description, or that any material or articles provided by him for the execution of the work are unsound, or of a quality inferior to that contracted for, or otherwise not in accordance with the

contract, the contractor shall on demand in writing from the Engineer-in-charge specifying the work, materials or articles complained of not withstanding that the same may have been Action and inadvertently passed, certified and paid for, forthwith rectify, or removed, or as the case be compensation in case of remove the materials or articles so specified and provide other proper and suitable materials or bad work. article at his own proper charge and cost; and in the event of his failing to do so within a period to be specified by the Engineer-in-charge in his demand aforesaid, then, the contractor shall be liable to pay compensation at the rate of one percent on the amount of the estimate for every day not such failure and Engineer-in-charge may rectify or remove, and re-execute the work or remove and replace with other, the materials, or articles complained of, as the case may be, at the risk and expense in all respect of the contractor.

……………...... …………………… …………………… Contractor Witness Engineer-in-charge

26

Clause 15- All work under or in course of execution or executed in pursuance of the contract shall at all times by open to the inspection and supervision of the Engineer-in- Works to be open to inspection. charge and his subordinates and the contractor shall at all times at which reasonable notice of the intention of the Engineer-in-charge of his subordinate to visit the works shall have been given to the contractor either himself be present to receive orders and instructions, or have a responsible agent duly accredited in writing present for that purpose. Orders given to the Contractor or contractor’s agent shall be considered to have the same force as if they had been given to the responsible agent to be present. contractor himself. Clause 16- The contractor shall give not less than five day’s notice in writing to the Engineer-in-charge or his subordinate-in-charge of the work before covering up or otherwise placing beyond the reach of measurement any work in order that the same may to measured, and correct dimension thereof be taken before the same is so covered up or place beyond the reach of measurement and shall not cover up or place beyond the reach of measurement, any Notice to be given work without the constant in writing of the Engineer-in-charge of his subordinate-in-charge of before work covered up. the work and if any work shall be covered up or placed beyond the reach of measurement without such notice having been given or consent obtained, the same shall be uncovered at the contractor’s expense, or in default thereof no payment or allowances shall be made for such work or the materials with which the same was executed.

Clause 17- If the contractor or his work-people, or servants shall break, deface, injure or destroy any part of a building, in which they may be working or any building, road, fence, enclosure or grass land, or cultivated ground contiguous to the premise on which the work or any part of it is being executed, or if any damage shall happen to the work, while in progress, from any cause whatever any imperfections become apparent in it within twelve months after a certificate final or other its completion shall have been given by the Engineer- in-charge as aforesaid, the contractor shall make the same good at his own expenses, or in Contractor liable for default, the Engineer-in-charge may cause the same to be made good by other workmen and damage done and for deduct the expense (of which the certificate of the Engineer-in-charge shall be final) from any imperfections for 12 sums that may be then, at any time thereafter may become, due to the contractor, or from his months after certificate. security, deposit or the proceeds of sale thereof, or of a sufficient portion thereof. Clause 18- The contractor shall supply at his own cost all material (expect such special materials, if any, as may in accordance with the contract to supplied from the Engineer-in-charge’s store), plans, tools, appliances, implements, ladders, cordage, tackle, scaffolding and temporary works requisite or proper for the proper execution of the work, whether original, altered or substituted and whether included in the specification or other documents forming part of the contract or referred to in these conditions or not, or which may be necessary for the purpose of satisfying or complying with the requirement of the satisfied, or which he is entitled to require together with carriage therefore to and from the work. The contractor shall also supply without charge the requisite number of persons with the means and materials necessary for the purpose of setting out works, and counting, weighing and Contractor to supply assisting in the measurement or examination at any time and from time to time of the work or plant, ladders, materials. Failing his so doing the same may be expenses may be deducted, the proceeds of scaffoldings etc. sale thereof, or of sufficient portion thereof. The contractor shall also provide all necessary fencing and lights required to protect the public from accident, and shall be bond to bear the expenses of defence of evers suits, actions or other proceedings, at law that may be brought by any person for injury sustained owing to neglect of the above precautions, and to pay away damages and costs which may be awarded in any suit, action or proceeding to any such persons or which may with the consent of the contractor be paid to compromise any claim by such person.

Clause 18 (a) – The final bill of the contractor shall no be paid unless or until he and be liable for furnishes to the satisfaction of the Engineer-in-charge a proof of the price of the earth used for damages arising from the works having been fully paid to the owners of the land from which the earth was removed non-provision of lights, or of the matter having been amicably settled with them. The contractor shall also be liable to fencing etc. indemnity the University against all claims made proceedings and actions taken by any person in respect of the price of the earth removed by the contractor from his land for the work against all losses, damages cost and expenses which the University may suffer or incure as a result of a such claims. Clause 19- No female labour shall be employed within the limits of cantonment. Labour Clause 19 A- No labourer below the age of 12 years shall be employed on the work.

……………...... …………………… …………………… Contractor Witness Engineer-in-charge 27

Clause19-B- The contractor shall pay his labourers not less than the wages Work on Sundays paid for similar work in the neighborhood.

Clause 19 (C) – All the laborers who are employed by the contractor must be registered with the employment exchange.

Contractor liable for Clause 20 – No work shall be done on Sundays without the sanction in payment of compensation writing of the Engineer-in-charges. to injured workmen, or, in case death, to this Clause 20 – A- In every case in which by virtue of the provisions of section 12, sub- relations. section (1) of the Workmen’s Compensation Act, 1923, University is obliged to pay compensation to a workman employed by the contractor, in execution of the works, University will recover from the contractor the amount of the compensation so paid; and without prejudice to the rights of University under section 12, subsection (2) of the said Act,

University shall be at liberty to recover such amount or any part thereof by deducting it from the security deposit from any sum due to University to the contractor whether under this contract or otherwise. University shall not be bound to contest any claim made against it under section 12, sub-section (1) of the said Act, except on the written request of the contractor and upon his

Work not to be subject . giving to University full security for all costs for which University might become liable in consequence of contesting such claim. Clause 21 – The contract shall not be assigned or sublet without the written approval of the Engineer-in-charge. And if the contractor shall assign or sublet his contract or attempt to do so or become insolvent or commence any insolvency proceeding or make any Contract may be composition with his creditors or attempt to do so, or if any bribe, gratuity, gift, loan, rescinded and security deposit forfeited for perquisite, reward or advantage, pecuniary or otherwise, shall either directly, or indirectly subletting bribing, or if be given promised, or offered by the contractor, or any of his servants or agents to any contractor becomes officer or person in the employ of University in any way relating to his office or insolvent. employment, or if any such officer or person shall become in any way directly or indirectly interested in the contract, the Engineer-incharge may thereupon stand forfeited and be

absolutely at the disposal of University, and the same consequences shall ensue as if the contract had been rescinded under Clause 3 hereof, and in addition the contractor shall not Sum payable by way of be entitled to recover or be paid for any work therefore actually performed under the compensation to be contract. considered as reasonable Clause 22 – All sums payable by way of compensation under any of these conditions compensation without reference to actual loss. shall be considered as reasonable compensation to be applied to the use of University without reference to the actual loss or damage sustained, and whether or not any damage Deductions of amounts shall have been sustained. due to University on any Clause 22 – A- Any excess payment made to the contractor inadvertently or account whatsoever to be otherwise under this contract or on any account whatever and any other sum found to be due permissible from sums payable to a contractor. to University by the contractor in respect of this contract or any other contract or work order on any account whatever, may be deducted from any sum whatsoever payable by University Changes in constitution of to the contractor either in respect of this contract or any work order or contract of any other firm. account. Clause 23 – In the case of a tender by partners, any change in the constitution of the Works to be under direction of honorary firm shall be forthwith notified by the contractor to the Engineer-in-charge for his Advisor. information. Clause 24 – All works to be executed under the contract shall be executed under the direction and subject to the approval in all respects of Honorary advisor, D.C.R. University Claims for payment of an of Science & Tech., Murthal (Sonipat) for the time being who shall be entitled to direct at extraordinary nature to be referred to University for what point or points and in what manner they are to be commenced and from time to time decision. carried on. Clause 25 – No claims for payments of an extraordinary nature, such as claims for Bonus, for extra labour, employed in completing the work before the expiry of the contractual period at the request of the Engineer-in-charge or claims for compensation where work has been temporarily brought to a standstill through no fault of the contractor shall be allowed unless and to the extent that the same shall have been expressly sanctioned by Executive Council of the D..C.R. University of Science & Tech., Murthal (Sonipat).

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge 28

ARBITRATION CLAUSE Clause 25 A Dispute: (25.A.1) If any dispute/ difference of any kind whatsoever shall arise between the Vice-Chancellor/ his authorized agents and the Contractor in connection with or arising out of this contract at any time that is (i) whether before its commencement or during the progress of the work or after its completion (including maintenance, if a part of the contract) (ii) and whether before or after the termination/ abandonment/ breach of the contract, it shall in the first instance be referred with full details to the Executive Engineer - in - charge of the work at the time. (25.A.2) The Executive Engineer-in-charge shall within a period of 60 days after being requested in writing by the Contractor to do so, convey his decision to the Contractor and subject to arbitration as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the Contractor. In case the work is already in progress, the Contractor will proceed with the work on receipt of the decision by the Executive Engineer- in - charge as aforesaid with all due diligence whether he or the Vice-Chancellor / his authorized agent requires arbitration as hereinafter provided or not. (25.A.3) If the Executive Engineer - in - charge of the work has conveyed his decision to the Contractor and no claim to arbitration has been filed with him by the Contractor within a period of 60 days from the receipt of letter communicating the decision the said decision shall be final and binding upon the Contractor and will not be a subject matter of arbitration at all. (25.A.4.) If the Executive Engineer - in - charge of the work fails to convey his decision within a period of 60 days after being requested as aforesaid, the Contractor may within further 60 days of the expiry of first 60 days from the date on which request has been made to the Executive Engineer - in – charge, request the Executive Engineer - in - charge that the matter in dispute be referred to arbitration, as hereinafter provided. (25.A.5)The appointment of the arbitrator for arbitrating the disputes/ differences so referred to arbitration shall be made only by the competent authority after the Contractor furnishes to the satisfaction of the Executive Engineer - in - charge of the work, a security deposit of a sum determined according to details given below:

Amount of Claim Security Deposit Total Claim value less than or equal to Rs. 10,000/- 2% of the Claim Amount. Total Claim > Rs.10,000 but less than or equal to Rs. 1 lac. 5% of the Claim Amount. Total Claim > Rs. 1 lac 10% of the Claim Amount.

(25.A.6) This security shall on the termination of the arbitration proceedings be adjusted against the cost if any, awarded by the arbitrator against the claimant party and the balance remaining after such adjustment in the absence of any such cost being awarded the whole of the sum will be refunded to him within one month from the date of the award. (25.A.7) Only graduate engineers shall be eligible for appointment as arbitrator. (25.A.8) There shall be no objection to appointment of any serving officer of the Government as arbitrator on the plea that he had expressed his views on all or any of the matters in dispute. In case, arbitrator is appointed by designation, the arbitrator to whom the matter is originally referred being transferred or vacating his office his successor in office as such shall be entitled to proceed with the stage at which it was left by his predecessor. (25.A.9) In case the arbitrator nominated by the Competent authority is unable or unwilling to act as such for any reason whatsoever the Competent authority shall be competent to appoint and nominate any other arbitrator in his place and the Arbitrator so appointed shall be entitled to proceed with the reference. (25.A.10) In all cases, the arbitrator shall give reasons for his award in respect of each claim and counter claim separately and that any lump sum award shall not be enforceable.

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge 29

(25.A.11) The following matters shall not lie within the purview of arbitration :- a) Any dispute relating to the levy of compensation as liquidated damages which has already been referred to the Superintending Engineer and is being heard or/ and has been finally decided by the Superintending Engineer - in - charge of the work. b) Any dispute in respect of substituted, altered additional work/ omitted work/ defective work referred by Contractor for the decision of the superintending Engineer-in-charge of the work, if it is being heard or has already been decided by the said Superintending Engineer. c) Any dispute regarding the scope of the work or its execution or suspension or abandonment that has been referred by the Contractor for the decision of the Government of Haryana and has been so decided finally by the Haryana Government. (25.A.12) The Contractor shall not be entitled to bring a dispute/ difference for decision of the Executive Engineer-in-charge under clause 16.2 d) After 6 months of e) The date of completion of work, or f) After 6 months of the date of abandonment of the work, or g) After 6 months of dispatch through a registered letter of an intimation from the Executive Engineer - in - charge of the work that final payment due to or recovery from the Contractor had been determined which he may acknowledge and/ or receive. (25.A.13) If the matter is not referred to arbitration within the period prescribed above all the rights and claims of the Contractor under the contract shall be deemed to have been waived. (25.A.14) It is also a term of this arbitration agreement that no question relating to this contract shall be brought before any civil court without first involving and completing the procedure above. (25.A.15) The pendency of arbitration proceedings shall not disentitle the Government to make alternative arrangements for completion of the work. Clause 26- The Contractor shall obtain from the stores of the Engineer-in- Stores European or American charge all stores and articles of European or American manufacture which may be manufacture to be obtained from required for the work, or any part thereof or in making up articles, required therefore or University. in connection therewith, unless he has obtained permission in writing from the Engineer- in-charge to obtain such stores and articles elsewhere. The value of such stores and articles as may be supplied to the contractor by the Engineer-in-charge will be debited to the contractor in his account at the rates shown in the schedule attached at cost price which for the purposes of this contract shall include the cost of carriage and all other expenses whatsoever which shall have been incurred in obtaining delivery of the same at the stores aforesaid.

Clause 26 A- Any fluctuation in railway rates which may occur during the subsistence or, and affection freights or any material to be supplied under this contract Fluctuations in railway freight. shall be bought to the notice of the “Engineer-in-charge” by the contractor within fifteen days from such days from such date without prejudice to the rights of University should the contractor fail to comply with the above requirement, any excess or short charge an account of such increase or decrease shall be credited to or recovered from the contractor. No alteration in contract rates shall be admissible in consequence of fluctuation in railway freight when such railway freight is on account of material which is required by a contractor in the manufacturer of an article which forms part of finished work, for purposes of this clause. Similarly no alteration in rates will be allowed when a manufactured article is transported by rail from place A to place B from part of a finished work.

……..…………… ………………… …………………………… Contractor Witness Engineer-in-Charge 30

Clause 27- When the estimate on which a tender is made includes lump sums Lump sum estimates. in respect of part of the work, the contractor shall be entitled to payment in respect of the items of work involved or the part of the work in question the same rates as are payable under this contractor for such items, or if the part of the work in question is not in the opinion of the Engineer-in-charge may at his direction pay the lump sum amount entered in the estimate, and the certificate in writing of the Engineer-in-charge shall be final and conclusive against the contractor with regard to any sum of sums payable to him under the provision of this clause. Clause 28- In the case of any class of work for which there is no such specification as mentioned in Rule 1 such work shall be carried out in accordance with Action where on specification. the district specifications, and in the event of there being no district specifications, then in case the work shall be carried out in all respects in accordance with the instructions and requirements of the Engineer-in-charge.

