Page 1 of 121

TTEENNDDEERR DDOOCCUUMMEENNTT (NIT No. : RGNUL/CMW/4 Dated: 08/03/2016

Furnishing for 1000 Seater Auditorium with Supplying Installations Testing & Commissioning (SITC) of Audio Visual System, Stage/General Lighting &, Acoustic Treatment Works etc. at RGNUL Punjab at Patiala

VOLUME – I

(Construction and Maintenance Wing) Rajiv Gandhi National University of Law, Punjab, Patiala

ARCHITECT/ CONSULTANTS: M/s Kothari Associates Pvt. Ltd. G – 65, Connaught Circus, New Delhi 110001 011 23325040, 011 23324598, Fax: 011 23712001 SERVICE CONSULTANT M/s MAPLE CONSULTANTS New Delhi, Ph. No. 9650390211 Email: [email protected]

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 2 of 121

RGNUL, PUNJAB (Construction and Maintenance Wing)

TTTEEENNNDDDEEERRR DDDOOOCCCUUUMMMEEENNNTTT

TTTEEENNNDDDEEERRR NNNOOO... ::: RRRGGGNNNUUULLL///CCCMMMWWW/// 999666

NAME OF WORK ::: Furnishing for 1000 Seater Auditorium with (SITC) of Audio Visual System, Stage/General Lighting &, Acoustic Treatment Works etc. at RGNUL Punjab at Patiala TIME LIMIT ::: 4 MONTHS

EARNEST MONEY ::: Rs 100000.00 LAC

LAST DATE AND TIME OF RECEIPT ::: 31/03/2016 (UPTO 11:00 A.M.) OF TENDERS

DATE AND TIME OF OPENING OF ::: 01/04/2016 (AT 11:30 A.M.) TENDERS ( TECHNICAL BID)

COST OF TENDER ::: Rs. 10000/-

PROCESSING FEE ::: RS. 5750/-

DATE AND TIME OF OPENING OF ::: 05/04/2016 (AT 11:00 A.M.) TENDERS ( FINANCIAL BID)

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 3 of 121

******CCCOOONNNTTTEEENNNTTTSSS****** 59-8259-82

NOTICE INVITING TENDERS ------4-7

INSTRUCTIONS TO BIDDERS ------8-24

QUALIFICATION INFORMATION ------25-28

SPECIAL CONDITIONS OF CONTRACT ------29-36

TECHNICAL SPECIFICATION OF CONTRACT------37-73

FORM FOR SECUTITY & PERFORMANCE OF BANK GUARANTEE------74-85

DRAWINGS (5 DRAWINGS FOR BIDDING ATTACHED IN SEPARATE FOLDER)------86

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 4 of 121

(NOTICE INVITING TENDER)

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 5 of 121

E-TENDER NOTICE

NIT No. 004/RGNUL DATED 08.03.2016

RGNUL invites item rate tenders from Registered Companies, Vendors of the company/Integrators & approved Government contractors particularly in this field, fulfilling the qualifying criteria as per bidding documents, on a two bid system for the following work:-

Name of work Bid Tender Tender Period of Security Proces-sing form fee completion (Rs.) Fee (Rs.) (Rs.) 1 2 3 4 5 Furnishing for 1000 Seater 1000000/- 5750/- 10000/- 04 Auditorium with (SITC) of Audio Months Visual System, Stage/General Lighting &, Acoustic Treatment Works etc. at RGNUL Punjab at Patiala

Schedule of Tenders

Availability of Last date of Date and time of Date and time of opening Tenders online for Submission for opening of of Financial Bids Bidding Online Bids Technical Bids From 11.03.16 31.03.16 01.04.16 at 05.04.16 11.00 AM to Up to 11.30 AM 11.00 AM 31.03.16 12.00 AM Up to 11:00 AM

The detailed DNIT and other terms & conditions duly uploaded can be accessed online www.etender.punjabgovt.gov.in and https://www.rgnul.ac.in/tender.aspx?page=50 site. Apart from this the same can be seen in this office on any working day between 9.00 A.M to 5.00 P.M.

REGISTRAR

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 6 of 121

E‐TENDER NOTICE

NIT No. 004/RGNUL DATED 08.03.2016

RGNUL invites item rate tenders from Registered Companies, Vendors of the company/Integrators & approved Government contractors particularly in this field, fulfilling the qualifying criteria as per bidding documents, on a two bid system for the following work:-

Name of work Bid Tender Proces- Tender Period of Security sing Fee (Rs.) form fee completion (Rs.) (Rs.) 1 2 3 4 5 Furnishing for 1000 Seater Auditorium with (SITC) 1000000/- 5750/- 10000/- 04 of Audio Visual System, Stage/General Lighting &, Months Acoustic Treatment Works etc. at RGNUL Punjab at Patiala

Schedule of Tenders

Availability of Tenders Last date of Submission Date and time of opening Date and time of opening of online for Bidding for Online Bids of Financial Bids Technical Bids From 11.03.16 31.03.16 01.04.16 at 05.04.16 11.00 AM to Up to 11.30 AM 11.00 AM 31.03.16 12.00 AM Up to 11:00 AM

Terms & Conditions:-

1. It is mandatory for the interested bidders/ contractors to get themselves registered with www.etender.punjabgovt.gov.in & get User Id, password & Class-III Digital signatures for participating in this E-tendering process. The Tender documents shall be purchased, accessed, filled and submitted online from the site as mentioned above (www.etender.punjabgovt.gov.in). 2. The processing fees, earnest money & tender form fee shall have to be deposited online. For any query regarding this online deposition; PICTCL Numbers:- 092572-09340, 0172-3934667 may be contacted. 3. For any clarification regarding E-tendering process please contact Mr. Pavitar Singh 081466- 99866. 4. The detailed DNIT and other terms & conditions duly uploaded can be accessed online www.etender.punjabgovt.gov.in and https://www.rgnul.ac.in/tender.aspx?page=50 site. 5. Apart from this the same can be seen in this office on any working day between 9.00 A.M to 5.00 P.M 6. Pre Bidding conference shall be held in the office of the undersigned on 21.03.2016 at 2:30 P.M. Queries / Suggestions in this regard should reach latest by 18.03.2016 up to 11.00 am either through registered post or email [email protected] . No query after this date shall be entertained. The university reserves the right to accept or reject the quarry / suggestion. 7. The conditional tenders contrary to DNIT will not be accepted. 8. The Tender of any bidder or all the bidders can be rejected on the recommendations of the committee or due to any administrative grounds without assigning any reason.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 7 of 121

9. The bidder should keep checking the website for any Agenda/ Corrigenda in the notice/ bidding document till the last date of submission for online Bids. 10. The bidder should be Registered contracting firms under companies Act 1956, 11. Bidders / contracting firms should have completed only in their own name & style, similar work of Auditorium/works not less than 600 sitting capacity, and out of the followings during the last five years:

One similar work costing Rs 400.00 Lac In proportionate minimum In any central/state government/Central autonomous AV work of Rs. 224.00 Lac, body/PSU/Reputed Private organization (End user) Acoustical work of Rs. 104.00 Lac on a direct basis Electrical work of Rs. 72.00 Lac OR Two similar works costing Rs 250.00 Lac each. In proportionate minimum In any central/state government/Central autonomous AV work of Rs. 140.00 Lac, body/PSU/Reputed Private organization (End user) Acoustical work of Rs. 65.00 Lac on a direct basis Electrical work of Rs. 45.00 Lac OR Three similar work costing Rs 200.00 Lac each. In proportionate minimum In any central/state government/Central autonomous AV work of Rs. 112.00 Lac, body/PSU/Reputed Private organization (End user) Acoustical work of Rs. 52.00 Lac on a direct basis Electrical work of Rs. 36.00 Lac

(Completion certificate from the authority for which the work has been executed shall include information towards cost, time of completion and date of completion for each work).