Clause 29- The expression “Works” where used in these conditions shall, unless there be something either in the subject or context repugnant to such Definition of works. constructions, be contracted to be executed whether temporary or permanent and whether original, altered substituted or additional. Clause 30- The percentage referred to at page (3) of the tender will be calculated on the gross amount (value to finished work including cost of materials whether purchased from Government or direct) of (1) the items of work which the rates in the tender apply and also (2) the items of the work for which rates exist in the schedule of rates of the district. Clause 31- The terms and conditions of the agreement have been explained to me/us and I/we clearly understand them.

Clause 32 – The expression “XEN” Executive Engineer” SE (Superintending Engineer) and “Engineer-in-Charge” be construed and taken to mean the University Engineer, DCRUST, Murthal (Sonipat).

Clause 33- 4% Sales Tax and 2% Income Tax + Surcharge as applicable will be deducted from each bill of the agency/contractor. Jurisdiction Clause 34- Labour cess and Service tax as applicable from time to time shall be deducted from the gross amount of each bill of the agency / contractor.

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge

31

Condition regarding Cause of Action in respect of contract disputes and the appropriate court having jurisdiction over such disputes ;

“In any suit for damages etc. for breach of contract, the cause of action consists of making of the contract and of its breach so that the suit may be filled either at the place where the contract was made or at place where it should have been performed and the breach occurred. The making of the contract is part of the cause of action. A suit on a contract therefore, can be filled at the place where the contract was made. The determination of the place where the contract was made is part of the law of contract. But making of an offer of a particular place does not from cause of action in a suit for damages for breach of contract ordinarily, acceptance of an offer and its intimation result in a contract and hence a suit can be filled in the court within whose jurisdiction the acceptance was communicated. The performance of a contract is part of cause of action and a suit in respect of the breach can always be filled at the place where the contract should have been performed or its performance completed. If the contract is to be performed at the place where the contract was made the suit on the contract is to be filled there as no where also. In suits for agency section, the cause of action arises at the place, where the contract of an agency was made or the place where action are to be tendered and payment is to be made by agent Part of cause of action arises where money is expressly or impliedly payable under a contract. In cases the place where repudiation is received is of repudiation of a contract, the place where the suit would lie if a contract is pleaded as part of the cause of action giving jurisdiction on the court. Where the suit is ruled on that contract is found to be invalid, such part of the cause of action disappears.”

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge

32

CHAPTER NO. 4.

Schedule showing (approximate) material to be supplied from the University Construction Division for works contracted to be executed and the rates at which they are to be charges for.

Particulars Rates at which the material will be Place of delivery charge to contractor

The following material will be issued Ex. University Store at the rates shown against each plus 3% storage charges.

1. Ordinary Portland/Pozzoplana Portland cement packet in gunny bags/paper bags @ Rs. ………………………………../- per bag including cost of container.

2. Mild Steel ‘Tor’ bars (All dia) @ Rs. ……………………………...…/- (Per metric Tonne)

3. Mild Steel plain bar @ Rs. ……………………………...…/- (Per metric Tonne)

4. Bitumen 80/100 penetration @ Rs. ……………………………...…/- (Per metric Tonne)

CONDITIONS

1. Cement will be supplied to the contractor in standard packing bags as received from the suppliers.

2. The issue of cement bags be governed as per latest I.S.I. code.

3. No claim whatsoever on account of delay in supply of the above material will be entertained by the University.

4. No claim will be entertained for damage or loss of material in custody of the contractor due to rains, floods or any other acts of God.

Note:- The person of firm submitting the tender should see that the rates in the above schedule are filled up by the Engineer-in-charge on the issue of the form prior to submission of the tender.

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge

33

CHAPTER NO. 6

SCHEDULE OF ADDITIONAL CONDITIONS

1. Upon completion and before offering the work for acceptance, the contractor shall remove all false work, excavated and useless material, rubbish, temporary building constructed by him and shall leave the site and adjacent area in a neat and clean condition to the entire satisfaction of the Engineer-in-charge. 2. The Engineer-in-charge, reserves the option to take away any item of work or any part there of at any time during the currency of the contract and re-allot it to any other agency with due notice to the contractor without liability of any kind or payment of any compensation. 3. The contractor has to make his own arrangements for water, bricks, wood and every other item required directly or indirectly for completion of work, except those mentioned in the material statement of this N.I.T. ……………………(see page opposite). 4. No claim shall be entertained on account of increase in price of labour and material due to any cause whatsoever. 5. 10% security will be deducted out of which 5% of agreement amount will have to be deposited as performance guarantee in shape of FDR or bank draft within 21 days of receipt of acceptance and balance 5% will be deducted from each running bill. 50% security will be refunded after date of satisfactory completion of the work, provided no defects are noticed during this period and remaining 50% security will be refunded after expiry of defect liability period i.e. twelve months from the date of completion and removing of defects to the satisfaction of Engineer-in-Charge. 6. In case of emergency the contractor shall be required to pay his labour every day and if this is not done University will make the requisite payment and recover the same from the contractor. 7. Actual quantities of completed and accepted work shall only be paid. 8. No pits shall be dig by the contractor near the site of the work or within road land/University land for taking out earth for use on the works. In case of default the pits so dug will be filled in by the department at the cost of the contractor plus fourteen percent departmental charges. 9. The rates to be quoted by the contractor shall be inclusive of octrol terminal rax, royalty and all other taxes and charges. These are for complete work in all respects. 10. The contractor shall not be entitled for any payment on account of work done till he signs his agreement. 11. Nothing extra shall be paid for any lead and lift unless otherwise specified for any material required directly or indirectly and the rates to be given in the tender should include all leads in the contract schedule. 12. The contractor shall be responsible for any all losses of material, damage done to unfinished work as a result of floods and other acts of God. The University will not be responsible for any compensation as a result of such damage or loss to the contractor and the contractor shall be liable to set right such damage at his own cost to the satisfaction of the Engineer-in-charge. 13. The University may also deduct any such taxes as directed/imposed by the Central Govt. or State Govt. from time to time to from the bills/payments due to the Contractors. 14 There will be double lock system for the cement store. One Key of the lock will be with the representative of the department and other key of the lock will be with the agency. 15. Amount and quantities of work are tentative and may be increased or decreased to any extent and any item omitted or substituted in accordance with requirement of the work and architectural & structural drawings. No claim on this account shall be entertained. 16. Contractor shall be responsible to provide to the entire satisfaction of the Engineer-in-Charge at his own expenses the following amenities for the labour employed by him. (i) Suitable temporary hutting accommodation. (ii) Trench latrine, bathing enclosures plate-forms, separately for men and woman and their regular cleanliness. (iii) Clean drinking water. In the event of his failure to provide any or all of the amenities the same shall be provided by the Govt. and cost thereof shall be recovered from the contractor. Any dispute regarding above points shall be settled by the Engineer-in-charge and his decision shall be final. 17. The contractor shall be responsible for housing, sanitation and medical treatment of labourers employed by him and shall abide by all the rules and regulations made by Govt. in this behalf from time to time. 18. For contractor’s labour regulations fair wage clause and rules for protection of health and sanitation arrangements for workers employed by the public works department or its contractor’s reference be made to the concerned rules/Acts.

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge 34

FOR EXCESS CONSUMPTION OF MATERIALS FROM THE THEORETICAL CONSUMPTION

(i) No Claim for Excess Consumption of material other than those specified shall be entertained by the department.

B. FOR SHORT CONSUMPTION OF CEMENT

(i) Upto 5%, the recovery of cost of material thus saved shall be made from the contractor at the issue rate of HSR as applicable on date of tender. (ii) Less consumption by more than 5% (i.e. above 5 %) the rates of items of work involved shall be reduced. If it is not possible to determine the exact items on which less material has been used, the cost of the material so saved shall be recovered from the contractor at double the issue rate. The Executive Engineer reserves the right to take any other deterrent action which he deems fit against the contractor. It shall be at the discretion of the department to determine whether the stability of the structure is affected adversely due to less consumption of materials and in case it is felt that it is likely to be so, the Executive Engineer-in-charge shall reject the work and the decision of Superintending Engineer in such matter shall be final.

19 No claim of any kind what-so-ever shall be entertained for any and all the losses or damages to the contractor due to the completion of the work getting delayed due to the failure or delay on the part of the public works department under the terms and conditions of the contract.

20. Apprentice Act – The contractor shall comply with the provisions of the Apprentice Act, 1961 and the rules and orders issued there-under from time to time. If the contractor fails to do so his failure will be breach of the contract and the Superintending Engineer may at his discretion cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provision of the Act.

21. If for the execution of the work, the contractor will engage imported labour, he shall immediately inform the local health authorities entrusted with the work of eradication of malaria for their (Labourers) inclusion in the surveillance operation and for getting their blood examined from the aforesaid authorities in order to exclude malaria positive.

22. Imported labour means labour belonging to a state other than Haryana State.

23. All material left at site by the contractor for a period of one month after the completion of work shall become the property of the public works department and contractor shall have no claim what-so-ever for such material.

24. The contractor shall supply at his own cost and expenses all labour materials etc. for labour and checking of any portion of the work during construction. Whosesoever required by the Engineer- in-Charge or his representative and nothing extra shall be paid for services.

25. The contractor shall maintain at site of work full details of specifications of the work fixed by the Engineer-in-Charge and approved drawings of the work.

26. Nothing extra shall be paid to the contractor for diversion of water in the channels stream if it becomes necessary for the execution and completion of the work.

27. The contractor will not have any claim in case of delay by the Department for removal of tree or shifting, raising, removing of telegraph, telephone, electric lines, water or sewer lines (Over head and under ground) and other structure, if any, which comes in the way of the work.

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge

35

28. Relation with Public Authorities:

The contractor shall comply with all legal orders and directions given from time to time by any local or public authorities and shall pay out of his own money the fees or charges to which he may be liable.

29. Occupation of Additional Lands:

In case, when it becomes necessary for due fulfillment of the contract for the contractor to occupy land outside the P.W.D. limits the contractor shall make his own arrangement with the land owners and pay such amount, as may be mutually agreed upon by them.

30 No claim by the contractor for additional payment will be allowed on the ground of any misunderstanding or misapprehension in respect of any such matter or otherwise on the ground of any allegation or fact that incorrect information was given to him by any person whether in the employ of the Govt. or not or of the failure on his part to obtain correct information nor shall the contractor be relieved from any risk or obligations imposed on or undertaken by him under the contract on any such ground or on the ground that he did not or could not fore-see any matter which may in fact, effect or have affected the execution of the work.

31. During the absence on work of the Engineer-in-Charge he shall be represented by one of his subordinate whose duties are to watch and supervise the works, to test and examine any materials to be used or workmanship employed to ensure that the works are performed in conformity with the plans, estimates and specifications in all respects and to keep Engineer-in-charge informed of the progress of the works and the manner in which they are done. The Engineer-in-charge may from time to time delegate any of the powers and authorities vested in him to the departmental representative in writing.

32. The Departmental representative shall have no authority to alter or waive the provisions of plans and estimates and specifications or to relieve the contractor or any of his duties or obligations under the contract. He shall however, have the authority to inform the contractor in writing to replace any materials considered defective and to suspend, to do, or rectify the work improperly performed or not according to plans and estimates or specifications in his judgment and the contractor shall comply.

33. Failure of the Departmental Representative to disapprove any work of materials shall not prejudice the power of the Engineer-in-Charge thereafter to disapprove such work or materials and to order the pulling down, removal or breaking up thereof. If the contractor shall be dissatisfied by reason of any decision of the Departmental representative, he shall be entitled to refer the matter to the Engineer-in-Charge. Who shall thereupon confirm or reverse such a decision.

34. The contractor will setup a full fledged laboratory at site of work with the required staff for testing of all the materials to be used in the work.

35. The contractor will be held strictly responsible to the true intent of the specification in regard to quality of materials workmanship and the diligent execution of the contract.

36. All materials and each part of detail of the work shall be subject at all times to inspection by the Engineer-in-charge, senior officers of the deptt., Departmental Representative or other authorized subordinate who shall be furnished with reasonable facilities and assistance by the contractor for ascertaining whether or not the work as performed or the materials used are in accordance with the requirements and intent of the plans and specifications.

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge

36

37. The contractor shall furnish written information to the Engineer-in-Charge stating the original source of supply and dates of manufactures of all materials manufactured away from the actual site of work. The information shall be furnished at least two weeks (or such other period as may be directed by Engineer-in-charge) in advance of the incorporation of any such materials in the works.

38. The contractor shall also inform the Engineer-in-Charge in writing when any portion is ready for inspection giving him sufficient notice to enable him to inspect the same without retarding the further progress of the work.

39. Any work done or materials used without supervision or inspection by the Engineer-in-charge or the Departmental Representative is liable to be ordered to be removed and replaced at the contractor’s expenses.

40. If so directed the contractor shall at any time before the acceptance of the work remove or uncover such portion of the finished work as may be directed. After examination, the contractor shall restore the said portion of the work to the standards required by the specifications. The work shall not be considered to have been completed in accordance with the terms of the contract until the Engineer-in-charge shall have certified in writing that it has been completed to his satisfaction. No approval of materials or workmanship or approval of part of the work during the progress of execution shall bind the Engineer-In-Charge in any way or effect his power to reject the work when alleged to be completed or to suspend the issue of his certificate of completion until such alterations or modifications or reconstructions have been affected as shall enable him to certify that the work has been completed to his satisfaction.

41. The inspection of the work or materials shall not relieve the contractor any of his obligation to fulfill the terms of the contract as herein prescribed by the plans and specifications.

42. Failure to reject any defective work or material will not in any way prevent later rejection when such defect is discovered or obligate the department to make final acceptance.

43. Unless otherwise provided in the contract document materials such as rubble, gravel sand, murrum, kankar earth, soil, etc. obtained from excavation and materials obtained by dismantling any existing structures shall remain the property of the Government.

When deemed fit, the Executive Engineer-in-charge may with the approval of competent authority permit the use of such materials on the work in substitution of materials which the contractor would have otherwise provided, subject to the condition that a suitable deduction shall be made in the rate of the items in which such materials are used.

44. Any tress branches, bushes, crops etc. which may be required to be cut during the execution of the work shall be handed over to the Public Works Department or disposed of as directed.

45. Department shall not be responsible for any depreciation in the value of securities or for any loss of interest thereon.

46. Canvassing in connection with a tender in any form renders the tender liable to rejection.

47. If there are varying or conflicting provisions made in any documents forming part to the contract the accepting authority shall be the decision authority with regarded to the intension of the documents.

48. If, however, the contractor seeks to some assistance from the department in connection with arranging water/electric connection from the public utility service authorities for the purpose of Govt. work such assistance only to the extent of writing a letter from the Engineer-in-Charge to the authority concerned for giving such connection may be provided. All charges etc. shall be borne by the contractor.

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge

37

The contractor may, on application of the contractor, issue essentiality certificate for Diesel/Petrol (if it becomes a controlled commodity) required for materials to be used on the work but the department will not undertake any responsibility for the arrangement of such Petrol/Diesel, Non availability of any such materials will not absolve the contractor of his contractual obligation.

MAINTAINENCE-CUM-DEFECT LIABILITY PERIOD

48 The defect liability-cum-maintenance period shall be one year from the date of completion. The date of completion shall be considered as the date certified by the Engineer-In-Charge.

48.1 The Engineer shall give notice to the contractor of any defects before the end of the Defects Liability-cum-Maintenance Period. The Defects Liability-cum-Maintenance period shall be extended for as long as defects remain to be corrected.

48.2 The Contractor shall correct the notified Defect / Defects within the length of time specified by the Engineer, notice. 48.3 The contractor will be fully responsible for the quality and workmanship of the works executed by him. The liability on account of shortcomings in executed items found by any investigating agency during the defect liability period or afterwards shall be born by the agency. 48.4 The Contractor shall do be routine maintenance of building to the required standards in the manners as per Haryana PWD specifications latest edition, DNIT, agreement conditions and keep the whole building in defect free condition during defect liability period as defined above. 48.5 The routine maintenance standards shall meet the following minimum requirements to the entire satisfaction of Engineer-in-charge.:- i) Plaster work and flooring work to be repaired soon after these appear or brought to his notice either during contractor’s monthly inspection or by the Engineer or otherwise. Repair shall be carried out in a manner which does not affect the aesthetics. ii) Defective joinery such as door, window, cup-board shutters, chowkhats, wire gauge, glass panes, fitting, fixtures etc. to be rectified / replaced immediately after the defects appear. iii) Any structural damage / fault / defect to be rectified to the satisfaction of Engineer-In-Charge as soon as the same appears. iv) Defective or incomplete/improper white washing / colour washing, distempering, painting etc. to be rectified immediately on notice by the Engineer-in-charge. v) All rain water pipes, sun-shades and the like components to be inspected every fortnightly and cleaned as and when required. vi) Leakage of water of any kind in the building to be set right immediately on priority. vii) All electrical / Public Health installations including wiring, pipelines etc. made in the building to be repaired / rectified / replaced as soon as any defect has appeared / notice. viii) The agency shall make good all the items / works damaged during the repair being done by him and bring the same in original form. ix) Any other maintenance operation required to keep the building use worthy at all the time during the maintenance period. x) He shall maintain a register in the building for daily recording the defects, damages, shortcomings noticed by user and address the problem within three days or else he will approach the Engineer-in-charge for extension of this time.

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge

38

48.6 To fulfill the objectives laid down in above sub clauses, the contractor shall undertake detailed inspection of the building at least once in a month. The Engineer-in-charge can reduce this frequency in case of emergency. The Contractor shall forward to the Engineer-in-charge the record of inspection and rectification every month. The contractor shall pay particular attention on the maintenance of building during rains and rainy season. 48.7 The Engineer may issue notice to the contractor to carry out maintenance or remove defects, if any, notice in his inspection, or brought to his notice. The contractor shall remove the defects within the period specified in the notice and submit to the Engineer-in-charge a compliance report. By not giving notice, will not absolve the contractor from his responsibility. 48.8 In case the contractor fails to make good the defects, the Executive Engineer may employ any other person to make good such defects and all expenses consequent and incidental there to shall be borne by the contractor. 48.9 The contract shall not be considered as completed until a defect liability-cum-maintenance certificate has been signed by the Executive Engineer and delivered to the contractor stating that the works have been completed and maintained to his satisfaction. The defect liability-cum- maintenance certificate shall be given by the Executive Engineer.

49. All taxes, cess, duties & surcharges like Sale Tax, Income Tax, Labour Cess, Service tax etc. as applicable from time to time shall be deducted from the gross amount of the bills of the contractor.

50. If the agency does not fill/quote the rates of any items then it will be considered as NIL and same will be executed by the agency free of cost and it will be contingent to work. The agency will have to give an undertaking on account of above, other wise earnest money will be forfeited; in addition, Engineer-in-Charge my also blacklist the agency. 51. Water should be got tested at regular interval i.e. maximum of Three months from the Laboratory approved by engineer no extra cost will be paid. 52. The contractor will submit the design of temporary structure scaffolding to department in advance without any cost. The contractor will remain responsible for design and safety of scaffolding irrespective of approval by the Engineer-in Charge 53. Contractor will provide a well equipped site laboratory alongwith trained for day to day testing of material. 54. The contractor shall employ on the work well qualified Engineers such as Degree Holder and Diploma Holder as per detail given below. Daily attendance of the engineers of the contractor shall be marked by the J.E –Incharge of the work in the attendance register. In case of Non- employment of qualified engineers by the contractor, the department shall employ these engineers and deduction at the rate given below shall be made from the bill/due payment of the contractor irrespective of the amount paid to the engineers.

Sr. Agreement Amount. Key personal required to be Employed Recovery rate in No. by the contractor. case non – Employment. 1 Upto Rs. 50 lacs Foreman with 5 years experience of Rs. 20,000/- per building construction. month 2 Above Rs. 50.00 lacs One Civil Engineer with degree in Civil Rs. 75,000/- per and upto Rs. 500.00 Engineering with 2 years experience or month lacs. Diploma in Civil Engineering with 5 years experience in building construction. 3 Above Rs. 500.00 lacs One Civil Engineer with degree in Civil Rs. 1,00,000/- per Engineering with 5 years experience in month for Civil building construction and one Quality Engineer and Rs. Control Engineer with Diploma in Civil 50,000/- per Engineering with 2 years experience in month for quality control. Quality Control Engineer.

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge 39

55. The contractor shall used canal water for construction of building or water from any other sources as approved by the Engineer-in-Charge Water should be got tested at regular intervals i.e. maximum of 3 months (Three months) from the laboratory approved by the Engineer-in-Charge and no extra cost will be paid for the same. Water to be used shall meet latest I.S. standards as per I.S. 456/other relevant I.S. codes. 56. Wherever brick work or earth filling/embankment work is to be executed, the same has to be executed in accordance with the provision in the FLY ASH notification dated 04/09/1999 and 27/08/2003 i.e. by using FLY ASH brick and filling/embankment construction by pond ASH Fly as specified in the aforesaid notification getting the design approved from Engineer- in-Charge. 57. Premium on the HSR as applicable on date of tender shall be applicable. 58. Price variation of cement and steel only shall be application as under:-

Increase/ decrease in prices of cement and steel reinforcement bars after receipt of tender:-

If after submission of the, the price of cement / or steel reinforcement bars incorporated in the works (not being a material supplied form the Engineer-in-Charge’s Store) increase (s) beyond the price (s) prevailing at the time of the last stipulated date for receipt of tenders (including extensions, if any) for the work, then the amount of the contract shall accordingly be varied and provided further that any such increase shall not be payable if such increase has become operative after the stipulated date of completion of work in question.

If after submission of the, the price of cement / or steel reinforcement bars incorporated in the works (not being a material supplied form the Engineer-in-Charge’s Store) is decreased, Govt. shall in respect of these materials incorporated in the works (not being materials supplied from the Engineer-in-Stores) be entitled to deduct from the dues of the contractor such amount as shall be equivalent to the difference between the prices of cement or steel reinforcement bars as prevailed at the time of last stipulated date for receipt of tenders including extensions if any for the work and the prices of these materials on the coming into force of such base price of cement and or steel reinforcement bars issued under authority of University, Deenbandhu Chhotu Ram University of Science & Technology, Murthal (Sonipat).

It is further clarified that the decrease in the prices of cement and steel shall be deducted from the dues of the contractor if such decrease has become operative after the stipulated date of completion of work in question and increase shall not be payable if such increase has become operative after the stipulated date of completion of work in question.

The increase/ decrease in prices shall be determined by the All Wholesale Prices Indices for cement and steel (Bars and rods) as published by the Economic Advisor to Government of India, Ministry of Commerce and Industry) and base price for cement and or steel reinforcement bars as issued under authority of University as valid on the last stipulated date of receipt of tender, including extension if any and for the period under consideration.

The amount of the contract shall accordingly be carried for cement and or steel reinforcement bars and will be worked out as per the formula given below:-

a) Adjustment for component of “Cement” Vc=Pc X QcXCI-C10

C10 Where, Vc= Variation in cement cost i.e increase or decrease in the amount in rupees to be paid or recovered. Pc= Base price of cement as issued under authority of University valid at the time of the last stipulated of receipt of tender including extension if any.

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge 40

Qc= Quantity of cement used in the works since previous bill.

CI0= All India wholesale price index for cement as published by the Economic Advisor to Government of India, Ministry of Industry and Commerce as valid on the last stipulated date of receipt of tenders including extensions if any.

C1= All India wholesale price index for cement for period consideration as published by the Economic Advisor to Government of India, Ministry of Industry and Commerce

(b) Adjustment for component of steel.

Vs= Ps XQsX S1-S10

S10

Where,

Vs= Variation in steel cost reinforcement bars i.e increase or decrease in the amount in rupees to be paid or recovered.

Ps= Base price of steel reinforcement bars as issued under authority of University valid at the time of the last stipulated of receipt of tender including extension if any.

Qs= Quantity of steel paid either by way of secured advanced or used in the works since previous bill(whichever is earlier).

SI0= All India wholesale price index for steel(rebars) as published by the Economic Advisor to Government of India, Ministry of Industry and Commerce as valid on the last stipulated date of receipt of tenders including extensions if any.

S1= All India wholesale price index for steel (rebars) for period consideration as published by the Economic Advisor to Government of India, Ministry of Industry and Commerce

Item Basic Rate (in Rs.)

Cement OPC Rs. 225/- per bag of 50 kgs. Cement including the cost of empty cement bag

Fe-500 TMT Steel bars for Rs. 45,500/- per MT Reinforcement Base

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge

41

TECHNICAL SPECIFICATIONS FOR CUBICAL

GENERAL :

This distribution board shall be fabricated of 14 gauge sheet steel cubical type suitable for mounting and or dead front type. Suitable rubber Gasket shall be provided between all opening & joints to make the distribution board dust, moisture and vermin proof. The distribution board shall be suitable for indoor location and shall consist of the bus bar chamber both vertically & horizontally and the cable entry for the distribution board shall be from the bottom. The distribution board will consist of no. of vertical sections. Each vertical section shall be divided into a few standard size of the compartment. The equipments for the various incoming & outgoing feeder shall be housed in a separate compartment. Each compartment door of the distribution board shall be provided with interlocking arrangements with the handle of the respective switches/MCCBs such that that the door cannot be opened unless the switches is in the off position, vertical cable entry shall be provided on each section of the distribution board for cabling purposes. Continues bus bar of copper shall be provided at the bottom along with the entire length cable compartments with concealed hinged front door. Will be fully generated from the main horizontal & vertical bus bar of equipments module. The distribution shall be painted with a suitable enameled shade after necessary primary treatment. The distribution board shall be suitable for operation on 415 volts 3 phase 50 cycles per second A.C supply system.

BUS BAR :

The high conductivity copper bus bar provided in the chamber shall be duly tinned insulated rigidly sported at short intervals by strong 12mm thick non inflammable hylam partitions. The partitions shall be designed as to stand the stream which can normally occur on short circuits. Further the bus bar and link shall be of flat copper duly tinned on that the contract between bus bar and connecting link in very good. All the four bus shall be easily accessible from the front for any connection and inspection etc. The bus bar chamber should have of strong metal having no possibility of any, dust to accidents & damage which could result into electrical fault. Bus bar chamber shall be of unit type non construction and have standard opening of the top & bottom on both sides so that any modification extension can be easily affected of the site.

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge 42

BROAD SPECIFICATION OF VARIOUS MATERIAL TO BE ARRANGED AND USED BY THE CONTRACTOR/BIDDER.

1. C.T.D. (RIBBED/TOR STEEL) BARS.

1. The steel to be used for the work shall be T.M.T. steel as per I.S.1786, Fe.500 TMT Steel Bars instead of Cold Twisted Deformed (Ribbed/Tor Steel) as stated in the DNIT and the same will be arranged by the agency from either of Company TISCO SAIL & RINL HSCO agency subject to approval of Engineer-in-Charge. 2. Cement:- I.S.I. marked 43 grade ordinary Portland Cements as per I.S.8112 (Latest) packed in conventional Jute/HDPE bags of 50 Kg. each from the reputed firm from Birla, Shri, J.K. & Jaypee or as desired by the Engineer-in-Charge will be arranged by the contractor/ Bidder.

3. DOORS AND WINDOS FITTING SUCH AS TOWER BOLTS, HANDLES, SLIDING BOLT, HASP STAPLE ETC.

All doors and window fitting are to be of classic or equivalent make confirming to I.S. specifications as approved by the Engineer-in-Charge. These shall be of iron or aluminum as required. 4. DISTEMPER:- The Distemper shall confirm to I.S.427-1965 and subject to approval of Engineer-in-Charge. 5. Test Certificates from Shri Ram Test House or any other approved test center shall be supplied by the agency for each lot of steel & cement. 6. Department shall got the steel tested for each lot separately for which the cost of testing shall be borne by the agency. 7. Cement and steel will be arranged by the contractor himself and rate quoted by the contractor will include the cost of cement and steel. 8. All the material i.e. Course Aggregate and fine aggregate should be used of Tosham/ Khanak Quarry only. 9. In case factory manufactured items, the contractor will get the name of approved manufacturers and a warranty certificate ( 5 years) in the ;name of department shall also be given by the manufacturer. The flush door will be from renowned manufacturer such as Ujala /Jawala or equivalent as approved by the Engineer-in- Charge. 10. All material which will be brought to the site either should be got tested at site or a test certificate from the manufacturing will be produced by the contractor. In case department is not satisfied with certificate produced by the contractor than the material will be sent to a reputed laboratory for testing as desired by the Engineer- in-Charge and charges of which will be borne by the department and if the result of the laboratory viz-a-viz to test certificate. And if it is not viz-a-viz to the certificate produced by the manufacture/contractor and facilities of testing should be available in his manufacturing unit where testing can be conducted in presence of represented of Engineer-in-Charge. In case sample is not found up to the specification than the testing expenditure will be borne by the agency and material is to be replaced. If test certificate is not produced by the contractor/manufacturer the same will be got tested at the frequency as in I.S. code/laboratory manual and entire expenditure will be borne by the agency. Necessary testing charges will be recovered from the agency.

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge

43

CHAPTER NO. 7 DEENBANDHU CHHOTU RAM UNIVERSITY OF SCIENCE & TECHNOLOGY, MURTHAL – 131039 (SONIPAT) CONSTRUCTION OFFICE CONTRACTOR LABOUR REGULATIONS

1. Short Title :- These shall be the same as for Haryana P.W.D. Contractor’s Labour Regulations as detailed below. The words P.W.D. and Haryana Government shall be substituted by DCRUST, Construction Department Dept. and DCRUST Authority respectively.

2. Definition:- In the regulations, unless otherwise expressed or indicated, the following words and expressions shall have meaning hereby assigned to them respectively that is so say:- (1) “Labour” means workers employed by Haryana Public Works Department contractor directly or indirectly through a sub-contractor of other person or an agent on his behalf.

(2) “Fair Wager” means wages whether for time or piece work notified from time to time for the area and where such wages have not been so notified the wages prescribed by the Haryana Public Works Department for the District in which the work is done.

(3) “Contractor” shall include every person whether a sub-contractor of headman or agent employing labour on the work taken on contract.