12. Bidder should have Service Tax number, PAN, Punjab VAT Registration. Anyhow, if any bidder is not having Punjab VAT registration /Service Tax Number & is found to successful, will get himself registered with the concerned department, before release of any payment. 13. Average Annual financial turnover during the last three years ending 31.03.2015 should be at least Rs 150.00 lac. 14. If date of opening of Technical Bid/Financial bid, is declared holiday by RGNUL, the tender will be opened on the next working day. 15. Original documents can also be seen by the RGNUL, any document found fake at any time can be debarred & black listed & the earnest money or any other amount due to the respective agency can be forfeited 16. The bidder will abide himself by all the labour laws. 17. Financial bid is required to be submitted in Indian Rupees. 18. Scaffolding shall be supplied by the University free of cost. However details of scaffolding required with details shall be submitted by the bidders with full justification along with period for which scaffolding is required. Period of scaffolding shall be approved by the Engineer-in-charge. In case the bidder fails to complete the work within the approved schedule than, the bidder has to make his own arrangement or same shall be provided for a specific period for which amount shall be calculated by the Engineer In Charge for deduction from the bill. No extension in time limit shall be provided on this account. The bidders should quote their rates keeping in mind that, the scaffolding shall be provided by the RGNUL. It is further added that, scaffolding for minor works will not be made available specially, for such works arrangements like Ladder & Staging (Ghori) shall be made by the bidder himself. It is however made clear that, the bidder will take all the precautions not to damage/theft of the scaffolding. Anyhow, if any damage is done, the same shall be restored to its original shape & size by the executing agency. 19. Quoted rates deemed to be inclusive of all taxes including service tax.

Registrar

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 8 of 121

SECTION -I

INSTRUCTIONS TO BIDDERS

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 9 of 121

INSTRUCTIONS TO BIDDERS / CONTRACTING FIRMS

A – GENERAL

1) Name of work : Furnishing for 1000 Seater Auditorium with (SITC) of Audio Visual System, Stage / General Lighting &, Acoustic Treatment Works etc. at RGNUL Punjab at Patiala

2) Scope of work : Audio Visual System, Stage Lighting& Furnishing, Acoustic Treatment work. Scope of the work can be increased, decreased or changed as per site conditions / requirement.

3) Give brief description and The work is located in the RGNUL campus on Patiala – location of work Bhadson road for Auditorium. Selected specialized Audio Visual System, Stage / General Lighting & Furnishing, Acoustic Treatment of 1000 Seater Auditorium. 4) List out Principal Components : Audio Visual System, Stage / General Lighting & of the work Furnishing, Acoustic Treatment works for 1000 Seats Auditorium (800+200) 5) Approximate period of : 4 Months completion of work from date of issue of work order to successful Bidder / contracting firm In stage-II

6) Qualification / Tender Process : Prequalification will be based on qualifications documents Stage-I (Under Vol -1) submitted by contracting firm. In the first instance only the Vol -1 will exclusively be opened by the Registrar, RGNUL or his nominee at his office.

Stage II: Tender

Financial bids (Vol-2) shall be opened only of those Bidder / contracting firms who have been found qualified by the RGNUL. Registrar RGNUL is not obligated to communicate the list of shortlisted or rejected Bidders / firms to all the participants.

8. Firms Eligible for pre qualification

8.1 The Firms who are

i) Registered contracting firms under companies act 1956 ii) Vendors of the company / Integrators & approved Government contractors particularly in this field, fulfilling the qualifying criteria as per bidding documents., Bidders should have completed only in their own name & style, similar work of Auditorium / works not less than 600 sitting capacity, and out of the followings during the last five years: One similar work costing Rs 400.00 Lac In proportionate minimum In any central/state government/Central AV work of Rs. 224.00 Lac, autonomous body/PSU/Reputed Private Acoustical work of Rs. 104.00 Lac organization (End user) on a direct basis Electrical work of Rs. 72.00 Lac OR Two similar works costing Rs 250.00 Lac each. In proportionate minimum In any central/state government/Central AV work of Rs. 140.00 Lac, autonomous body/PSU/Reputed Private Acoustical work of Rs. 65.00 Lac organization (End user) on a direct basis Electrical work of Rs. 45.00 Lac OR

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 10 of 121

Three similar work costing Rs 200.00 Lac each. In proportionate minimum In any central/state government/Central AV work of Rs. 112.00 Lac, autonomous body/PSU/Reputed Private Acoustical work of Rs. 52.00 Lac organization (End user) on a direct basis Electrical work of Rs. 36.00 Lac

Completion or handing over performance certificates duly issued by the rank not less than Executive Engineer Or Equivalent, duly self attested should be provided as proof of completion.

8.2 The Bidder should submit: i. Copies of original documents defining the constitution or legal status, place of registration and principal place of business; written power of attorney to the signatory of the Bid to commit the Bidder.

ii. Copy of Service Tax number (original copy will also be shown), in case the bidder is not having Service number, he will undertake that, he will get service number, in such case no payment will be released till service number is furnished.

iii. Copy of Bidders valid Registration vide 1956 Act iv. Copy of PAN Card and proof of having files I T Returns. v. Copies of PVAT Registration vi. Information as per Format I,II,III

vii. List of Key and critical equipments.

viii. Evidence of access to or availability of credit facilities certified by the banker’s equivalent of the estimated cash flow of Rs. 150.00 lac as per Annexure B.

ix. Undertaking that bidder would be able to invest an amount of Rs. 150.00 lac of the contract value of work during implementation of contract as per undertaking I

x. Authority to seek references from the Bidder’s bankers.

xi. Latest Income Tax clearance certificate from concerned department.

xii. Affidavit attested by Executive Magistrate of not having been debarred/black-listed by any Govt./Semi Govt. Organization/Corporation at any stage as per Annexure A

xiii. Bidder is required to submit license from labour department under Labour (Regulation

& Abolition) Act 1970.

xiv. Project completion reports as per Format-II duly attested.

xv. List of suitable qualified and experienced personnel in relevant field

xvi. Confirmation certificate/ Affidavit to continue the project at the same pace even if

department could not make payment up to a period of two months

xvii Annual turnovers

xviii Proof of similar work of Auditorium/works not less than 600 sitting capacity Audio Visual System, Stage Lighting& Furnishing, Acoustic Treatment works

xix Undertaking of Bid validity as per format Undertaking 2. XX. Bidder shall submit list of existing commitments / ongoing works Annexure – C.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 11 of 121

8- A One Bid per Bidder / contracting firm:

Each Bidder/ contracting firm shall submit only one Bid for the work. A Bidder/ contracting firm who submits more than one Bid will cause dis-qualification. 9. Cost of Biding documents. The Bidder/ contracting firm shall bear all costs associated with the preparation and submission of his bids for pre qualification and the Registrar RGNUL will in no case be responsible and liable for those costs.

10. Site Visit. The Bidder/ contracting firm, at his / its own responsibility and risk is advised to visit and examine the Site of Work and its surroundings and obtain all information that may be necessary for preparing the bid and pre qualification requirements. The costs of visiting the site shall be at the Bidder’s expense.

11. The successful Bidder / contracting firm shall furnish the original hard copies of all the documents / certificates / statements submitted by him at the time of concluding agreement or when called for by the Registrar, RGNUL

12. The Bidder / contracting firms submitting their Bids for pre qualification shall furnish a declaration stating that the documents and information submitted by them are genuine and accurate. In any case the document submitted by the bidder is found to be fake, bidder can be disqualified & their dues can be forfeited.

13. Validity of Bids:

13.1 Bid shall remain valid for a period of not less than 120 days from last date of their receipt as notified by RGNUL as per Undertaking 2.

13.2 During the above mentioned period no plea by the Bidder/ contracting firm for any sort of modification of the Bids based upon or arising out of any alleged misunderstanding of misconceptions or mistake or for any reason will be entertained.

14. Signing of Tenders.

14.1 If the Bids for pre qualification is made by an individual, it shall be signed with his full name and his address shall be given. If it is made by a firm, it shall be signed with the co- partnership name by a member of the firm, who shall also sign his own name, and the name and address of each member of the firm shall be given, if the tender is made by a corporation it shall be signed by a duly authorized officer who shall produce with his Bid satisfactory evidence of his authorization. Such corporation may be required before the contract is executed, to furnish evidence of its corporate existence. Bid signed on behalf of G.P.A. holder will be rejected.

14.2 The Bid shall contain no alterations or additions, except those to comply with instructions issued by the BidsI Inviting Officer, or as necessary to correct errors made by the Bidder / contracting firm, in which case all such corrections shall be initialed by the person signing the Bid.

14.3 No alteration which is made by the Bidder / contracting firm in the bidding document, the conditions of the qualification criteria, statements quantities accompanying the same will be recognized; and, if any such alterations are made the bid of the applicant will be void.

15. SUBMISSION OF Biding documents

Submission of Bids:

15.1 All the bidders should submit all the documents as per detail given in Clause 8.1 & 8.2 above.

16. Last date / time for Submission of the Bids.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 12 of 121

16.1 Tenders must be submitted not later than the date and time specified in Notice inviting bids. In the event of the specified date / time for the submission of Bids declared as holiday, the Bids will be received on the next working day.