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

3. Display of notices, regarding wages etc. :- The contractor shall before he commences his work on contract, display and correctly maintain and continue to display and correctly maintain, in a clean and legible condition in conspicuous places on the work notice in English and in the local Indian language spoken by the majority of the workers giving the fair wages notified or prescribed by the Haryana Public Works Department and the hours of work for which such wages are earned.

4. Payment of Wages:- (i) Wages due to every worker shall be paid to him direct.

(ii) All wages shall be paid in correction or currency or in both.

5. Fixation of wages period:- (1) The contractor shall fix wage 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 or on behalf of the contractor the wages earned by him shall be paid before the expiry of the day succeeding the one on which employment is terminated.

(5) All payments of wages shall be made on a working day.

6. Wage Book and Wages Slips etc. :-

(1) The contractor shall maintain a Wage Book of each worker in such form as may be convenient, but the same shall include the following particulars:-

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge 44

(a) Rate of daily or monthly wages.

(b) Name of work on which employed.

(c) Total number of days worked during each wage period.

(d) Total amount payable for the work during each wage period.

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

(f) Wages actually paid for each wage period.

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

(3) The authority competent to accept the contract may grant an exemption from the maintenance of Wage Book and Wage Slip to a contractor who, in his option, may not directly or indirectly employ more than 100 persons on the work.

7. Fines and deductions which may be made from wages:-

(1) The wages of a worker shall be paid to him without any deduction of any kind except the following:-

(a) Fines

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

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

(d) Any other deductions which the P.W.D. may from time to time allow.

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

(3) The total amount of fines which may be imposed in any one wage period on a worker shall not exceed an amount equal to three paisa in a rupee of the wage payable to him in respect of that wage period.

(4) No fine imposed on any worker shall be recoverable from him by installments, or after the expiry of 60 days from the date on which it was imposed.

8. Register of fines etc. :-

(1) The contractor shall maintain a register of fines and of all deductions for damage or loss. Such register shall mention the reason for which fine was imposed or deduction for damage or loss was made.

(2) The contractor shall maintain a list in English and in the local Indian Language, clearly defining acts and omissions for which penalty of fine can be impose. He shall display such list and maintain it in a clean and legible condition in conspicuous place on the work.

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge

45

9. Preservation of Books:- The wage book, the wage slips and the register of fine deduction required to be maintained under these regulations shall be preserved for 12 months after the date of the last entry made in them.

10. Powers of Labour Welfare Officers to make investigate or enquiry:- The Labour Welfare Officer or any other person authorized by the Haryana Government on their behalf shall have power to make enquiries with a view to ascertaining and enforcing due and proper observance of the wage clause and provisions of these regulations. He shall investigate into any complaint regarding the default make by the contractor or sub-contractor in regard to such provision.

11. Report of Labour Welfare Officer:- The Labour Welfare Officer or any other person authorized aforesaid shall submit a report of the results or his investigations of enquiry to acts of commission and omission of the labourer with a note that necessary deduction from the contractor’s bill be made and the wages and other dues be paid to the labourer concerned.

12. Appeal against the decision of Labour Welfare Officer:- Any person aggrieved by the decisions and recommendations of the Labour Welfare Officer or other person so authorized may appeal against commissioners; but subject to such appeal the decisions of the officer shall be final and binding upon the contractor.

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

13. Inspection of Register:- The contractor shall allow inspection of the Wage Book, Wage Slips to any of his worker or to his agent at a convenient time and place after due notice is received, or to the Labour Welfare Officer or any other person authorized by the Haryana Government in his behalf.

14. Submission of returns:- The contractor shall submit periodical returns, as may be specified from time to time.

15. Amendment:- The Haryana Government may, from time to time, ad to amend these regulations and on any questions as to the applications, interpretation of effect of these regulations, the decision of the Labour Commissioner, Haryana Government or any other person authorized by the Haryana Government in that behalf shall be final.

………………….. …………………… ………………………….

Contractor Witness Engineer-in-Charge

46

CHAPTER NO. 8 FAIR WAGE CLAUSE

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

Explanation:- ‘Fair Wage’ means wage whether for time or piece work notified from time to time for the area and where such wages have not been so notified, the wages prescribed by the P.W.D. B&R Branch, Haryana, for the district in which work is done.

(b) The contractor shall notwithstanding the provisions of any agreement to the contrary, cause 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 work, as if the labourers had been directly employed by him.

(c) In respect of al labour directly or indirectly employed on the work for the performance of the contractor’s part of his agreement the contractor shall comply with or cause to be complied with the Haryana P.W.D. contractor’s Labour Regulations made by the Government from time to time in regard to payment of wages, wage period, deductions from wages, recovery of wages not paid and deductions unauthorized made maintenance of wages and other terms of employment inspection and submission of periodical returns and all other matters of such like nature.

(d) The Executive/Supdt. Engineer or the S.D.E. Concerned shall have the right to deduct, from the money 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 for the benefit of the workers, non-payment of wages which are not justified by the terms of the contract or for non-observance of the regulations referred to in clause (c), above.

(e) Vis-a-vis, the Haryana Public Works Dept. The contractor shall be primarily liable for all payments to be made under and for the observance of the regulations, aforesaid without prejudice to his right to claim indemnity from his sub-contractors.

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

………………….. …………………… ………………………….

Contractor Witness Engineer-in-Charge

47

CHAPTER NO. 9

RULES FOR THE PROTECTION OF HEALTH AND SANITARY

ARRANGEMENTS FOR WORKERS EMPLOYED BY THE CONTRACTOR

OF DCRUST, MURTHAL (SONIPAT)

THE WORDS HARYANA P.W.D. SHALL BE READ AS

DCRUST, MURTHAL (SONIPAT) WHEREVER IT OCCURS

The contractor shall at his own expense provide or arrange for the provision of footwears for any labour doing cement mixing work (the contractor has undertaken to execute under this contract) to the satisfaction of the Engineer-in-charge and on his failure to do so, Govt. shall be entitled to provide the same and recover the cost thereof from the contractor.

The contractor shall submit by the 4th and 19th of every month to the Executive/Supdt. Engineer a true statement showing in respect of the second half of the proceeding month and the first half of the current month respectively (i) the number of labourers employed by him on the work (ii) their work hours (iii) the wages paid by them (iv) the accidents that occurred during the said fortnight showing the circumstances under which they happened and the extent of damage and injury caused by them and (v) the number of female workers who have been allowed Maternity benefit according to clause 19-F and the amount paid to them failing which the contractor shall be liable to pay to Govt. a sum not exceeding Rs. 50/- for each default or materially incorrect statement. The decision of the Executive/Supdt. Engineer shall be final deducting from any bill due to the contractor the amount levied as fine.

Maternity benefit for female workers employed by the contractor, leave and pay during leave shall be regulated as follows:-

1. LEAVE:- (i) In case of delivery/maternity leave not exceeding 8 weeks (4 weeks upto and including the day of delivery and r week following that day (ii) In case of miscarriage : upto 3 weeks from the date of miscarriage.

2. PAY: In case of delivery, leave pay during maternity leave will be at the rate of the women’s average daily earning calculated on the total wages earned on the day when full time work was done during a period of 3 months immediately proceeding the date of which se gives notice that she excepts to be confined, or at the rate of Rs. 12/- per day whichever is greater.

(ii) In case of miscarriage, Leave pay at the rate of average daily earning calculated on the total wages earned on the days when full time works was done during a period of 3 months immediately proceeding the date of such miscarriage.

(iii) Conditions for the grant of Maternity leave : No maternity leave benefit shall be admissible to a woman unless she produces a certificate to confinement and respected delivery within weeks 4 proceeding the date on which she proceeds on leave.

FIRST AID : (a) At every work place, these shall be maintained in readily accessible place first aid appliances including an adequate supply of sterilized dressing and an cotton wools. The appliances shall be kept in good order and in large work places it shall be laced under the chare of a responsible person who shall be readily available during the working hours.

(b) At large work places, where hospital facilities are not available within easy distance of work, first aid post shall be established and be run by a trained compounder.

(c) Where large work places are remote from regular hospital an indoor ward shall be provided with one be for every 250 employees.

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge

48

(e) Where large places are situated in cities towns or in their suburbs and no beds are considered necessary owing to the proximity of city or town hospitals a suitable transport shall be provided to facilitate removal or urgent cases of there hospitals.

At other work place some conveyance facilities such as car shall be kept readily available to take injured or person suddenly taken seriously ill to the nearest hospital.

SCALES OF ACCOMMODATION IN LATRINES AND URINALS

There shall be provided within the precepts of every work place, latrines and urinals in an accessible place and the accommodation separately for each of them shall not be less than the following scales:- No of sheds (a) Where the number of persons does not exceed 50. 2

(b) Where the number of persons exceeding 50 but does not exceed 100 3

(c) For every additional 100 3 per 100

In particular cases the Executive / Supdt. Engineer shall have the powers to very the scale when necessary.

Latrines and Urinals for women If women are employed, separate latrines and urinals screened from these for men and marked in vernacular in conspicuous letters “FOR WOMAN ONLY” shall be provided on the scale laid in rules. Similarly those for men shall be marked “FOR MEN ONLY”. A poster showing the figures of a man and a woman shall also be exhibited at the entrance of latrine for each sex. There shall be adequate supply of water close to the latrines.

LATRINES AND URINALS Except in work places provided with flush latrines concerned with a water borne sewerage system all latrines shall be provided with receptacles or dy earth system which shall be tarred in working order and kept in a strictly sanitary conditions. The reacceptances inside and outside at least once a year.

The inside wall shall be constructed of masonry or some suitable heat resisting non-absorbent material and shall be cement washed inside and outside at least once a year. The dates of cement shall be noted in register maintained for this purpose and kept available for inspection.

DISPOSAL OF EXCRETA Unless otherwise arranged for by the local sanitary authority arrangements for proper disposal and a sanitary of excreta by incineration at the work place shall be made by means of a suitable incineration approved by the Asstt. Director of Public Health or Municipal Medical Officer of Health as the case may be, in whose jurisdiction the work place is situated, alternately excreta may be disposed of by putting a layer of night soil at the bottom of pucca tank prepared for the purpose and covering it with 9 inches layers of earth for a fortnight when it will turn into a manure.

CRECHE At every work place there shall be provided free of cost two suitable sheds one main and the other for the use of labour. The height of the shelter shall not be less than eleven feet from the floor level to the lowest part of the roof.

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge

49

PROVISION OF SHELTER DURING REST

At every work place at which 50 or more women workers are ordinarily employed there shall be provided two huts for use of children under the a ge of six years belonging to such women. On hut shall used for infants “Games and to play” and the other as their bed room. The hut shall not be constructed on a lower standard than the following:-

(i) Thatched roofs.

(ii) Mud floors and walls.

(iii) Plants spread over mud floor and covered with mating.

The huts be provided with suitable and sufficient opening for light and ventilations. There shall be adequate provision of sweepers to keep the place clean. These shall be two day in attendance. Sanitary utensils shall be provided to the satisfaction of Health Officer of the area concerned. The use of the hut shall be restricted to children, their attendants and mothers of the children.

CANTEEN A cooked food canteen on a moderate scale shall be provided for the benefit of workers wherever it is considered expedient.

GENERAL RULES AS TO SCAFFOLDS:

(i) Suitable scaffolds shall be provided for workmen for all works that cannot be safely done from a ladder or by the other means.

(ii) A scaffolds shall not be constructed, taken down or substantially altered except.

(a) Under the supervision of a component and responsible person, and

(b) as far as possible by competent workers possessing experience in this kind of work,

(c) All scaffolds and appliances connected therewith and all leader shall:

(1) be of sound material;

(2) be of adequate strength having regard to the loads and stains to which they will be subjected and

(3) be maintained in proper condition.

(4) Scaffolds shall not be overloaded and so far as practicable, the load shall be evenly distributed.

(5) Scaffolds shall be so constructed that no art thereof can be displaced in on normal use.

(6) Before installing, lifting gear on scaffolds special precautions shall be taken to ensure the strength and stability of the scaffolds.

(7) Scaffolds shall be periodically inspected by the competent person.

(8) Before allowing a scaffold to be used by the workmen every care shall be taken to see whether the scaffolds have been erected by his workmen or not and steps taken to ensure that it complies fully with the requirements of the articles.

(9) Working platforms gangways and stairways shall:-

(a) be so constructed that no part of the road is covered.

………………….. …………………… …………………………. Contractor Witness Engineer-in-Charge

50

(b) be so constructed and maintained, having regard to the prevailing condition as to educe as far as practicable.

(c) be kept free from any unnecessary obstructions.

(d) in case of working platforms gangways place and stairways at a height exceeding that to be prescribed by a national laws and regulations:-

(i) every working platform gangway shall be closely boarded unless other adequate measures are taken to ensure safety.

(ii) every working platform and every gangway shall have adequate width, and

(iii) every working platform gangway working place and stairway shall be suitable fenced.

Every opening in the floor of a building or in working platform shall except for the time and to the extent required to allow the access of persons or the transport or shifting of material be provided with suitable means to prevent the fall of persons or materials.

When persons are employed on a roof where there is a danger or falling from height exceeding that to be prescribed by national laws or regulations, suitable precautions shall be taken to prevent the fall of persons or materials.

Suitable precautions shall be taken to prevent persons being struck by articles which might fall from scaffolds or other working places.

(1) Soft means of access shall be provided to all working platforms ad other working places.

(2) Every place where work is carried on the means of approach thereto shall be adequately lighted.

(3) Every ladder shall be surely fixed of such length as to provide secure hand hold and foot at every position at which it is used.

(4) Adequate precautions shall taken to prevent danger from electrical equipment.

(5) No materials on the site shall be so stacked or placed as to cause danger to any person.

GENERAL RULES AS TO SAFETY EQUIPMENT AND FIRST AID

(1) All necessary personal safety equipment shall kept and available for use of the persons employed on the site be maintained in conditions suitable for immediate use.

(2) The worker shall be required to use the equipment thus provided and the employed shall take adequate steps to ensure proper use of the equipment by those concerned.

Adequate provision shall be made for prompt first aid treatment to all injuries likely to be sustained during the course of the work.

………………….. …………………… ………………………….

Contractor Witness Engineer-in-Charge

51

EXPLANATORY NOTES

1. The above rates are for complete work including cost of all materials, labour, tools and plants and water etc. unless or otherwise specified.

2. All other items covered by the Haryana PWD schedule of rates 1988, 2nd edition corrected upto date and got carried out, if any will be paid for as per Haryana PWD schedule of rates 1988, 2nd edition corrected upto date subject to the accepted tendered Premium / abatement given by the contractor for similar item of relevant chapter.

3. All clauses and notes given in the Haryana PWD schedule of rates 1988 2nd edition with upto date correction slips issued upto the date of tender shall be applicable to all above items wherever necessary.

4. The description, rates, units, etc. of above schedule shall be corrected as per Haryana PWD schedule of rate 1988, 2nd edition in case of any error or omission.

5. Chapter numbers with items referred to above are of Haryana PWD schedule of rates 1988 2nd edition, corrected upto date.

6. The whole work shall be carried out strictly in accordance with the Haryana PWD specifications book 1990 Ist edition as applicable to Haryana State with upto date correction slips.

7. No premium shall be payable on the items which are not provided in the Haryana PWD schedule of rates 1988, 2nd edition, corrected-up-to-date.

8. Samples of all building materials, doors and windows, fittings and other articles required for use on the work shall be got approved from the Engineer-in-Charge, Articles manufactured by firms of repute, approved by the Engineer-in-Charge shall only be used. Only articles classified, as First Quality by the manufactures shall be used. Articles which are not First quality shall be rejected by the Engineer-in-Charge. Preference shall be given to those articles, which bear I.S.I. certification mark. In case articles bearing ISI certification mark are not available, the quality of samples brought by the contractor shall be judged by the standards laid down in the relevant ISI specifications. All materials and articles brought by the contractor to the site of work for use shall confirm to the samples approved, which shall be preserved till the completion of work. Final decision to reject any material shall rest with the Engineer-in-Charge.

9. The contractor shall provide suitable measuring arrangements at site for checking of various articles brought by him to ensure mixing in specified proportions.

10. The contractor shall provide such recesses, hole, openings etc. as directed by Engineer-in-Charge as required for the Electrical / sanitary work and nothing shall be payable on this account.

10 (a) The description in rates units etc. of above schedule shall be corrected as per Haryana PWD schedule of rate 1988, 2nd edition in case of any error for omission.

………………….. …………………… ………………………….

Contractor Witness Engineer-in-Charge

52

11. Thickness of RCC shall be measured and paid for as structural sizes designed.

12. Steel used in supports, spacers and for hooks and overlaps, which are not, approved i.e. which are not provided according to the drawing or the instructions of Engineer-in-Charge shall not be measured for payment.

13. Where there is a provision for flush door shutters, only doors as bear the ISI certification marks and arranged from manufacturer of good repute shall be accepted. In case flush door shutters bearing ISI certification marks are not available in the market, flush door shutters confirming to ISI specifications and arranged from manufacturer of good repute shall only be accepted. They should be water proof, termite proof and have a guarantee for 10 years for any defect liability.

14. Steel butt hinges shall strictly confirm to Indian standard specification, IS-1341-1970 (Latest edition) and dimensions given in table 2 for medium weight cold rolled mild steel butt hinges of the above specifications Hinges shall be of good workmanship and manufactured by the firm of good repute.

15. Analysis of rates for non-schedule / non agreement items i.e. items which are not provided in the Notice Inviting Tender / Haryana PWD Schedule of Rates, 1988 2nd editions corrected upto date shall be payable as per actual lowest market rates from the recognized public market suitable to the executing division and wages of labour as applicable at the time of execution of work, plus admissible contractors profit and over head charge. For such items of materials the contractor shall be required to produce original vouchers which shall be subjected to verification by the Engineer-in- Charge. The rates for non-schedule items shall be approved by the competent authority as recognized in the departmental financial rules in existence at the time of approval.

15(a) The agency will provide two nos. board of size 4’ X 2½” at the site of work intimating the detail of the project otherwise deduction will be made from the first running bill of the agency @ Rs.15,000/- per board.

16. Tender with the condition regarding steel work to be done at labour rates shall be considered invalid and rejected straightway.

16(a) Contractor will use coarse aggregate (all type of stone grit) and coarse send i.e. stone dust (zone IInd as per IS code) The material should conform to the latest IS specifications.

17. The quantities of items given in the Schedule are tentative. These can be increased or decreased to any extent as per working Architectural drawings / structural drawings.

18. Only I.S.I. marked factory manufactured flush door shutters, ply and block board should be used wherever required.

………………….. …………………… ………………………….

Contractor Witness Engineer-in-Charge

53

19. For quality control, the contractor shall be required to use cement concrete mix giving minimum cube strength as may be prescribed in the relevant structural drawings of work. For cement concrete and cement mortar work and other items the test should be regularly carried out as per procedure laid down in relevant ISI & other codes at the expenses of the contractor. The rates provided in the HSR 1988 2nd edition included the cost of such testings. If the contractual agency fails to bring any of the quality control lab equipment at the site of work. The items will be arranged by the department and recovery shall be made from the bill of the contractor at double the cost of that item.

20. Irrespective of what is stated in para-6 of General Rules of Haryana PWD schedule of rates, 1988 2nd edition no carriage of cement, steel and bricks or any other type of material shall be admissible irrespective of any lead involved as the entire carriage included in the rates.

21. Wherever brick work or earth filling/embankment work is to be executed the same has to be executed in accordance with the provision in the fly ash notification dated 14.9.1999 and 27.8.2003 i.e. by using fly ash bricks and filling/ embankment construction by pond ash/fly ash, as specified in the aforesaid notification after getting the design approved from the Engineer-in-Charge.

22. Statutory deductions including those in respect of VAT, 2% Income Tax, 5.25%Sales Tax, surcharge & 1% labour cess as applicable will be deducted from Gross Amount of each bill of the agency/contractor.

23. In case of factory manufactured paneled door and glazed widow shutters and wire gauge shutters the agency will get the name of manufacturer approved firm from the department and produce a warranty of five years certificate in favour of the department in case of door and window shutters the type of wood shall be given by the manufacturer. The agency shall produce a certificate that door and window shutter fixed at site are actually factory manufactured. In case agency fails to do so the rate for the same shall be paid as per site manufactured shutters as per item No. 17.30 and 17.31 of HSR 1988 Second Edition. 23(a) Marble will be arranged by the deptt. and supplied to the agency for use except otherwise provided in the agreement. 24. Glazed Tiles: - The glazed tiles shall be of first quality and of reputed firms for example Kajaria/ Somany /Orient and Johnson etc. as approved by Engineer-In-charge. 25 Incase the glazed tiles of size other than exhibited in the DNIT are got fixed then the rates for the same size shall be paid as exhibited in the DNIT and no extra rate shall be payable for the same. 26. Precast Terrazo Tiles :- The pre-cast terrazzo tiles shall be ISI marked and will be of the make as approved by Engineer-In-charge. 27. Cement : Ordinary Portland cement of 43 grade confirming to ISI standards and of reputed firms, as approved by Engineer-in-charge shall be arranged by the agency himself. If PPC is allowed to be used by the Engineer-in-charge, then recovery as provided in HSR shall be made. Cement manufactured by mini cement plants shall not be allowed to be used. In case of departmental supply of cement, the cement supplied by the department at the issue rate specified in the agreement shall be used.

………………….. …………………… ………………………….

Contractor Witness Engineer-in-Charge

54

Steel : - Reinforced steel of Fe- 500 grade confirming to ISI 1786 of reputed firms such as SAIL/ RINL/TISCO/IISCO only shall be arranged by the agency himself for the use in work. In case of non availability of steel from these companies the engineer-in-charge may allow steel of other reputed firms as approved by him and in such case recovery as provided in HSR shall be made. Nothing extra is payable for using Fe-500 grade steel. In case of departmental supply of steel, the steel supplied by the department at the issue rates specified in the agreement shall be used. 28. Test certificate from Shree Ram Test House or any other reputed test house shall be supplied by the agency for each lot of cement and steel. The department shall also get the cement and steel tested frequently for which charges shall be born by the agency. The original voucher / bills of steel and cement shall be supplied to the department for verification. 29. All the flooring like terrazzo flooring, terrazzo tile floorings, kotah stone flooring, marble flooring etc. should be finished with granite polish and no extra rate shall be paid on this account. 30. All aluminum fittings for doors and windows shall be of ‘Classic’ or equivalents make confirming to I.S. Specifications as approved by the Engineer-in-Charge. 31. First Quality the glazed/ceramic/vitrified tiles shall be of reputed make for example:- Kajaria, Johnson’s, NITCO, RAK, Naveen etc. will only be used after prior approval from the Engineer-in- Charge. 32. The Engineer-in-Charge for the purpose of this agreement means Executive Engineer Incharge of the work. 33. The contractor shall used canal water for construction of building or water from any other sources as approved by the Engineer-in-Charge Water should be got tested at regular intervals i.e. maximum of 3 months (Three months) from the laboratory approved by the Engineer-in-Charge and no extra cost will be paid for the same. Water to be used shall meet latest I.S. standards as per I.S. 456/other relevant I.S. codes.

Divisional Accountant Divisional Head Draftsman Engineer-in-charge

………………….. …………………… ………………………….

Contractor Witness Engineer-in-Charge 55

DEENBANDHU CHHOTU RAM UNIVERSITY OF SCIENCE & TECHNOLOGY, MURTHAL (SONIPAT) ______

DETAILED NOTICE INVITING TENDERS

(SCHEDULE OF QUANTITY)

Name of work: - Construction of 24 Nos. C-type houses including E.I. & P.H. services at DCRUST Murthal, (Sonipat).

Approx. Cost ` 628.95 lacs Earnest Money Society/Contractor ` 628950/1257900 Date of Tender 06.11.2015 Time Limit 24 Months

CIVIL WORK

Sr. HSR Description of item Qty. Unit Rate to be quoted by the No. Contractor/Agency

In figure In words

1. 6.6. Earth work in excavation in foundations, trenches, etc. in all kinds of soils, not exceeding 2 metres depth including dressing of bottom and sides of trenches, stacking the excavated soil, clear from the edge of excavation 100 and subsequent filling around 2299.80 Cum masonry, in 15 cm layers with compaction, including disposal of all surplus soil, as directed within a lead of 30 metres.

2. 6.13.(a) Earth work in excavation in ordinary + 5.2 (b) soil and filling in 15 cm layers in + 4.1 (a) foundation and plinth including 212.10 Cum ramming watering and consolidation under floors with earth brought from 10km of distance. 56

3. 10.39. Cement concrete 1:4:8 with stone aggregate 40 mm nominal size in 286.98 Cum foundation and plinth.

4. 9.13 Shuttering for faces of concrete foundations and foundations beams 273.66 Sqm (vertical or battering)

5. 10.79 + Cement concrete 1:1.5:3 with stone 10.95 (a) aggregate 20 mm nominal size for reinforced concrete work but excluding steel-reinforcement centering and 31.28 Cum shuttering in foundation and plinth.

6. 10.90 + Cement concrete 1:1.5:3 with stone 10.95 (a) aggregate 20 mm nominal size for reinforced concrete work in footings, strips, foundations, beams, rafts, pedestals and approach slabs of 555.56 Cum bridges etc., excluding steel reinforcement but including centering and shuttering, laid in position, complete in all respects.

7. 10.86 + Cement concrete 1:1.5:3 with stone 10.95 (a) aggregate 20 mm nominal size for reinforced concrete work for walls exceeding 20 cm thickness (straight and curved) beams, girders, stairs,

columns, (square or rectangular) battens and lintels etc. excluding steel reinforcement but including centering and shuttering, laid in position, complete in all respects.

Ground floor 158.82 Cum

First floor 158.82 Cum

Second floor 158.82 Cum 57

3rd floor 17.62 Cum

8. 10.82 + Cement concrete 1:1.5:3 with stone 10.95 (a) aggregate 20 mm nominal size for reinforced concrete work in slabs with inclination not exceeding 25 degree

with horizontal, excluding steel reinforcement, but including centering and shuttering , laid in position, complete in all respects.

Ground floor 145.80 Cum

First floor 145.80 Cum

Second floor 145.80 Cum

3rd floor 25.52 Cum

9. 10.81 + Cement concrete 1:1.5:3 with stone 10.95 (a) aggregate 20 mm nominal size for reinforced concrete work in shelves

excluding steel reinforcement, but including centering and shuttering, laid in position, complete in all respects.

Ground floor 2.04 Cum

First floor 2.04 Cum

Second floor 2.04 Cum

10. 11.2 First class brick work laid in cement sand mortar 1:6 in foundation and 174.24 Cum plinth.

11. 11.4. First class brick work laid in cement sand mortar 1:4 in foundation and 171.68 Cum plinth.

12. 11.7 First class brick work laid in cement sand mortar 1:6 in first storey upto 4

metres above plinth level.

Ground floor 224.48 Cum

First floor 219.42 Cum

Second floor 219.42 Cum

Terrace floor 82.82 Cum

13. 11.9. First class brick work laid in cement 77.74 Cum sand mortar 1:4 in first storey upto 4 58

metres above plinth level.

14. 11.48. 11.43 cm thick brick wall laid in (a) cement sand mortar 1:4 in

superstructure.

Ground floor 467.38 Sqm

First floor 648.60 Sqm

Second floor 648.60 Sqm

Terrace floor 78.06 Sqm

15. 15.60 Cement pointing 1:2 deep variety on brick and Tile work

Ground floor Sqm 800.18

First floor Sqm 800.18

Second floor 800.18 Sqm

Terrace floor 320.08 Sqm

16. 15.52. 10 mm thick cement plaster 1:4

Ground floor 1042.00 Sqm

First floor 980.80 Sqm

Second floor 1040.28 Sqm

Terrace floor 118.96 Sqm

17. 15.7. 12 mm thick cement plaster 1:6

Ground floor 1577.00 Sqm

First floor 1394.48 Sqm

Second floor 1394.48 Sqm

Terrace floor 288.68 Sqm

18. 15.12. 15 mm thick cement plaster 1:6 on the rough side of single of half brick wall

Ground floor 1577.00 Sqm

First floor 1394.48 Sqm

Second floor 1394.48 Sqm

Terrace floor 288.68 Sqm 59

19. 15.5 12 mm thick cement plaster in 1:4 340.14 Sqm

20. 15.10 15 mm thick cement plaster 1:4 on the rough side of single or half brick wall. 340.14 Sqm

21. 16.24 Preparation of plastered or concrete surfaces for painting, including sand papering the surface, applying one coat of linseed oil and filling with approved quality filler, consisting of 15892.26 Sqm white lead, linseed oil, varnish and chalk mitti including finishing surface to the required finish, complete.

22. 16.25 Applying priming coat with cement primer in all shades on newly plastered 15892.26 Sqm or concrete exterior surfaces.

23. 16.30 Painting two coats with plastic emulsion paint on walls on new work 11524.44 Sqm to give an even shade.

24. 16.79. Providing two coats of exterior acrylic emulsion paint

b) 1st quality 4367.82 Sqm

25. 18.22 FE-500 EQR TMT steel bars R.C.C. works, where not included in the complete rate of R.C.C including 3261.66 Qtl. bending, binding and placing in position complete.

26. 13.50 Top khurra 0.6 m X 0.6 m for rain water pipe in 25 mm thick cement concrete 1:2:4 over 50 mm thick 20.00 Each cement concrete 1:8:16

27. 13.57. Bottom khurra on ground 1.2 m X 0.6 m consisting of brick-on-edge laid in 20.00 Each cement mortar 1:3 over 75 mm 60

cement concrete 1:8:16 including 12 mm thick cement plaster 1:3

28. 13.89. Providing and fixing PVC rain water pipe 6kg pressure of ISI mark in cement mortar during masonry work.

a) 100 mm dia PVC pipe 6 kg. pressure 204.20 Mtr.