16.2 The REGISTRAR, RGNUL, PUNJAB may extend the dates for receipt of Bids by issuing an amendment in which case all rights and obligations of the REGISTRAR, RGNUL, Punjab and the Bidder / contracting firm will remain same as previously.

17. Late Bids.

Any Bid received after the last date / time prescribed in notice inviting bid will be summarily rejected.

18. Modification to the Bids.

18.1 No Bid shall be modified after the last date / time of submission of Tenders.

19. Process to be Confidential.

a) Information relating to the examination, clarification, evaluation and comparison of Bids for pre qualification and recommendations for the award of tender schedules shall not be disclosed to Bidders / contracting firms or any other persons not officially concerned with such process until the short listing of the successful Bidder / contracting firm has been announced by the Registrar RGNUL. Any effort by / contracting firm to influence the processing of Bids or award decisions will result in the rejection of his Bid.

b) No Bidder/ contracting firm shall contact the REGISTRAR, RGNUL, PUNJAB or any authority concerned with finalization of Bids on any matter relating to its Bid from the time of the Bid opening to the time the short listing.

c) Before recommending / accepting the Bid, the Bid recommending / accepting authority shall verify the correctness of certificates submitted to meet the eligibility criteria and specifically experience. The authenticated agreements/Project completion reports of previous works executed by the selected applicants shall be called for.

d) Bid will be finalized by the REGISTRAR, RGNUL PUNJAB in accordance with the conditions stipulated in the Bidding document and decision of the Registrar is binding and final. 20. BID OPENING AND EVALUATION 20. Bid Opening 20.1 The RGNUL bid opening committee will open all the Bids Vol -1 received in the presence of the Bidders or their representatives who choose to attend at time, date and the place specified in notice inviting tenders. In the event of the specified date of Bid opening being declared a holiday for the Employer, the Bids will be opened at the appointed time and location on the next working day. 20.2 At the time of opening of “Financial Bid” of pre-qualified bidders will only be opened. The responsive Bidders' names, the Bid prices, the total amount of each bid, discounts if any and such other details as the Employer may consider appropriate, will be announced by the Employer at the opening. 21. Process to be Confidential 21.1 Information relating to the examination, clarification, evaluation, pre-qualification of agencies, comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced. Any effort by a Bidder to influence the Employer's processing of Bids, pre-qualification or award decisions may result in the rejection of his Bid.

22.1 Clarification of Financial Bids.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 13 of 121

To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his discretion, ask any Bidder for clarification of his Bid, including breakdown of unit rates. The request for clarification and the response shall be in writing, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the Bids in accordance with Clause 24. 22.2 No Bidder shall contact the Employer on any matter relating to his bid from the time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional information to the notice of the Employer, it should do so in writing. 22.3 Any effort by the Bidder to influence the Employer in the Employer's bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidder’s bid. 23. Examination of Bids and Determination of Responsiveness 23.1 During the detailed evaluation of “Technical Bids” Envelope I and pre-qualification of Agencies, the Employer will determine whether each Bid (a) meets the eligibility criteria defined in documents has been properly signed, is accompanied by the required securities & is substantially responsive to the requirements of the Bidding documents; and During the detailed evaluation of the “Financial Bid”, the responsiveness of the bids will be further determined with respect to the remaining bid conditions, i.e. priced bill of quantities. Financial bids shall be opened in respect of Agencies who shall be pre-qualified on the basis of contents/ enclosures/ documents and information included in Envelope I. 23.2 A substantially responsive “Financial Bid” is one which conforms to all the terms, conditions and specifications of the Bidding documents, without material deviation reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the Works; (b) which limits in any substantial way, inconsistent with the Bidding documents, the Employer’s right of the Bidder’s obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other Bidders presenting substantially responsive Bids. 23.3 If a “Financial Bid” is not substantially responsive, it will rejected by the Employer and may not subsequently by made responsive by correction or withdrawal of the non-conforming deviation or reservation. 24. Correction of Errors 24.1 “Financial Bids” determined to be subsequently responsive will be checked by the Employer for any arithmetic errors. Errors will be corrected by the Employer as follows: (a) Where there is a discrepancy between the rates in figures and in words, the rate in words will govern. 25. Evaluations and Comparison of Financial Bids. 25.1 The Employer will evaluate and compare only the Bids determined to be substantially responsive in accordance with Sub Clause 23 25.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid price by adjusting the Bid Price as follows : (a) making any correction for errors pursuant to Clause 24, or (b) making an appropriate adjustments for any other acceptable variations, deviations, and (c) Making appropriate adjustments to reflect discounts or other price modifications offered. 25.3 The Employer reserves the right to accept or reject any variation or deviation. Variations and deviations and other factors, which are in excess of the requirements of the Bidding documents or otherwise result in unsolicited benefits for the Employer, shall not be taken into account in Bid evaluation. AWARD OF CONTRACT 26. Award Criteria 26.1 Employer will award the Contract to the Bidder whose Bid has been determined: (i) To be substantially responsive to the Bidding documents and who has offered the lowest evaluated Bid Price.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 14 of 121

27. Employer’s Right to accept any Bid and Reject any or all Bids. 27.1 The Employer reserves the right to accept or reject any Bid, and to cancel the Bidding process and rejects all Bids, at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Employer’s action. 28. Notification of Award and Signing of Agreement 28.1 The Bidder whose bid has been accepted will be notified of the award by the Employer prior to expiration of the Bid validity period by cable, telex or facsimile confirmed by registered letter. 28.2 The notification of award will constitute the formation of the Contract, subject only to the furnishing of a performance security in accordance with the provisions of Clause 28. 28.3 The Agreement will incorporate all agreements between the Employer and the successful Bidder. It will be signed by the Employer and the successful Bidder within 21 days of the facsimile intimation sent to the Bidder. 28.4 Upon the furnishing by the successful bidder of the Performance Security, the Employer will promptly notify the other Bidders that their Bids have been unsuccessful.

29. Performance Security / Completion schedule 29.1 Within 10 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Engineer on behalf of Employer a Performance Security in any of the forms given below for an amount equivalent to 5% of the Contract Price, valid up to 28 days after the date of expiry of the defect liability period which is three year from the date of completion, a bank guarantee in the form given in security & other forms. 29.2 If the performance security is provided by the successful bidder in the form of a Bank Guarantee, it shall be issued either (a) at the Bidder’s option, by a Nationalized Indian Bank acceptable to the Employer. 29.3 Failure of the successful Bidder to comply with the requirements of Sub-clause 29.1 shall constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security. 29.4 The detailed allotment letter shall be issued on receipt of performance guarantee from the successful bidder. 29.5 The bid security of successful bidder will be discharged when the bidder has signed the agreement and furnished the required Performance Security. 29.6 Executing agency shall submit the completion schedule with shop drawings and sample of different material within four days from the issue of letter of intimation. These shall be approved by the Engineer-in-charge within next four days, It is made clear that the date of start shall be reckoned with date of issue of letter of intimation. 30 . DELETED 31. Corrupt or Fraudulent Practices. 31.1 The Employer will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question and will declare the firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract with State or any other Government Agencies or Private sector undertaking, if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for the contract, or in execution. 32. Warranty:- The agency will be provide Three years warranty for all equipments without any extra cost. This Warranty will start from date of completion, which will also covers defect liability period. (i) The agency will submit the warranty cards of various components to the RGNUL as provided by the various companies. 33. Deductions:- Following deductions shall be made from the bills: i). 5% Security from all the running bills

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 15 of 121

ii). VAT as applicable. iii). Income Tax. iv). Labour cess. v) Any other statutory deduction. Note :- Any increase in Vat structure will be applicable.