29. 13.90. Providing and fixing PVC Bend ISI mark

a) 100 mm dia PVC bend 20.00 Each

30. 18.34. Pressed steel sheet frames (chowkhats), consisting of 2 mm thick steel sheet of the specified sections, including iron lugs (hold fasts), iron hinges, conforming to P.W.D. specifications, including bolts for fixing stops, lock notch, provision for receiving tower bolts, and finished with one coat of ready-mixed paint red lead non-setting primer, or approved quality, fixed in position including the cost of cement concrete 1:3:6 for filling in the frame and cement concrete 1:3:6 for lugs complete:-

(b) door and window frame of size 76 mm X 38 mm with 35 mm wide single 1982.32 Rmt. rebate 61

(d) door and window frame of size 114 mm X 50 mm with 40 mm wide double rebate. 2093.88 Rmt.

31. 17.91. Factory manufactured paneled and glazed door shutters of commercial hard wood, such as hollock, champ, chikrassy and chaplash, etc., c(non – coniferous timber other than team, conforming to I.S specification no. 1003 kiln seasoned), with 100 mm wide vertical syltes, 150 mm wide lock rail, 200 mm wide bottom rail and 100 mm wide other rails, with panels

of 12 mm thick commercial veneered

both sides particle board or plywood of B.W. R. grade, hot-pressed, including cost of iron hinges, screws, chocks/cleats, stops and nails etc., complete fixed in position (excluding the cost of any fittings, other than specified above but including labour for fixing the same in position:-

(a) 30 mm thick 412.30 Sqm

(b) 35 mm thick 636.80 Sqm

32. 17.92. Factory-manufactured wire gauze door and windows shutters of commercial hard wood such as hollock, champ, chikrassy and chaplash, etc, (non coniferous timber other teak, 62

conforming to I.S. specification no. 1003, kiln seasoned) with 100 mm wide vertical styles, 150 mm wide locak rail 200 mm wide bottom rail and wire gauze of 140 G or 120 G designation including cost of iron hinges, screws, chock/cleats, stops nails etc., complete fixed in position (excluding the cost of any fitting other

than specified above, but including labour for fixing the same in position)- (styles and rails of windows shutter shall be 75 mm wide)

(i) 30 mm thick 412.30 Sqm

(ii) 35 mm thick 276.86 Sqm

33. 17.93. Factory manufacture solid flush door and Shutters, with block board core as per I.S. No. 1659-1969 bonded with water poof type phenol formal dehyde synthetic resin, hot-pressed, conforming to I.S. 2202 part I and II, fixed in position including iron hinges, screws, chocks/cleats and stops etc. (excluding the cost of any fittings other than specified above, but including labour for fixing the same in position)-

(a) commercial veneering with vertical grains or cross bands and face veneer

on both sides commercial facing with laminated core and lipped edges:-

(i) 25 mm thick 440.52 Sqm

34. 17.36. Supplying and fixing glass panes with moulding of commercial hard wood

such as hillock champ, chikrassy and chaplash etc. (Non coniferous timber other than teak, conforming to I.S. 63

specification No. 1003, kiln seasoned)-

(c) 4 mm thick (glazing area above 55 sq dm buto upto 83 sq dm of each 459.14 Sqm pane)

35. 17.78. Providing and fixing 150 mm hasps and Staples with necessary screws, etc., complete-

(b) Aluminium 72.00 Each

36. 17.82. Supplying and fixing hydraulic door Closer, I.S.I mark, with necessary Screws, etc., complete-

(c) I.S.I designation no. III (size of door 851 mm to 1000 mm) 120.00 Each

37. 17.72 Cost of aluminium fitting complete for doors and windows, such as tower bolts, handles, etc., and screws for these fittings (excluding sliding bolt)-

b) for double leaf shutter 1049.10 Sqm

38. 17.83. Providing and fixing sliding bolt with nuts and screws etc. complete-

(b) Aluminium

(i) size 300 mm x 16 mm 624.00 Each

39. 16.1. Preparation of ply wood surface for painting including sand papering the surface and applying filling with approved quality filler consisting of white lead, linseed oil, varnish and 3575.08 Sqm chalk mitti including finishing the surface to required finish complete.

40. 16.2. Applying pink primer or aluminium 3575.08 Sqm priming coat on wood work including 64

preparation of surface, knotting and stopping etc.

41. 16.3. Painting two coats excluding priming coat with synthetic enamel paint in all shades on new wood work or metallic or plastered or concrete surfaces to 3575.08 Sqm give an even shade.

42. 14.1 Base course of floors consisting of 100 mm thick cement concrete 1:8:16 and 1785.04 Sqm 100 mm sand or stone filling.

43. 14.4 Screed of 50 mm thick cement concrete 1:8:16 to be laid below the topping

First floor 921.32 Sqm

Second floor 921.32 Sqm

Terrace floor 118.96 Sqm

44. 14.89. Providing and fixing vitrified tiles of size 600 x 600 mm of approved make in flooring laid in any pattern as specified over base of 20 mm thick cement coarse sand mortar 1:3 and jointed with white cement slurry mixed 690.62 Sqm with pigment to match the shade to tiles. Note:- Tile shall be of premium quality (first quality) of reputed manufacturer like NITCO, KAJARIA, SOMANI, ORIENT & JOHNSONS.

45. 14.90. Providing and fixing vitrified tiles of size 600 x 600 mm of approved make 67.72 Sqm in skirting/dado laid in any pattern as specified over base of 12 mm thick 65

cement coarse sand mortar 1:3 and jointed with white cement slurry mixed with pigment to match the shade to tiles. Note:- Tile shall be of premium quality (first quality) of reputed manufacturer like NITCO, KAJARIA, SOMANI, ORIENT & JOHNSONS.

46. 14.91. Providing and fixing ceramic tiles/ anti skid tiles of size 400mm x 400 mm or above size of approved make in floors, laid in any pattern as specified over base of 20 mm thick cement coarse sand mortar 1:3 and jointed with white cement slurry mixed with pigment to 1505.48 Sqm match the shade of tiles. Note:- Tile shall be of premium quality (first quality) of reputed manufacturer like NITCO, KAJARIA, SOMANI, ORIENT & JOHNSONS.

47. 14.92. Providing and fixing 1st quality ceramic glazed wall tiles confirming to I.S. 15622 (thickness to be specified by the manufacturer) of approved make in all colors, shades except burgundy, bottle green, black of any size as approved by Engineer-in-charge in

skirting, risers of steps and dados over 12 mm thick bed of cement mortar 1:3 coarse and jointed with grey cement slurry, including pointing in white cement mixed with pigment of matching shades complete.

(b) Size of Ceramic glazed tiles 300 x 450mm 1615.70 Sqm

66

48. 14.62. Kotah stone flooring 34 mm to 40 mm thick in any pattern as specified over 12 mm thick base of cement coarse sand mortar 1:3 laid and jointed with neat cement slurry mixed with pigment to match the shade of stone including rubbing and polishing.

Ground floor 328.02 Sqm

First floor 285.16 Sqm

Second floor 285.16 Sqm

Terrace floor 59.48 Sqm

49. 14.66. Kotah stone 20 mm thick in skirting risers of steps, dados and wall facing (lining) and pillars laid on 12 mm thick cement coarse sand plaster 1:3 laid and jointed with neat cement slurry, mixed with pigment to match the shade of stone including rubbing and polishing including labour for fixing cramps, dowels and pins etc.

Ground floor 65.60 Sqm

First floor 51.74 Sqm

Second floor 51.74 Sqm

Terrace floor 4.42 Sqm

50. 10.158. Providing and laying 60 mm thick interlocking paver blocks of all shapes and colours in design mix cement M- 743.02 Sqm 35 over a bed of 25 mm thick fine sand complete in all respect

51. 18.12. Wrought iron and mild steel (using angles, flats square bars, tees and channels) ladders, grills, gratting 117.70 Qtl. frames, window guards, iron doors open able or fixed stair case or parapet or any other type of railing, 67

gates and tree guards etc., including cost of screws and welding rods or bolts and nuts complete fixed in position.

52. 13.13 Terracing consisting of tiles 22.86 cm X 11.43 Cm X 3.81 cm laid over 87.50 mm mud filling on a layer of 25 mm mud plaster and on other layer of mud mortar for laying the tiles, 1150.12 Sqm including two coats of bitumen laid hot at 1.65 kg per sqm on top of R.C.C slab including grouting with cement sand mortar 1:3 and top surface to be left clean etc.

53. NS Providing and Laying granite stone in all shades, 15 mm to 18 mm thick in flooring, laid in any pattern as specified over base of 20 mm thick

cement coarse sand mortar 1:3 and 169.52 Sqm jointed with white cement slurry mixed with pigment to match the shade of granite stone including cost of making edge moulding complete in all respect.

54. NS Providing and fixing 25 mm dia 2 mm thick M.S. plate curtain rods with PVC 960.00 Mtr. wooden texture, wooden brackets complete.

PUBLIC HEALTH WORK

55. 30.41 Providing and fixing in position best Indian make (ordinary) lavatory suites

consisting of :-

Lavatory in vitreous chinaware size as given below (to the approval of the

engineer in charge ) including china plug for tap hole where necessary:

R.S. or C.I. brackets for building into

68

wall including painting:

32mm C.P. brass waste with C.P. brass

chain and rubber plug:

15mm C.P. brass screws down pillar tap with jamnuts or couplings best design (as approved by the engineer in

charge).

All fittings best Indian make and to the approval of engineer in charge:

All brass work chromium plated and complete in all respects including cutting and making good the walls ,

floors and painting of fittings etc.

White

iv) Size 550 mm X 400 mm with one no. 72 Each tap)

56. 30.66. PROVIDING AND FIXING IN POSITION BEST INDIAN MAKE SHOWER WITH

15 OR 20 I/D INLET.

(c) C.P brass with revolving joint. 48 Each

57. 30.68. PROVIDING AND FIXING IN POSITION BEST INDIAN MAKE TOWEL RAILS FIXED in with rawlslugs embedded in

walls with C.P brass screws. Complete in all respect INCLUDING CUTTING AND MAKING GOOD THE WALLS ETC.

(b) 20 MM DIA C.P BRASS ADJUSTABLE

(ii) 600mm long 48 Each

58. 30.75. Providing and fixing in position 15 mm i/d C.P brass bib Cocks of best quality

(as required by Engineer-in-charge)

(a) Bib cock long body 72 Each

(c) Bib cock 120 Each

59. 30.76. Providing and fixing in position C.P

brass stop cocks (as Approved by the 69

Engineer-in-charge)

(a) 15 MM STOP COCK

(i) Stop cock male and female end 192 Each

(ii) Concealed stop cock with flange. 96 Each

60. 30.71. Providing and fixing in position best Indian make beveled edge 5.5 mm thick mirror mounted on asbestos sheet ground fixed in position by means of 4 nos. chromium plated brass screws and washers over rubber washers and rawl plug embedded in

the wall or chromium plated brass clamps with C.P brass screws (as required by the Engineer-in-charge) complete including cutting and making good the walls etc.

(a) INDIAN MAKE

(i) 600 mm x 450 mm 48 Each

61. 30.82. Providing and fixing in position best Indian make flexible tube connection

(b) CP Brass

(iii) 15 mm x 450 mm 120 Each

62. 30.88. Providing and fixing in position M.S. or heavy flat iron clamps made out of M.S. flat not less than 5 mm of the approved design for fixing C.I. soil waste vent or anti pipes to walls

complete in all respects including cutting and making good the walls and floors etc., and painting.

(a) For 100 mm internal diameter pipes 200 Each

63. 30.110. PROVIDING AND FIXING IN POSITION AUTOMATIC BRASSBALL VALVES IN

TANKS 70

(b) with plastic ball

(iii) 25 mm internal diameter 24 Each

64. 30.119. Providing and fixing HDPE WATER STORAGE TANKS of Sintex, Diplast, O.K. Supreme make with covers/lids marked with IS:12701 on roof top of buildings including cost of hoisting and placing in position, making connections with inlet and outlet pipes, providing overflow and scour

provisions with suitable plug on scour pipe including cost of nipples, washers, flanges for connections in tanks complete in all respects to the satisfaction of Engineer-in-Charge.

(e) 1000 ltr. Capacity 24 Each

65. 6.10. Excavation of trenches in streets, lanes or in Open areas for storm sewer, sewers running by Gravity and manholes to full depths as shown In drawings including shoring timbering of Poling boards, frame System type, dressing to correct Sections and dimensions, according to templates and levels, Dewatering, provision for

diversion of traffic, cutting trees and Bushes etc. Night signals, profiles, pegs, sight rails, oning rods, Crossing over trenches for access to the houses, watching fencing, Etc., fixing and maintenance of caution boards, refilling of trenches, Watering of refill, in 15 m layers, ramming and restoration of Un-metalled or unpaved 71

surface to original condition and removal Of surplus soil from site of work, upto a lead of 1 Km in ordinary soil.

(a) for depths of excavation not exceeding 100 3 metres below ground level 297.36 Cum

66. 10.29 Cement concrete 1:8:16 with stone aggregate 20 mm nominal size in 14.1 Cum foundation and plinth.

67. 10.41 Cement concrete 1:2:4 with stone aggregate 20 mm nominal size in 35.76 Cum foundation and plinth.

68. 30.114. PROVIDING AND FIXING IN POSITION GULLY TRAPS FIXED IN CEMENT CONCRETE 1:4:8 complete WITH H.C.I GRATING 150 MM X 150 MM CAST IRON COVER WEIGHING APPROXIMATELY 7.26 KG AND FRAME CLEAR OPENING 300 MM X 300 MM

and outside size 330 mm x 330 MM AND CHAMBER INCLUDING cost of all brick work in CEMENT MORTSAR 1:5 CEMENT CONCRETE 1:8:16 IN FOUNDATIONS AND CEMENT CONCRETE 1:2:4 IN COPING around C.I cover and frame etc. WITH THREE 72

COATS of black bitumastic superior PAINT of approved manufacture on all C.I work AS PER STANDARD DESIGN, minimum depth of water should be 150 mm with a minimum seal 50 mm.

(a) 100 mm internal diameter S.W. gully 24 Each trap

69. 29.84. CONSTRUCTING BRICK MASONRY INSPECTION CHAMBER SIZES AS GIVEN BELOW UPTO 0.60 METRE AVERAGE DEPTH in cement Mortar 1:5 LIME CONCRETE with 40 percent lime mortar 2:3 in foundation Cement mortar 1:2:4 BENCHING 12 mm THICK CEMENT PLASTER 1:2 with a floating coat of 1 mm thick of neat cement

R.C.C 1:2:4 SLAB 100 mm THICK/CC/ TOPPING 50 mm THICK WITH 455

MM x 455 MM X 610MM INSIDE LIGHT DUTY C.I. INSPECTION CHAMBER COVER AND FRAME Weight as per I.SI. specification painted WITH 3 COATS OF black bitumastic superior paint complete as per standard design.

(b) Size 450 mm x 600 mm inside (with 455 mm x 610 mm cover and frame light duty single seal pattern I 40 Each weighing 38 kg with C.C. topping )

(c) Size 600 mm x 900 mm inside (with 455 mm x 455 mm cover and frame light duty single seal weighing 20 kg 4 Each with C.C. topping)

70. 28.24. CUTTING HOLES UPTO 23 CM SQUARE

THROUGH STONE MASSONARY BRICK

WORK IN CEMENT WALLS FOR PIPES 73

AND MAKING GOOD INCLUDING REPOINTING REPLASTERING AND FINISHING according to existing finish where required.