RELEASE OF SECURITY 33.1 On completion of the whole of the works, half of the total amount deducted shall be repaid to the bidder and half when the Defect Liability Period has passed and the Engineer has certified that all Defects notified by the Engineer to the bidder before the end of this period have been corrected. 33.2 In case the defects pointed out by the Engineer within Defect Liability Period are not attended by the executing agency within the period given by the Engineer, the University Engineer will have the right to get it corrected from the other agency at the risk and cost of the executing agency and cost of the defects shall be deducted from the dues of executing agency i.e. from security/performance guarantee etc. No claim shall be entertained in this respect. 34. Disputes and Arbitration. 34.1 If any dispute or difference of any kind what-so-ever shall arise between the RGNUL, its authorized representative and the executing agency in connection with or arising out of this contract for the execution of work there under. 34.2 Whether before its commencement or during the progress of work or after the termination, abandonment or breach of the contract, it shall in the first instance, be referred for settlement to the Registrar of RGNUL and he shall, within a period of sixty days after being requested in writing by the bidder to do so convey his decision to the executing agency. Such decision in respect of every matter so referred shall, subject to arbitration as herein after provided, be final and binding upon the executing agency. In case the work is already in progress, the bidder shall proceed with the execution of the work on receipt of the decision of the Registrar as aforesaid will all due diligence, whether any of the parties requires arbitration as herein after provided or not. 34.3 If the Registrar has conveyed his decision to the bidder and no claim for arbitration has been filed by the executing age within a period of sixty days from the receipt of the letter communicating the decision, the said decision shall be final and binding upon the bidder and will not be subject matter of arbitration at all. 34.4 If the Engineer-in-charge fails to convey his decision within a period of sixty days after being requested as aforesaid the bidder may within further sixty days of the expiry of the final sixty days from the date on which the said request was made by the bidder refer the dispute for arbitration as herein after provided. 34.5 All disputes or differences in respect of which the decision is not final and conclusive shall at the request of either party made in a communication sent through registered A.D. post be referred to the sole arbitration of the Technical Advisor (civil) of RGNUL acting as such at the time of reference unless debarred from acting as an Arbitrator by an order of RGNUL in which event, the Vice Chancellor shall appoint any other technical officer from the persons already on the panel of RGNUL to act as arbitrator, on receipt of request from either party. 34.6 Employer of work shall have the authority to change the arbitrator on an application by either the bidder of the Engineer-in-charge requesting change of the arbitrator giving reasons thereof, either before the start of the arbitration proceedings or during the course of the proceedings. The arbitration proceedings would stand suspended as soon as an application for change of Arbitrator filed before the Employer and a notice thereof is given by the applicant to Arbitrator. The Employer after hearing both the parties may pass a speaking order rejecting the application or accepting to change the arbitrator simultaneously, appointing a technical officer from the persons already on the panel of RGNUL to act as arbitrator, on receipt of request from either party. The new Arbitrator so appointed may enter upon the reference a fresh or he may continue the hearings from the point these were suspended before the previous Arbitrator.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 16 of 121

34.7 The reference to the Arbitrator shall be made by the claimant party within one hundred twenty days from the date of dispute of claim arises during the execution of work. If the claim pertains to rates or recoveries introduced in the final bill the reference to the Arbitrator shall be made within six calendar months from the date of payment the final bill to the bidder or from the date of registered notice is sent to the bidder to the effect that his final bill is ready by the Engineer-in-charge (whose decision in this respect shall be final and binding) whichever is earlier. 34.8 It shall be an essential term of this contract that in order to avoid previous claims, the party invoking arbitration shall specify the disputes on facts and calculations stating the amount claimed under each claim and shall furnish a "deposit-at-call" for ten percent of the amount claimed, on a scheduled bank in the name of the Arbitrator, by his official designation who shall keep the amount in deposit till the announcement of the Award. In the event of an award in favour of the claimant, the deposit shall be refunded to him in the proportion to the amount awarded with respect to the amount claimed and the balance, if any, shall be forfeited and paid to the other party. 34.9 The provisions of the Indian Arbitration Act, 1996 amended up to date or any other statutory enactment there under or modifications thereof and for the time being in force shall apply to the arbitration proceedings under this clause. 34.10 The Arbitrator shall award separately giving his award against each claim and dispute and counter claim raised by either party giving reasons for his award. Any lump sum award enforce able shall not be legally enforceable. 34.11 The Venue of arbitration shall be such place or places as may be fixed by the Arbitrator in his sole discretion. The work under the Contract shall continue during the arbitration proceedings. 34.12 The stamp fee due on the award shall be payable by the party as desired by the Arbitrator and in the even of such party's default, the stamp fee shall be recoverable from any other sum due to such party under this or any other contract. 34.13 Neither party shall be entitled to bring a claim for arbitration, if is not field as per the time period already specified or within six months of the following: a) Of the date of completion of the work as certified by the Engineer-in-charge or b) Of the date of abandonment of the work or breach of contract under any of its clauses or C) Of its non-commencement or no resumption or work within 10 days of written notice for commencement or resumption as applicable, or d) Of the cancellation, termination or withdrawal of the work from the contractor in whole or in part and/or revision for enclosure of the contract, or e) Of receiving an intimation from Engineer-in-charge that the final payment due or recovery from the contractor had been determined, for purpose of payment adjustment whichever is the latest. If the matter is not referred to the arbitration within the period prescribed above, all the rights and claims of the either party under the contract shall be deemed to have been forfeited and absolutely barred by time for arbitration and even for civil litigation. 34.14 No questions relating to this contract shall be brought before any civil court without first invoking and completing the arbitration proceedings, if the issue is covered by the scope of arbitration under this contract. The pending of arbitration proceedings shall not disentitle the Employer to terminate the contract and to make alternate arrangement for completion of the works. 34.15 The arbitrator shall be deemed to have entered on the reference on the day, he issues notices to the parties fixing the first date of hearing. The Arbitrator may from time to time with the consent of the parties enlarge the initial time for marking and publishing the award. 34.16 The expiry of the contractual time limit, whether originally fixed or extended, shall not invalidate the provisions of this clause.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 17 of 121

Check-List

S. Criteria Requirements Cross Indicate No Referencing Eligibility / Page no. at Y / N which required information is available (To be mentioned) 1 Legal status Copies of original documents defining the constitution or legal status, place of registration and principal place of business; written power of attorney to the signatory of the Bid to commit the Bidder.

2 Turnover in Annual turnovers similar work activities 3 Experience in During last five years similar works One similar composite work costing min Rs 400.00 Lac. during last In proportionate minimum five years AV work of Rs. 224.00 Lac, ending Acoustical work of Rs. 104.00 Lac 31.12.2015 in Electrical work of Rs. 72.00 Lac any central/ Or state govt./ Two similar composite work costing min Rs 250.00 Lac central each. autonomous In proportionate minimum body/ PSU / AV work of Rs. 140.00 Lac, Reputed Acoustical work of Rs. 65.00 Lac Private Electrical work of Rs. 45.00 Lac. Or organization Three similar composite work costing min Rs 200.00 Lac (End User) on each. a direct basis In proportionate minimum AV work of Rs. 112.00 Lac, Acoustical work of Rs. 52.00 Lac Electrical work of Rs. 36.00 Lac.

4 Service Tax Copy of Service Tax number (original copy will also be shown), in case the bidder is not having Service number, he will undertake that, he will get service number, in such case no payment will be released till service number is furnished.

5 Registration Copy of Bidders valid Registration vide 1956 Act 6 PAN Copy of PAN Card and proof of having files I T Returns.

7 VAT Copies of PVAT Registration 8 Information as per Format I,II,III

9 Equipments List of Key and critical equipments.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 18 of 121

10 Solvency Evidence of access to or availability of credit facilities certified by the banker’s equivalent of the estimated cash flow of Rs. 150.00 lac as per Annexure B.

11 Undertaking that bidder would be able to invest an amount of Rs. 150.00 lac of the contract value of work during implementation of contract as per undertaking 1

12 Authority to seek references from the Bidder’s bankers

13 Latest Income Tax clearance certificate from concerned department.

14 Affidavit attested by Executive Magistrate of not having been debarred/black-listed by any Govt./Semi Govt. Organization/Corporation at any stage as per Annexure A

15 Bidder is required to submit license from labour department under Labour (Regulation & Abolition) Act 1970.

16 Project completion reports as per Format-II duly attested.

17 List of suitable qualified and experienced personnel in relevant field

18 Confirmation certificate/ Affidavit to continue the project at the same pace even if department could not make payment up to a period of 2 months 19 Bid validity Undertaking of Bid validity as per format Undertaking 2.

20 List of existing commitments / ongoing works Annexure C

Notes:-

1. All the statements copies of the certificates, documents etc., enclosed shall be given page numbers on the right corner of each certificate, the statements furnished shall be in the formats appended to the bidding documents.

2. The information shall be filled-in by the Bidder/ contracting firm in the checklist and shall be enclosed along with bidding documents for the purposes of verification.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 19 of 121

DECLARATION I / WE ………………………………………………………………. have gone through carefully all the bidding documents and solemnly declare that I / we will abide by any penal action such as disqualification or black listing or any other action deemed fit, taken by, the RGNUL against us, if it is found that the statements, documents, certificates produced by us are false / fabricated.

I / WE hereby declare that, I / WE have not been blacklisted / debarred / Suspended / demoted in any department or in any State due to any reasons.