(b) 22.86 cm thickness of walls 96 Each

71. 28.26. CUTTING HOLES UPTO 23 CM SQUARE FOR PIPES in floor and roofs of cement concrete reinforced concrete or reinforced brick work and making

good including re-pointing, re- plastering, replacing bitumen and colour or white washing where required.

(b) 115 mm thickness of floor or roof 96 Each

72. 30.95. CUTTING CHASE IN BRICK WALLS IN CEMENT OR IN FLOOR FOR EMBEDDING G.I OR H.C.I PIPE LINES

AND MAKING GOOD THE SAME TO ITS ORIGINAL CONDITION

(c) Size 75 mm x 50 mm 480 Mtr.

73. 30.106. PAINTING G.I. PIPES AND SPECIALS WITH 1ST AND 2ND QUALITY SYNTHETIC ENAMEL PAINT IN ALL

SHADES ON EXISTING OR NEW WORK, TWO COATS PAINTS INCLUDING CLEANING, RUBBING SURFACE ETC.

(a) 15 mm and 20 mm i/d of pipes and 320 Mtr. specials

(b) 25 mm and 32 mm i/d of pipes and specials 120 Mtr.

74. 6.8. Excavation for pipelines running under pressure in trenches and pits, in open areas, where disposal of surplus earth is done along with the alignment 0 Including trimming & dressing sides, leveling of beds of trenches to Correct grade, cutting joint holes, cutting trees and bushes, etc., Refilling consolidation 74

and watering of refill in 15 cm layers and Restoration of un-metalled or unpaved surface to ITS ORIGINAL CONDITION, including the cost of dewatering of rain Water, diversion of traffic, night signals, fixing caution boards, watching, Fencing etc., and outside the town in ORDINARY SOIL:-

(a) Without timbering and shorting upto 100 1.5 metres depth 40.78 Cum

75. NS Providing and fixing in position best Indian make (to the approved of the

engineer-in-charge.) European type water closet suite, consisting of

Various china ware European type WC i suite (Parryware / Hindware , Cera )(as

approved by the Engineer-in-charge)

110mm i/d UPVC SWR B-type P-trap

10 Ltr. Capacity PVC cistern Parryware / Hindware , Cera make ISI marked

complete with all fittings

One piece seat and lid in hollow black or white plastic fitted with chromoum ii plated hinges and rubber buffers ,(to

the approved of the engineer-in- charge)

Complete in all respect including cutting and making good the walls

and floors.

(a) White Colour 24 Each

76. NS Providing and fixing in position best Indian make C.P. jet valve with base plate and flexible tube and C.P. brass 24 Each connector for EWC complete as approved Engineer-in-charge

77. N.S. Providing and fixing in Orissa type 24 Each vitreous chinaware WC pain complete 75

in all respects

Consisting of :-

i 110 mm i/d UPVC SWR, B-type P-trap

ii 10 Ltr. capacity PVC cistern Parryware/ Hindware, Cera make ISI marked

complete with all fittings

iii 32 mm dia CP flush pipe/bend of required length, shape, size and

approved make

iv W.C. pan Orissa type 580 mm white (Parryware / Hindware / Cera) complete in all respects including

cutting and making good the wall and floors and painting of fittings if necessary.

78. N.S. Providing and fixing in position C.P brass basin mixer for wash basin as per approved make/quality complete in all 72 Each respects

79. NS Providing and fixing in position best quality stainless steel sinks (make :-

NIRALI, NEELKANTH) with complete fittings consisting of:-

R.S. or C.I. brackets for building into wall including painting:

40mm C.P. brass waste with C.P. brass chain and rubber plug:

All fittings best Indian make and to the approval of engineer in charge:

All brass work chromium plated and complete in all respects including cutting and making good the walls ,

floors and painting of fittings etc.

76

(600mm X 450 mm X 180 mm ) 24 Each

80. N.S. Providing and fixing in position UPVC (SWR) 110x90mm size NAHANI TRAP with jali of approved manufacturer (Supreme, Prince, Diplast ISI marked) including suitable jointing to ensure leak proof service and cement concrete 1:2:4 with stone aggregate

20mm nominal size under and around the trap where required upto floor level complete in all respect including cutting and making good the wall and floor etc. as per satisfaction of the Engineer-in-Charge.

a) with 90mm i/d outlet 168 Each

81. NS Providing, fixing and jointing gun metal peet valves ( Zoloto make Heavy Patterns) on G.I pipelines laid in

the ground or inside building complete in all respects

15mm 8 Each

20mm 8 Each

25mm 24 Each

82. N.S. Providing and fixing in position UPVC (SWR) pipe B-type complete in all

respects

a) 90 mm outer dia 640.04 Rmt.

b) 110 mm outer dia 1005.8 Rmt.

c) 150 mm outer dia 36.58 Rmt.

83. N.S. Providing and fixing in position Rigid UPVC (SWR) specials ISI marked of approved manufacturer including jointing, wastage and cutting etc.

cutting holes in walls, roofs or floors etc. and making good to its original condition.

a) 110 mm dia

i Plain Bend 16 Each 77

ii Door Bend 16 Each

iii Cowls 16 Each

iv Plain Tee/Junction 16 Each

v Door tee/ Junction 16 Each

b) 90 mm dia

i Plain Bend 20 Each

ii Door Bend 20 Each

iii Cowls 20 Each

iv Plain Tee/Junction 20 Each

v Door tee/ Junction 20 Each

84. N.S. Providing, laying, jointing & testing of GI pipe B class with special including

M.S. hook complete as per approved specification.

i) 15 mm i/d pipe lines 585.18 Rmt.

ii) 20 mm i/d pipe lines 304.78 Rmt.

iii) 25 mm i/d pipe lines 493.76 Rmt.

85. N.S. Providing and fixing of G.I. union of ISI marked Best quality complete in all

respect.

i) 15 mm i/d 24 Each

ii) 20 mm i/d 72 Each

iii) 25 mm i/d 24 Each

86. N.S. Providing and fixing in position PVC saddle piece for making new water connection including excavation of

earth and its refilling etc.

size - 100mm x 20 mm 24 Each

size - 100mm x 25 mm 24 Each

87. N.S. Providing and fixing C.P. Jalli (Heavy 80 Each duty) of approved make 150 mm dia.

88. N.S. Providing and fixing twin type CP brass angle lock 15 mm dia complete as per 24 Each approved specifications.

89. N.S. Providing and fixing white vitreous china oval shape counter wash basin 24 Each with CP coupling complete as per 78

approved sample and specifications.

90. N.S. Providing and fixing 32 mm dia PVC waste pipe for kitchen sink or wash basin complete as per approved 96 Each specifications.

91. N.S. Providing and fixing aluminium door stopper twin type with rubber cushion complete as per approved 352 Each specifications

92. N.S. Providing and fixing M.S. holder bat clamp for fixing PVC pipe 2” to 4” dia on wall made up of 30 x 3 mm MS flat bent is required shape and with 90 Each anchor bolt as per approved specifications.

93. N.S. Providing and fixing CP nipple and CP cap at junction bottom of bib cock & 480 Each stock cock complete as per approved specifications

94. N.S. Providing and fixing Raj Shree brand factory made PVC door frame 50x47 mm complete as per approved 150.00 Mtr. specifications

95. N.S. Providing and fixing 30 mm thick PVC paneled door shutter Raj Shree make complete as per approved 25.00 Sqm specifications.

96. N.S. Providing and fixing 15 mm dia stainless steel hanger rod with brackets in cup-boards complete as per 240.00 Mtr. approved specifications and direction of Engineer-in-charge

97. N.S. Providing and fixing magnet catcher 100 Each 79

for cup-board shutters as per approved specification and direction of Engineer-in-Charge.

ELECTRICAL WORK

98. 31.36. Wiring in 1.5 Sq mm PVC insulated copper conductor cable in 1.6 mm thick conduit pipe

ii) Light Point

b) Medium Point 840 Each

iii) Twin control light point with 2

ways, 5 amp. Single pole switch

b) Medium Point 144 Each

vii) 3-pin 5 amp. Plug point including

earthing the 3rd pin etc.

a) Short Point 360 Each

viii) 3-pin 15 amp. Plug point with 4 sqmm PVC insulated copper

conductor cable including earthing the 3rd pin etc.

c) Long Point 288 Each

99. 31.40. Supply and erection of PVC unsheathed copper conductor cable single core 1100 volts grade

in pipe of suitable size excluding cost and erection of pipe.

ii) Cable size 2.5 sqmm. (3/1.05 mm) 2040.00 Mtr.

100. 31.21. Supply and erection of pipe for wiring purposes including bends inspection boxes etc. where

necessary and painting as required:-

(xxi) Heavy gauge welded conduit pipe 480.00 Mtr. 20 mm dia 1.60 mm thickness 80

flushed

(xxii) Heavy gauge welded conduit pipe 25 mm dia 1.60 mm thickness 480.00 Mtr. flushed

Miscellaneous

101. 31.18 (xxvi) Supply and erection of hexagonal M.S box 1.60 mm thick having each side 8 cms 7.5 cms deep top covered with M.S lid by means of screws including 10 mm dia 30 cm long mild steel rod made into suitable Suspension hook and erected in R.C.C slab for erection 240.00 Each of fan, the bottom covered with 3 mm thick bakelite sheet with suitable holes, Painting etc. complete with all labour and material required to complete the job.

102. 31.41. Supply and erection of double door sheet steel enclosures distribution board suitable for MCBs and ELCBs etc. recessed in wall including bonding to earth

with all labour and material required to complete the job in all respect up to the entire satisfaction of the Engineer-in- charge of the work.

(vi) 8-way, TP&N (Horizontal) (8+24) 24 Each

103. 31.17. Supply and erection of miniature circuit breaker/isolator 240/415V in

the existing distribution board including making necessary connections:- 81

(a) Miniature Circuit Breakers of 9 K.A.

breaking capacity

(ii) 6 amp. To 32 amp. Single pole 576 Each

(iii) 40amp to 63 amp. Triple pole with neutral 48 Each

104. 31.44. Supply and erection of PVC conduit pipe ISI marked (Medium) recessed in wall / ceiling etc. including cost of PVC bends, inspection box and all other material required to complete the

job in all respect up to the entire satisfaction of Engineer-in-charge of work.

b 25 mm dia 2400.00 Mtr.

105. 31.22.(iv) Earthing with tinned copper earth plate 600 mm x 600 mm x 3 mm thick including with cover plate having locking arrangement and watering pipe etc. (but without 8 Each charcoal or coke and salt) complete as required.

(v) Extra for charcoal or coke and salt for G.I plate or copper plate earth electrode. 48 Each

(xiv) Pdg. and fixing 25 mm x 5 mm copper strip on surface or in 100.00 Mtr. recess for connection etc. as required with all labour and 82

material

106. 31.55. Supply & Erection of Socket size rotary step type Electronic regulator for A.C. ceiling fan anchor make Deluxe model 50440 ISI/SSK make PC 561 operated 120/280 volt A.C. supply complete 240 Each including cutting of existing bakelite sheet & making necessary connection etc. upto the entire satisfaction of the Engineer-in- Charge of the work.

107. 31.25. Supply and erection of underground cable 1 metre below ground level covered with sand and bricks including necessary

connections, digging and refilling of trenches:-

(xxix) 95 sq mm 3 ½ Core cable 50.00 Mtr.

108. 31.26. Supply and erection of under ground cable, loose in existing

pipe or trenches complete with

necessary connections:-

(xxix) 95 sq mm 3 ½ Core cable 150.00 Mtr.

109. 31.21. Supply and erection of pipe for wiring purposes including bends inspection boxes etc. where necessary and painting as required:-

(xxx) Supply and erection of PVC pipe of 6 kg. Pressure, laid 1 metre below ground level complete, including digging refilling of the trench with jointing etc:- 83

(b) PVC pipe 80 mm dia 360.00 Mtr.

110. 31.63 Supply installation testing and commissioning of wall/ free floor mounting dust and vermin proom compartmentalized cubical panel made out of 2 mm thick CRCA shee3t , required hardware 3 mm thick bakelite sheet provided all along the bus bar and cable alley separating switches compartments and supporting suitable channel duly painted by 2 coat of Zine/ Red oxide primer followed by 2 coats of poweder coating in gray or required shade after rinsing. The panel having PU/ Neoprene rubber gasket of not less than 3 mm thickness separate detachable gland plate MS base channel hinged door with interlocking 20.60 Sqm. arrangement for equipments/ switch wear. Transparent acrylic sheet shall be provided in front of bus bar compartments to prevent direct access to bus bar bakelite sheet 3 mm thick for saperately cable alley to BBC from switch chamber extended solid copper bars up to cable alley shall be provided for outgoing connection which shall be paid as extra items . side walls and cable alley compartments shall be having bolted type doors with detachable extension type structure.The panel will be complete with control wiring (copper) and fuse protection (only outer area on all sides shall be measured) 84

111. 31.64 Supplying and fixing of copper bus bar duly tinned by means of SMC/DMC type insulator high tensil nuts and bolts spring washer fixing to same in existing panel including bending, cutting in required shape and size and 26.40 Kg. insulation with colour coading heat shrinkable PVC insulation

complete in all respect.

112. NS Supply & Erection only of Exhaust fan 300 mm sweep heavy duty make Crompton Greeves Heavy Duty Exhaust Fan with ISI Marked, Make: Crompton, Havell's, Bajaj complete in all respects as desired 72 Each by the Engineer-in-Charge at site.

113. NS Supply & Erection of 1200 mm ceiling fan with double ball bearing and aluminium blades without regulator suitable for 220V, 50Hz, AC Supply, Make: Oriental, Havell's, Bajaj as per 240 Each DGS&D specification.

114. NS Wiring for telephone point with 96 Each 0.6 mm dia 2 pair insulated 85

annealed tinned electrolytic copper conductor in 25 mm dia (1”) PVC ISI pipe 2 mm thick complete with accessories such as bends, junction boxes, pull boxes etc. with supplying and fixing suitable Modular MS box of 1.6 mm thick MS sheet and Modular telephone socket.