Signature of the Bidder/Contracting Firm.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 20 of 121

ANNEXURE- A

AFFIDAVIT*

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

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

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

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

5. The under signed are not debarred for contract work by Govt. of Punjab or any other Agency of Government of India or any of the State Governments at present. Or the undersigned was debarred for contract work by ______for a period of ______and have completed my/our term.

6. The undersigned has never been convicted by any court of law for any of the offences under any Indian/ foreign laws. 7. The under signed will continue the project at the same pace even if department could not make payment up to a period of 4 months in case funds are delayed by the Client. 8. That, the information / documents submitted with the bid are correct & True, and if any false information shall lead to disqualification at any stage.

______(Signed by an Authorized Officer of the Firm)

Title of office ______

Name of Firm ______

Date

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 21 of 121

UNDERTAKING -1

I, the undersigned do hereby undertake that our firm M/s ______would invest a minimum cash up to Rs. 150.00 Lac during implementation of the Contract.

______(Signed by an Authorized Office of the firm)

______Title of Officer

______Name of Firm

______Date

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 22 of 121

UNDERTAKING -2

I, the undertaking do hereby undertake that our firm M/s ______agree to abide by this bid for a period ______days for the date fixed for receiving the same it shall be binding on us and may be accepted at any time before the expiration of that period.

______. (Signed by the Authorized Officer of the Firm)

______Title of the Officer

______Name of Firm

______DATE

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 23 of 121

ANNEXURE-B

FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILIBILITY OF OVERDRAFT / CREDIT FACILITIES

BANK CERTIFICATE

It is to certify that M/s ______is a reputed company with a good financial standing.

If the contract for the work, namely “Audio Visual System, Stage Lighting& Furnishing, Acoustic Treatment works of 1000 Seater Auditorium at RGNUL campus Sidhuwal on Patiala- Bhadson road, Patiala” is awarded to the above firm, we shall be able to provide overdraft / facilities to the extent of INR Rs 150.00 lac to meet their working capital requirements for executing the above contract.

Name of the Bank

Senior Bank Manager Address of the Nationalized Bank

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 24 of 121

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK.

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

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

c) Employees P.F. and Miscellaneous Provision Act 1952:- The Act provides for monthly contributions by the employer plus workers @ 10% or 8.33%. The benefits payable under the Act are:

(i) Pension or family pension on retirement or death, as the case may be. (ii) Deposit linked insurance on the death in harness of the worker. (iii) Payment of P.F. accumulation on retirement/death etc.

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

e) Contract Labour (Regulation & Abolition) Act 1970:- The Act provides for certain welfare measures to be provided by the Bidder to contract labour and in case the Bidder fails to provide, the same are required to be provided, by the principal employer by Law. The principal employer is required to take Certificate of Registration and the Bidder is required to take license from the designated Officer. The Act is applicable to the establishments or Bidder of principal employer, if they employ 20 or more contract labour. (In the present Contract, the Bidder alone shall be the employer or the principal employer for all intents and purposes and under no circumstances shall the Employer or the Engineer be reckoned or treated as the principal employer.)

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

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

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

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

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 25 of 121

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

k) Industrial Employment (Standing Orders) Act 1946:- It is applicable to all establishments employing 100 or more workmen (employment size reduced by some of the State and Central Government to 50). The Act provides for laying down rules governing the conditions of employment by the employer on matters provided in the Act and gets the same certified by the designated Authority.

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

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

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

o) The Building and Other Construction Workers (Regulation of Employment and Conditions of Service) Act 1996 and the Cess Act of 1996:- All the Bidders or any sub-contracor hired by the main Bidders get registration under Section 7 of this said Act. Similarly, all the construction workers shall get registration under section 12 of the Act. The registration under section 7 and section 12 shall be submitted with the bill. All such establishments are required to pay cess at the rate not exceeding 2% of the cost of construction as may be modified by the Government. The employer of the establishment is required to provide safety measures at the Building or construction work and other welfare measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodations for workers near the work place etc. The employer to whom the Act applies has to obtain a registration certificate from the Registering Officer appointed by the Government.

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

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 26 of 121

SECTION - II QUALIFICATION INFORMATION

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 27 of 121

Format I,

Name of work Furnishing for 1000 Seater Auditorium with Audio Visual System, Stage/General Lighting &, Acoustic Treatment Works etc. at RGNUL Punjab at Patiala

Format for completed, Audio Visual System, Stage Lighting& Furnishing, Acoustic Treatment works Contracting firms for similar Auditorium work/ works not less than 600 seat capacity Name of Mention Work Mention Actual time Completed Owners name the floor area of stipulated of cost in address, Auditorium interior time of completion INR contact space in completion in days persons name Sqm in days designation and telephone number

Submit minimum four colour photographs of the completed Auditorium work on two A4 size sheets. Note: - in case the space is found to be insufficient the bidders may attached separate sheets.

Name of project owner Bidder/contracting firm Signature Signature Designation Designation Office Seal Seal

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 28 of 121

FORMAT-II

Name of work Furnishing for 1000 Seater Auditorium with Audio Visual System, Stage/General Lighting &, Acoustic Treatment Works etc. at RGNUL Punjab at Patiala

Format for other completed Works Name of the Mention floor Work Mention Actual time Completed Owners name Auditorium area of stipulated of completion cost in address, contact interior space time of in days INR persons name in Sqm completion in designation and days telephone number

In addition to completion and submission of this Format, Bidder to submit separately project completion reports with completed project cost duly certified by owners and year of their completion for each of the works mentioned in above table.

Name of project owner Bidder/contracting firm Signature Signature Designation Designation Seal Seal

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 29 of 121

FORMAT-III

Name of work Furnishing for 1000 Seater Auditorium with Audio Visual System, Stage/General Lighting &, Acoustic Treatment Works etc. at RGNUL Punjab at Patiala

Format for Financial turnover exclusively earned from above said works Year Names of projects Scope of work/works Cumulative amount earned Names of contact persons / owners works completed with address and Telephone nos.

CA certification "This is to certify that above mentioned turnovers are exclusively from concerned works".

CA Signature with Seal Bidder/Contacting firm signature Designation Seal

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 30 of 121

Annexure C Existing commitments / ongoing or awarded works

S. Name of work / Cost of Date of commen- Stipulated date Up-to-date Slow Name & address/ Remarks No. project & location work in cement as per of completion percentage progress if telephone number of crore of contract progress of any, and officer to whom reference rupees work reasons may be made for thereof verification 1 2 3 4 5 6 7 8 9

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 31 of 121

SPECIAL CONDITIONS OF CONTRACT

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 32 of 121

SPECIAL CONDITIONS OF CONTRACT

1.1 The bidder shall give the comprehensive onsite warranty of all the equipments for the period of Three years and quote additional two year Annual Maintenance Contract charges after the completion of three year warranty for Audio Visual equipments/ Electrical.

1.2 The bidder shall submit the warranty certificates of acoustics/Audio Visual/ Electrical materials from the manufacturer as under:

S.No. Item Description Warranty for 1. Aluminium Acoustics Ceiling 15 years 2. Wooden Slates / Low Frequency Absorption Panels 7 years 3. Other Acoustics Ceiling Tiles 3 Years 4. Audio Visual Equipments 3 Years 5 Electrical materials 3 Years

1.3 The bidder shall provide authorization certificates from the manufacturer (as per Annexure – 1 ) for the sound system /equipment , projection system / equipment, acoustics products, for this specific project also confirming that they shall provide the required warranty and service guarantee for the product in case the dealer/ integrator fails to do so on a direct basis. The bidder shall also produce test certificates from the manufacturer / authorized representatives for all the equipment supplied. All equipment shall be sourced from Authorized sources for the Indian market only. Engineer in charge reserves the right to reject material which shall be purchased from un authorized sources, not authorized for the Indian market.

1.4 The name of make/ model number of the audio and video equipments to be procured by the successful bidder shall be as per the choice of RGNUL Authorities. The RGNUL Authorities requirement shall be final and binding on the contract.

1.5 The bidder should be experienced in Simulation of Sound system with respect to the acoustic parameters of lecture hall / auditorium / similar space used for similar application on EASE or similar reputed software. The bidder shall submit the results of simulation in terms of STI; RT60@ 500Hz, 1KHz, 2KHz, 3KHz, 4KHz and SPL, before commencing the work at site and take the approval from Engineer‐in‐Charge to start the work at site. The bidder also has to submit and show the proofs of prior work done on ease software or equivalent software. And in case the Bidder does not have the experience, then the bidder can have a partner along who should fulfill this requirement and the same simulation done before needs to be presented prior to prequalification. Relevant experience document from the client or concerned Architect, need to be attached in the technical bid.

1.6 The bidder shall render the information of acoustics material and audio system in Ease software and provide the deliverables for Acoustics and Audio separately, in terms of Direct SPL, STI and RT at various frequencies.

1.7 The bidder shall carry out the test for acoustics for Noise Criteria (NC) and RT 60, after using the acoustics material at site.

1.8 The successful bidder before the start of execution of the work shall arrange for site visit of RGNUL staff / Consultant for a previous work done by him for the Audio Visual & other related works and also during the work in two stages for inspection at Rajiv Gandhi National University of Law Patiala, Punjab.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 33 of 121

1.9 The bidder shall submit the compliance sheet along with deviation statement against each technical parameter given in the technical specifications for all audio visual items.

1.10 The bidders shall provide an undertaking that their bid is 100% complied with the tender specifications and if the client / consultant find any deviation in technical bid, then their bid shall be rejected, as per Annexure 2. 1.11 The bidders shall provide an undertaking for comprehensive warranty for three years Annexure 3.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 34 of 121

ANNEXURE ‐1 To,

Rajiv Gandhi National University of Law Patiala, Punjab.

NIT No. 4 Date : 08.03.16

Name of Work:- Furnishing for 1000 Seater Auditorium with (SITC) of Audio Visual System, Stage/General Lighting &, Acoustic Treatment Works etc. at RGNUL Punjab at Patiala

Subject: OEM Authorization Certificate – For Audio , Visual & Electrical Equipments etc. as per BOQ

Dear Sir,

This is to inform you that M/s______(OEM name) having its regd. Office at ______authorizes M/s______(AV Systems Integrator company name), having its Regd. office at ______is hereby authorized to quote and supply, install, test and commission our equipment against your above tender mentioned . We shall provide full support to M/s ______(AV Systems Integrator) for our range of products quoted by them to meet the above mentioned tender requirements. We shall provide 3 years standard warranty at no extra cost.

The undersigned is authorized to issue such authorization on behalf of M/s ______

For ______

Authorized Signatory

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 35 of 121

ANNEXURE ‐2 Undertaking for Full Compliance

To,

Rajiv Gandhi National University of Law Patiala, Punjab.

NIT No. 4 Date :08.03.16

Name of Work: Furnishing for 1000 Seater Auditorium with (SITC) of Audio Visual System, Stage/General Lighting &, Acoustic Treatment Works etc. at RGNUL Punjab at Patiala

Subject: Undertaking for full compliance with tender specifications

Dear Sir,

We hereby confirm that our bid is 100% complied with the tender specifications and if the client / consultant finds any deviation in our technical bid, our bid may be rejected.

Thanking You,

Sincerely,

For ______

Authorized Signatory

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 36 of 121

ANNEXURE -3 To,

Rajiv Gandhi National University of Law Patiala, Punjab.

NIT No. 4 Date :08.03.16

Name of Work: Furnishing for 1000 Seater Auditorium with (SITC) of Audio Visual System, Stage/General Lighting &, Acoustic Treatment Works etc. at RGNUL Punjab at Patiala

Subject: Undertaking for comprehensive onsite warranty and support

Dear Sir,

We are hereby confirm that M/s______(AV Systems Integrator company name), having its Regd. office at ______is hereby agreed to quote and supply, install, test and commission our equipment against your above tender mentioned. We shall provide full support for our range of products quoted by us to meet the above mentioned tender requirements. We shall provide 3 years comprehensive onsite warranty at no extra cost on all quoted items.

For ______

Authorized Signatory

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 37 of 121

Guidelines To Be Followed For Handing Over The System

All tests to be carried to the satisfaction of the consultant and as required by the consultant only.

2.1 General tests to be carried out at site

Sr No Description Compliance/ Remarks Non Compliance 2.1.1 The AV Bidder shall carry out the polarity, phasing and impedance, etc tests 2.1.2 If the AV Bidder elects to furnish equipment designed for powering from n voltage that is different from the single‐ phase AC power, he shall provide within the contract at no extra expense to the Employer/S.O., suitable transformers or autotransformers to allow powering the equipment from the available voltage 2.1.3 All/any equipment supplied by the AV Bidder shall be fed from the distribution board supplied by the AV Bidder. The reticulation from the distribution onto the individual space area including equipment racks within the cabinet/rack shall be done the AV Bidder. This is to have the common ground for all the power to these areas 2.1.4 The AV Bidder shall check dimming lighting system & confirm whether the light falling near screen is controlled through that system or not 2.1.5 The AV Bidder shall check the functionality of the projector at least 10‐15 times. Also the position of the image should be consistent every time without any vertical or horizontal shift 2.1.6 Shall perform the Feedback Tests in all areas and provide the copy of test results 2.1.7 Shall check the Gain before Feedback Test at main hall, 2 Green Rooms, VIP Room and control room in Auditorium 2.1.8 Shall check & confirm the sound proofing, when Partition wall is used at full volume with speech and music signal 2.1.9 Shall check the data / telecom ports of Audio Visual Systems 2.1.10 Shall check Hum & Noise levels of rack equipment 2.1.11 Shall check & confirm the Signal to Noise Ratio, RE and same should be min 80db 2.1.12 Shall check all AV Points on Connectivity Plates 2.1.13 Shall check the functionality of all wireless microphones for dead spots and their drop outs .Drop out points to be marked on the drawings and all wireless antennas to be adjusted to avoid dead spots 2.1.14 Shall check the FM interference with mobile phone for all the microphones 2.1.15 Complete functionality of the system, signal levels to be checked and measurements to be recorded

2.2 Audio Tests to be carried out

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 38 of 121

The list of test equipments / meters required at site to carry the below tests are:

Sr No Description Brand/ Last Calibration Remarks Type No Date 2.2.1 Impedance Meter 2.2.2 Phase checker 2.2.3 Hi‐quality SPL Meter 2.2.4 Hi‐quality Spectrum Analyzer 2.2.5 Signal generator 2.2.6 Digital Multi‐meter 2.2.7 Impedance meter 2.2.8 Oscilloscope 2.2.9 Pink Noise Generator 2.2.10 Test Pattern Generator 2.2.11 Lux Meter 2.2.12 Video Test Source (uptill Full HD) 2.2.13 CD Test Disk

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 39 of 121

2.3 The Audio Test reports shall include the measurements of the following:

Sr No Description Compliance/ Non Remarks Compliance 2.3.1 SPL Level / Sound Dispersion, Maximum Variation should be + 4dB 2.3.2 Room Equalization measurements (Hard Copies and Soft Copies) 2.3.3 Phase Test check of all speakers BGM & others 2.3.4 Cable connectivity 2.3.5 Cable Identification 2.3.6 Dry Solder Check 2.3.7 Impedance test of a loudspeaker at 125 to 8KHz 2.3.8 Audio Signal source to be Pink Noise 2.3.9 RF pickup test

2.4 Video Tests to be carried out

The list of test equipments / meters required at site to carry the below tests are:

Sr No Description Brand/ Last Calibration Remarks Type No Date 2.4.1 Digital Oscilloscope 2.4.2 Video / Computer pattern generator 2.4.3 Portable video monitor 2.4.4 CAT 5/6 Cable Tester 3.4.5 Test tone CD / generator

2.5 The Video test reports shall include the result of the following tests:

Sr No Description Compliance/ Remarks Non Compliance 2..5.1 Proper functioning of the system by DVD and other external input devices (Video Test DVD) 2..5.2 Lighting Interface Check 2..5.3 Voltages to be checked 2..5.4 A/C levels in control room, after switching ON the system for 3 hours 2..5.5 Test Pattern results of video 2..5.6 Circle test / Fine Cross Hatch 2..5.7 Flat Field 2..5.8 Pattern To Simulate Text 2..5.9 Color Bars 2..5.10 Tint & Color (PAL) with adjustment of brightness & contrast 2..5.11 Video Tie Liner Check by providing video pattern generator by generating multi burst signal 2..5.12 Variable contrast level CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 40 of 121

2..5.13 Video images photographs, 2..5.14 Setup of color, brightness and contrast (with essential DVDs)

2.6 Equipment Rack

Sr No Description Compliance/Non Remarks Compliance 2.6.1 The AV Bidder shall provide the Rack Layout 2.6.2 Proper Identification and Separate tie lines for Audio / Mic / Video / Ethernet Control 3.6.3 Photographs of rack cabling and markings (Layout Diagram)