115. NS Wiring for T.V. point with Co axial cable copper conductor in 25 mm dia (1”) PVC ISI pipe 2 mm thick complete with accessories such as bends, junction boxes, pull boxes etc. with supplying and fixing 96 Each suitable MS box of 1.6 mm thick MS sheet with 5 mm thick Bakelite Hylum-Formica laminated sheet and T.V. socket

86

ADDITTIONAL CONDITIONS

1. 10% Security will be deducted out of which 5% of the agreement amount will have to be deposited as performance guarantee in shape of bank draft within 21 days of receipt of letter of acceptance and balance 5% will be deducted from the running bills of the contractor. 2. All taxes inclusive of Income Tax, Labour cess, Sales Tax, and any other taxes to be levied by the Govt. will be deducted from each bill of the contractor/agency. 3. The above rates are for complete work including cost of all materials, labour tools and plants and water etc. unless otherwise specified. 4. All clauses and notes given in the Haryana PWD schedule of rates, 1988 – second edition with up to date correction slips shall be applicable to all above items wherever necessary. 5. The description, rates, units etc. of the above schedule shall be corrected as per Haryana PWD schedule of rates, 1988 second edition in case of any error or omission. 6. Chapter numbers with items in brackets referred to above are of Haryana PWD schedule of rates, 1988-second edition, corrected up to date. 7. The whole work shall be carried out strictly in accordance with the Haryana PWD specifications 1990, 1st edition, as applicable in Haryana state with upto date correction slips. 8. No premium shall be payable on items which are not provided in the Haryana PWD schedule of rates, 1988- sencond edition corrected up to date. 9. The contractor shall provide suitable measuring arrangements at site for checking of various articles brought by him to ensure mixing in specified proportions. 10. Analysis or rates for non-schedule items/ non-arrangement items which are not provided in the Notice Inviting Tenders/Haryana PWD schedule of rates 1988, second edition corrected up to date shall be payable as per actual lowest market rates from the recognized public market suitable to the executing division and wages of labour as applicable at the time of execution of work plus admissible contractor’s profit and over head charges. For such items of materials, the contractor shall be required to produce original vouchers which shall be subjected to verification by the Engineer-in-Charge if deemed necessary. The rates for non-schedule items shall be approved by the competent authority as recognized in the departmental financial rules in existence at the time of approval. 11. The quantities of items given in the schedule are tentative, which can be increased or decreased as per working architectural / structural drawings. 12. The contractor shall provide such recesses, holes openings etc. as directed by the Engineer-in-Charge, as required for the Electrical/Sanitary work and nothing shall be payable on this account. 13. Irrespective of what is stated in Para 9 (b) of General rules of Haryana PWD schedule of rate 1988, second edition no carriage of cement, steel & bricks or any other type of material shall be admissible irrespective of lead involve. 14. No material will be issued by the department. 15. The steel bars shall be used of Fe-500 TMT of companies TISCO, SAIL, RINL or IISCO and in case steel is allowed to use other than above but ISI marked, the deduction @ Rs. 5,000/- per M.T. will be made. 16. Any item of HSR beyond the DNIT if got executed will be paid as per (HSR + CP) + tendered Premium (minimum). 17. All door frames, shutters shall be from approved manufacturers & ISI marked and dimensions/specifications given above in each item also proof of the company having being approved will also be produced by the tenderer. 18. The tenderer is advised to visit the site of work, at his own cost, and examine it and its surroundings by itself collect all information that the tenderer considers necessary for proper assessment of the prospective assignment.

87

19. The intending tenderer shall fill his offer in the percentage rate above or below on the Haryana schedule of rates 1988 plus sanctioned ceiling premium in words & figures both as on the date of opening of tender at its appropriate place, sign all pages of the tender documents and initial all the corrections and cuttings. For Non Schedule items, the intending tenderer will quote a definite rate, if the same are not exhibited. The sanctioned ceiling premium as applicable on the date of opening of tender on the respective chapter shall also be applicable to the derived rates exhibited in the DNIT, if any. 20. Further information can be obtained and a schedule of quantities, the details plans and specifications can be seen at the Executive Engineer DCRUST, Murthal (Sonipat) office between the hours 10:00 AM to 4:00 PM, on every working day, except Saturday, Sunday and Public Holidays. 21. The validity of the tender is 90 days from the date of opening of tender, if a tenderer limits the validity to a lesser period in his tender, his tender is liable to be rejected. 22. Acceptance of tender will rest with the competent authority that does not bind itself to accept the lowest tender and reserves to itself the authority to reject any or all the tenders without assigning any reason. 23. The tenderer shall comply with the detailed instructions incorporated in the DNIT. 24. The tenderer whose tender is accepted is required to execute a contract agreement on the prescribed form of contract on non-judicial stamp paper of Rs. 100/- and to furnish security for the fulfillment of the contract. 25. If any information furnished by the contractual agency is found incorrect at a later date, he shall be debarred from tendering/taking up works in future in DCRUST, Murthal (Sonipat). The DCRUST, Murthal (Sonipat) reserves the right to verify the particulars furnished by the contractual agency independently. 26. If the tenderer is an individual, he shall sign the tender documents above his full typewritten name with seal and current address. 27. Performance certificates from respective organizations certifying suitability, technical knowledge from an officer not below the rank of Executive Engineer sign the certificate. 28. The contractor shall associate an eligible electrical contractor for the execution work. The contractor executing the electrical works under this contract must be enlisted with C.P.W.D, M.E.S. Railways or State PWD or any state. The name of the eligible electrical contractor along with his consent shall be submitted by the main civil contractor to the Executive Engineer before the award of the tender along with certified copy Class-A license issued by the competent authority. 29. The validity of the tender is 90 days from the date of opening of tender, if a tenderer limits the validity to a lesser period in his tender, his tender is liable to be rejected.

Executive Engineer Construction Division DCRUST Murthal, (Sonipat)

88

ADDITTIONAL CONDITION (E.I. WORK)

1. A tenderer shall be deemed to have full knowledge of the relevant documents, samples, site etc. whether he inspects them not. 2. The department reserves the right to withdraw any item or any portion of the work while allotting the work / approving the tender case or during execution of work. 3. The rates mentioned in the NIT are for complete items including cost of all accessories, materials, labour, tools plants and water electricity bill etc. Unless otherwise specified. 4. In case of any error or omission in the description rates and unit etc. of HSR items it will be applicable as mentioned in the schedule of rate 1988 corrected up to date except mentioned as above. Further in case of any confusion or imperfection of the HSR item the confidential detailed analysis of HSR shall be applicable and still there is any dispute in this regard the decision of Technical Advisor (Electrical) DCRUST, Murthal (Sonipat) shall be final. 5. The jurisdiction of the court will be the Distt. Court of Sonipat. 6. The recovery of the pipe already laid will be made on measurement rate basis or point rate basis or on actual expenditure basis whichever is on higher side. In case of Departmental work, 10% supervision charges shall also be added. 7. Conduit pipe where already laid for wiring purpose will be delivered to the contractor in absolutely clean condition with round inspection boxes duly painted, covered and whole system tested. After the conduit system is handed over to the contractor to whom the work is allotted, he will be responsible for its upkeep. 8. During execution of work, if the contractor does not lay pipe and its accessories in the slab within time prescribed by the Engineer-in-Charge of the work, the Deptt. can then get the said pipe laid departmentally/other sources at contractors risk and cost without operating the clause 2 and 3 of the contract agreement. Recovery of such work executed departmentally/other source shall be made at market rate+10%. 9. Separate conduit pipe for power plug with independent circuit wires shall be laid. 10. Multi plug socket shall be provided for light & power plugs. 11. Call bell shall be dingdong/music only as per site requirement. 12. C-Series MCB will be provided for air conditioner / motor wiring without any extra cost. 13. MCB’s shall be of minimum 10 KA breaking capacity. 14. For HSR item no.31.12 (D), 31.15 the make of enclosure will be same as that of MCB of standard size having thickness 1.6 mm and 1.2 mm in case of TPN and SPN enclosure respectively. 15. All MCCB’s up to 220 Amp. will have 25KA minimum breaking capacity and above 220amp. MCCB’s will have 35 KA minimum breaking capacity. All MCCB’s will have magnetic thermal release and rotary operating mechanism duly interlocked and only one make of MCCBs shall be used in whole work. The rate for 60/63 Amp MCCB will be same. No extra payment on this account shall be made. 16. The thickness of M.S. Sheet of switch boxes/ fan boxes should of minimum 1.6 mm. 89

17. The contractor shall install the material from the list of approved electrical material appended in the NIT. Material not covered in the list will be used as approved by Engineer-in-charge of site. 18. The contractor must ensure preparation and submission of pipe diagram, wiring diagram, key diagram etc. as required vide PWD Specifications Chapter No. 31.6. 19. PVC insulated Stranded / multi strand wire shall be allowed to be used. Similarly where ISI recommends multi stranded conductor of cable, cable with multi- stranded conductor only will be used on work. PVC insulated PVC sheathed under ground cable as per IS: 1554 Part-I is to be used. However the firm shall be allowed to used XLPE insulated PVC sheathed cable as per IS: 7098 Part-I. No extra payment on this account shall be made. The contractor should quote the rate accordingly. 20. Rates should be quoted by the tenderer both in word and in figure, in case of any difference between the two, the lowest of the same shall be considered as final rate. 21. The rates of bus bar include the cost of all Labour and material required to complete the job in all respect including thimbles etc. of the same material as that of bars. The support for bars will be made of porcelain. 22. The tenderer must either be ‘A’ Class Electrical Contractor enlisted with Haryana PWD B&R or he must sublet the electrical work to a sub contractor possessing the above qualification. The Sub contracting will be done with the written approval of Executive Engineer, (concerned division) for value upto 5 lacs. For work more than Rs. 25 Lacs T.A. (Elect./Civil) / Registrar shall be competent authority. 23. If desired by Engineer-in-charge, the electrical material will be got inspected by the contractor at the works / Go down of the manufacturer / dealer before installation at site. A certificate will also be produced/ submitted by the contractor about the authenticity of purchase of above material from the authorized source. 24. Only ISI make (I.S.2036-1995) white Bakelite sheet will be used on the work. 25. The rates mentioned in the NIT are for complete item including cost of all accessories, material, labour, tool plants, water electricity bills etc., unless otherwise specified. 26. The minimum size of MS control switch boards for controlling one fan point and one light point shall not be less than 20cm x 25cm x 10cm. 27. The contractor shall install two number check nuts and one No. PVC threaded Bush for each pipe in MS inspection boxes. The contractor shall also install PVC flanged bush in the junction boxes for each pipe. 28. If the agency does not fill / quote the rate of any item then it will be considered as nil and same item will be executed by the agency free of cost. The agency will have to give an undertaking on account of above otherwise earnest money will be forfeited. In addition to this Engineer-in- Charge of work may also black list the agency. 29. Department will be at liberty to get executed similar items of HSR which are not covered in DNIT, on average quoted premium i.e above or below for the similar item of/ in the DNIT/agreement. 90

30. The department can withdraw any item from the contract agreement of the agency and gets it executed from other sources. 31. In case of rewiring & special repair work the old dismantled material if any will be handed over to the department by the contractor and the receipt obtained will be submitted along with first bill. 32. The MS box for telephone, TV, intercom and bell push shall be installed of size 100mm x 100mm x 60mm. 33. In case of over head line, minimum distance of street light poles from the over head line must be maintained as per Indian Electricity rule direction. Shut down to the over head line from electricity department should be taken before doing the work under such over head lines. Work in the campus where over head line is existing should be carried out in the presence of SDE / JE. The contractor will be fully responsible for any damage / loss due to laps on this account. 34. These conditions shall supersede the similar conditions found contrary elsewhere in the DNIT.

91

LIST OF APPROVED MAKE OF VARIOUS ITEMS

Sr. ITEMS MAKE No. 1. ISI marked PVC pipe for rain water Finolex, Diplast, Prince, Supreme 2. ISI marked UPVC sanitary pipe & fittings Finolex, Diplast, Prince, Supreme (SWR) Grade 3. CP fittings Parko, Cera, Esko, Hindware, ESS. ESS, Kunchal 4. ISI marked china wares, wash basin & WC Parry ware, Hindware, Cera, Classic 5. Seat cover ISI marked Commander, Duralite, Hindware 6. PVC cistern 7.5 liter capacity Perry ware, Hindware, cera 7. ISI marked stainless steel sink with CP waste Jyana, Diamond, Lotus, Blue Star, Overall size : 24’ x 18’ x 8’ Martex Bowl size : 20’ x 16’ x 8’ 8. ISI marked aluminium door/window fittings Nu-Lite, Crown, Classic, Earl Behari, (Anodized) Ozone, Global. 9. Glass panes Saint gobain, Modi Guard, Tata float 10. Paint 1st quality Nerolac, Berger, ICI, Asian. 11. Textured wall finish Spectrum, Aptec. 12. Exterior cement based decorative paint Acro Paint limited or kellick Nixon Firm. 13. Oil bound distemper (1st quality) Berger paint, Asian Paint, Acro Paint Limited. 14. LLDPE storage tank ISI marked Sintex, Diplast 15. Glazed ceramics floor and wall tiles Kajaria, somany and Johnson. In case of floor tiles non-skid tiles shall be used. 16. Flush door shutters DURO Doors/DS door, Green Ply , Century, Ujjala. 17. Door Closer Door Set/Ozone 18. Locks Godrej/Harrison/Golden/Dorset 19. Mirror (Panel) Saint Gobain, EQ. 20. Glass Saint, Gobain, Asahi, Modi Guard. 21. GI Pipe – ‘B’ Class TATA/ Prakash/Unique/Jindal, Ravindra 22. Adhesive For wood – Fevicol/Vamicol 23. Fire resistant coating Viper/Navair 24. Laminate Merino/Formica/Green lam 25. Laminated particle board (Phenol Bonded) Novapan/Century/Green ply 26. Screws G.K.W./Equivalent 27. Soft Board Fibrecrete/Anutone 28. Plywood/Board Merino/Green Ply/Century 29. M.D.F. Board Nuwood/Duratuff 30. Toughened Glass Gold Plus/GSC, Mico 31. Rubber foam MM Foam/ Spring well 32. False ceiling tiles India Gypsum/Armstrong/Unimet or Equivalent. 33. False ceiling tiles Metal Armstrong/Unimet or Equivalent 34. Laminated wooden flooring Square foot/Pergo 35. Sanitary vitreous china fixtures Hindware/Parryware/Cera 36. Polycarbonate Sheeting Polygal/G.E./Esko ELECTRICAL ITEMS 1. Electricals accessories, button holder, pendant Anchor, SSK make holder, ceiling rose, bell push switches and sockets etc. (ISI marked) 2. PVC copper wires Havels, KEI, Finolex, Polycab, RR 92

Cables.

3. PVC LT armoured & un-armoured cables Havels, KEI, Finolex, Polycab, RR Cables 4. Modular Switches Havels, Legrand, make 5. Telephone wires Delton, Havesl, Polycab 6. MCCB, MCB of C curve Legrand, L&T Schneider 7. Vertical TPN’S & Horizontal TPN’S DB’S Legrand, L&T Schneider 8. Indoor surface/recessed tube lighting Phillps, Havesl, Bajaj, Crompton, Wipro 9. HT cables cables (armoured & un armoured) Havels ICL, Alcon, KEI make 10. IC switches cat A Siemens & SSK Havels, L&T ABB 11. DLP plastic trunking 105 mm x 50 mm and its Legrand, OBO make. accessories

Note: - 1. In respect of materials for which approved makes are not specified above, the same shall be decided by the Engineer-in-charge, DCRUST, Murthal (Sonipat) and shall be as per sample got approved from Engineer-in-charge, DCRUST, Murthal (Sonipat) before procurement. The contractor shall submit samples of all such materials 3 months before the date of start of work for approval from the Engineer-in-Charge, DCRUST, Murthal (Sonipat). 2. The contractor shall produce samples before procurement of the material for approval for all materials required for works. Samples can be submitted from any of the above makes and they shall confirm to specifications. Samples as approved by the Engineer-in-charge DCRUST, Murthal (Sonipat) shall only be used on the works and the decision of the Engineer-In-charge, DCRUST, Murthal (Sonipat) regarding make of material shall be final. Only ISI marked materials will be allowed to use on works.

Contractor Witness Executive Engineer