2.7 Handing Over

Sr No Description Compliance/ Remarks Non Compliance 2.7.1 All equipment settings are to be saved in several presets for backup. Additional backup is to be provided on 2 copies of CD‐R or DVD‐R. Where settings cannot be backed up via softcopies, a printed record of photograph, or level settings are to be included in the O&M manuals 2.7.2 All programming source codes and compiled backup softcopies are to be provided to the Employer at no additional cost 2.7.3 DSP software and backup of settings are to be provided to the Employer at no additional cost

2.8 Operational Instructions

Sr No Description Compliance/Non Remarks Compliance 2.8.1 Including the as‐built system schematic diagrams shall be provided at the rack/cabinet These documents shall be encased in a plastic protection sleeve. The Operational Instructions shall be created for each space and shall include all installed operating equipment, including the equipment purchased by the Employer 2.8.2 Markup any changes during the project implementation, and present a final as‐built set of documentation, including the above drawings, and also including all Vendor manual and System Description and Maintenance section 2.8.3 The Vendor Manuals are to be given in alphabetical order by Manufacturer, and bound into one or more A4 binders. The Binders are to be labeled on the spine with the title “VENDOR MANUALS”, and with the alphabetical range of products contained 2.8.4 The operation section of the manual shall describe the

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 41 of 121

typical power‐up, power‐down and any other special notes. The system operator may be assumed to be familiar with this kind of equipment, but not with the specific installation 2.8.5 The maintenance section shall provide a regular maintenance schedule, but the Maintenance staff must be assumed to be capable of fault finding on their own, with the aid of the as‐built information provided 2.8.6 The final rack‐layout, EQ settings, and settings on all other equipment shall be included in the manual 2.8.7 The final rack‐layout, EQ settings, and settings on all other equipment shall be included in the manual 2.8.8 The as‐built cable schedules shall likewise be Included in the manual

2.9 Other Handing Over Documents Shall include:

Sr No Description Compliance/ Remarks Non Compliance 2.9.1 Copy of drawings 2.9.2 Set of Catalogues (Hard Copies and Soft Copies) 2.9.3 Area wise Final As‐built drawings, when work is completed 2.9.4 All tests to be carried for Audio, BGM and Video 2.9.5 SPL Levels and Audio Dispersion to be measured, after feeding pink noise 2.9.6 The schematic drawings having cable and connector number for every connection with across referenced identification matching the cable schedule 2.9.7 Cabling routing layout plan 2.9.8 Conduit layout plan 2.9.9 Equipment room layout plan 2.9.10 Equipment mounting detail 2.9.11 System Schematic Diagrams of system to be installed 2.9.12 Detailed Rack Layouts 2.9.13 System Block Diagram 2.9.14 All equipment should be named with the brand, model, and equipment number, which matches the AV equipment layout 2.9.15 All cable labeling should be shown on the drawings 2.9.16 Do’s and Don’t 2.9.17 Print outs of all the automation screens

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 42 of 121

General & Commercial Conditions

4.1 GENERAL

4.1.1 The scope of this work covers delivery at site, installation, testing, and commissioning of Audio Visual System, Stage Lighting & Furnishing, Acoustic Treatment at Auditorium, Rajiv Gandhi University of Law, Patiala, Punjab. The equipment after testing, commissioning and acceptance shall be guaranteed for Three year for safe performance.

4.1.2 Intending bidder is advised to visit site of work, get himself acquainted with the proposed site of work, study specifications installation Drawings and layout of cable routes etc carefully before tendering.

4.1.3 The work shall be executed in close co‐ordination with various other agencies (Civil, Electrical, Firefighting, HVAC & Mechanical work etc) working at site. Hence the bidder shall organize his activities of the work in such a manner that he works and functioning of other agencies do not get damaged/dislocated/hampered/hindered in any manner.

4.1.4 Care shall be taken by the bidder to avoid the damage to any Civil work & the existing services/service lines etc. any damage caused to Civil or any of the existing services/service lines, shall be restore to its original shape to the entire satisfaction of the Engineer In Charge and made functional by the bidder immediately at his own expenses failing which the same shall be got done and made functional by department at the risk and cost of the bidder.

4.1.5 The instructions of Engineer‐in‐charge/ consultant shall be final and binding. If the site or part of it is not available for execution of work for any reasons, the programmed of execution shall be modified accordingly and the bidder shall have no claim for any payment of compensation on this account or any compensations on account of idle labour.

4.1.6 All the materials to be used on the work shall be got approved from Engineer‐in‐charge before installation. If at any stage during the execution of work, he shall be at liberty to reject in writing such materials. After providing valid reasons, the rejected materials shall have to be removed from the site of work immediately.

4.1.7 The bidder shall make his own arrangement for cartage and storage of materials. The ward of materials and installations would be the liability of the bidder unit the work completely handed over the department.

4.1.8 The work shall be carried out in Engineering like manner and bad workmanship shall be summarily rejected for redoing the job form which nothing extra shall be paid.

4.1.9 No materials and T & P shall be issued by the department.

4.1.10 The bidder or his authorized representative will have to sign site order book to acknowledge the instructions issued by Engineer‐in‐charge or his authorized representative for all matters relating to the execution of the work. The instructions noted in the site order book shall have to be complied within reasonable time decided by the Engineer‐in‐charge.

4.1.11 Electric connection will be provided at site by RGNUL. Sub meter and cable / wiring required at site will be done by the bidder at his own cost. The electricity consumption will be charged as per rates drive by the RGNUL on the basis of total bill by PSPCL & the electricity used by the bidder.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 43 of 121

4.2 Rates, Taxes and Duties

4.2.1 The tender is for entering into item rate works contract. The rates for various items of works shall be for complete items of work covering materials, labor, cartage, royalties, fees, rent, excise duty, custom duty, work contract tax/VAT/sale tax/service tax/cess, octroi, entry tax, 9 (i.e. all taxes) wages, tools and plant, transportation, insurance, risks, overhead charges general liabilities/obligation and profits etc. nothing extra shall be paid, Deduction of Income tax, works contract tax, labourcess, etc as applicable shall be made at source from each running/final bill payment. A certificate of TDS shall be issued by the department to the bidder. NO concession/exemption certificate shall be issued by Department. No form “D” or 31/32 shall be issued by the department. The road permit shall be arranged by the tendered at his own cost. The tendered rates must be inclusive of all such taxes.

4.2.3 All prices shall be quoted in Indian rupees and shall be firm and final prices. NO price variation will be allowed on account of variation in exchange rate for imported component of item.

4.3 Payment Terms

4.3.1 No mobilization advance shall be paid for the work. On account payments for part work as assessed by the Engineer‐in‐charge for the various equipments or assembly of items included in the contract shall be payable at part rates not exceeding the percentage indicated against the stages of work.

4.3.2 Stage Of Work Contract payment schedule.

Delivery of material at site complete with required test certificates, copy of original invoice, proof of import or excise duty gate pass & on acceptance by the department 60% of the BOQ value or Invoice amount whichever is less Installation and Completion of work: 30% Final Inspection, Commissioning and handing over the Project 10%

However Security Deposit shall be deducted from the running bills as per rules.

4.4 Completion Period

The successful bidder should provide workflow strictly as per stipulated period of four (4) Months period for successful completion of project. The total time permitted for the entire work shall be 4 months. The work schedule shall be approved by the university 4.5 Completion Plan

4.5.1 The bidder shall have to submit completion plans / handover document within one month of the completion of the work. Failing which 1% of the contract amount shall be retained. 50% security to be released on completion of the work shall only be released on receipt of the completion plans / handover document. 4.5.2 The bidder shall also submit two sets of O&M manual, these manual should consist of: i. All Circuit/wiring Diagram ii. Catalogues of all Equipments (photocopies) iii. Service centre details iv. Guarantee/Warranty certificate photocopies

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 44 of 121

4.6 Approval of Project Team

Before starting the work at site, the bidder should submit the details of the project teams (appendix schedule) for approval by the RGNUL to ensure that the person with right technical capability are executing the project.

4.7 Care of Building and Other Services:

Care shall be taken by the bidder to avoid damage to the building during execution of the work. He shall also be responsible for repairing al the damages caused during execution of the work and restoring the same to original finish at his cost. He shall also remove all unwanted and materials arising out of his work from site at his own cost. As far as possible, cutting of roads, etc should be avoided. Where it becomes inescapable to cut them, these shall be repair immediately.

4.8 Information Required on Equipment

The equipment offered shall conform to internationally accepted standards for electronic equipment and shall meet the latest IEC, BIS Recommendations on the subject. The equipment shall operate on 230V/50Hz. AC supply conforming to the laws or regulation regarding electricity, R.F and E.M.I. wherever required .The proposed equipment shall be new, in current production, of robust and durable construction. As fast as possible, all apparatus must be so constructed that similar parts, spares and replacements are interchangeable and easily fitted.

4.9 GUARANTEES

4.9.1 The equipment provided by the bidder & the entire installation shall be guaranteed against failure due to quality of material, workmanship, circuit design or any other failure, for a period of at least 36 months from the date of commissioning and acceptance of the equipment by the Engineer‐in‐charge.

4.9.2 Any unit or component failing except when misused within this period shall be delivered and replaced, free‐of‐charge by the bidder within seven (7) days after the intimation or notice of the same from the Engineer‐in‐charge.

4.9.3 Bidders shall warranty that all the equipment and material to be supplied under the contract are new and free from any defects and faults in materials, workmanship and manufacturing and are of the highest grade and consistent with the established and generally accepted standards for the same type of equipment and material and shall perform in full conformity with the specifications and drawings. The bidder shall be responsible for any defects that may develop under the contact conditions and under proper use, arising from faulty materials, design or workmanship such as corrosion, inadequate quantity of material to meet equipment requirement, inadequate contact protection, deficiency in circuit design and/ or otherwise and shall remedy such defects at its own cost when called upon to do so by the Engineer‐in‐charge , who shall state in writing in what respect equipment & installation is faulty. The bidder shall warrant that if system deficiency are noticed in operation of the system for which, software function are involved, then the software update for correcting the deficiency shall be supplied free of cost for the purchaser.

4.9.4 If it becomes necessary for the bidder to replace or renew any defective portion/ portions of the equipment, the provision of paragraph above shall apply to the portion/portions of the equipment so replaced or renewed or until the end of the above mentioned period 36 months. If any defect is not remedied within a reasonable time the Engineer‐in‐charge may proceed to do the without prejudice to any other right which the Engineer‐in‐charge may have against the bidder in respect of such defects.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 45 of 121

4.9.5 Replacement under warranty clause shall be made by the bidder free of all charges at site including freight, insurance and incidental charges.

4.9.6 With respect to parts needed to overcome the troubleshoot and maintain installation after the warranty period, the bidder shall inform RGNUL from where the parts can be procured incase bidder is not able to provide.

4.9.7 Bidder shall provide a detailed plan mentioning the activities form completion of whole project so that the entire work gets completed within the stipulated completion period.

4.9.8 Installation will be carried out by the bidder under the supervision, coordination of the Engineer‐ in‐charge or his authorized representative. However, the sole responsibility for installation and successful commissioning of the equipment and subsequent handing over of the system to maintenance staff in a fully functional condition within the stipulated period will rest with the bidder. The contactor will impart on‐job training to RGNUL personnel at installation sites in English language to enable them to install, operate, maintain and trouble shoot the system after commissioning. The complete training documentation shall be in English/Hindi.

4.10 ACCEPTANCE TEST

4.10.1 After installation and testing of the various equipments, performance measurement if required shall be carried out to confirm that all the system meets the relevant technical specification / criteria to the satisfaction of the consultant.

4.10.2 The satisfactory completion of the acceptance tests of various equipments and systems as a whole to the full satisfaction of the engineer‐in‐charge / Consultant and his authorized representative is prerequisite for accepting and taking over of the equipments by the Engineer‐ in‐charge.

4.11 THE CONTRACT SHALL INCLUDE THE FOLLOWING COSTS ALSO:‐

4.11.1 This is a turnkey installation contract and final satisfactory performance shall be the responsibility of bidder.

4.11.2 The bidder shall make a site visit to familiarize himself with the site conditions before submitting the offer to ensure that the offer is complete in all respects.

4.11.3 All necessary materials, equipment & wiring as specified complete along with electrical wiring to connect to the source of power supply.

4.11.4 Rates to include all items necessary for successful commissioning of Audio Visual System to be integrated with Video System even if some of the required items are not included in Bill of Quantities. Bidder shall list out such items separately and provided the same at no extra cost

4.11.5 The bidder shall furnish detailed drawings for cabling, wiring, installation, layout ease rendering to the satisfaction of the RGNUL for the acoustics incorporated with the sound system to clearly show the SPLl levels , RT and STI . All acoustic details shall be provided by the engineer in‐charge for approval before taking up the work. 4.13 Training

4.13.1 Free operating for first 10 events. During the warranty period the bidder will deploy at least one technical expert for the 10 Major live events in the University Auditorium. The Technical expert engineer will be responsible to manage the event in the Auditorium and simultaneously give the training to the

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 46 of 121

university officials for handling such kind of events. All the 10 events manage by the company technical person are free of cost.

4.13.2 At one month Training of personnel of the RGNUL after completion of the project.

4.13.3 Once the work is complete, one month training for operating the system shall be arranged by bidder, free to cost, for operating staff of RGNUL at project site.

4.13.4 Free Operation

Bidder shall be required to man/operate the system whenever required during the first 10 events (during warranty period) from the date of completion of work, free of cost.

4.14 Installation of Equipments

The layout & installation of equipment shall be planned and carried out conforming to the best engineering and international practices. The Wiring of the entire system shall be neat and conforming to standards.

4.15 Descriptive Literature

4.15.1 The tendered shall supply a complete list with quantities of major items of equipments together with detailed descriptive including photographs and performance characteristics pertaining to the equipments offered.

4.15.2 Manuals and instructions for operation and maintenance of al equipment and system shall be supplied (4 days)

4.16 Ambient Conditions

The equipments are required to work with the following A/C power supply Voltage : 230V ± 10% Frequency: 50 Hz ± 2% The equipment should be rated for satisfactory operation at an ambient temp of 10‐46˚ and 80% RH.

BIDDER IS ALSO ADVISED TO STUDY THE SCHEME/DESIGN FOR COMPLETENESS AND EFFECTIVENESS NO EXTRA ITEMS SHALL BE PAID AFTER AWARD OF WORK HENCE IN CASE SOME ITEM IS MISSING BIDDER MAY BRING OUT THE SAME AT TECHNICAL BID STAGE OR SHALL SUPPLY FREE PF COST TO MEET THE DESIGN INTENT MATERIAL OUT OF THE SCOPE OF INTENT SHALL BE PAID FOR EXTRA

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 47 of 121

Appendix

Appendix A: Sub‐Contracting and Vendors

Although sub‐contracting of any type of work under the scope of this tender is not permitted under any circumstances but bidders have to specify if they are going to use sub‐bidders for non specialized passive jobs like digging, chipping etc. Successful bidder will have to execute the entire project on their own.

The tenderer shall indicate here below the names of his intended vendors he proposes to use for the Works in case the contract is awarded to him. The Tenderer shall submit full particulars of his proposed vendors who are not within the recommended list if any.

Sr. No. Name of Vendor Scope

Signature of Bidder with seal

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 48 of 121

Appendix B: Proposed Organization Chart

The bidder shall furnish a Pyramid type Organization chart proposed for execution of the Project. This shall include all types like work execution, administrative, Accounts, Quality control, Maintenance etc.

Organization chart to have name, contact number & email ID of the proposed staff for this project.

Bidders have to clearly specify the time required by them to provide a replacement staff in case any of the staff members of project team is moved out or quits the company.

Signature of Bidder with seal

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 49 of 121

Appendix C: Schedule of Bidder’s Project And Technical Staff

Bidder must enter below the name, qualifications and experience of the their key full time site personnel in the proposed organization chart

Name Qualification Position Experience

Signature of Bidder with seal

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 50 of 121

6.1 Contract

6.1.1 These special conditions shall be considered as an extension and not as limitation of the obligations of the Bidder other than mentioned in “Special conditions”. 6.1.2 The said contract comprises furnishing of all labour, materials, equipment, transportation and to do all things necessary to the proposed construction, completion and putting in operation of a system of the type and extent described in the description of work drawings and specifications including any necessary adjustment or correction. The work shall be complete in every respect, including painting. All necessary precautions shall be taken against damage from leakage and condensation. The installation shall be tested and approved, satisfactory to the Engineer in- Charge and in accordance with local laws covering the installation of the type and extent described in the drawings and specifications.

6.1.3 The Bidder shall provide without any extra charge all items whether specifically mentioned or not but which are usual or required to make a complete working plant and to ensure safe and satisfactory operation. All apparatus, appliances, materials or labour which may be necessary to complete the work in accordance with the intent or purpose of these specifications shall be furnished without extra charges, as if fully described and called for in these specifications and or shown on plans. In case of doubt the bidder shall clearly point out his interpretation of specifications and drawings.

6.1.4 The Bidder shall include in their tender, works contract tax, sales tax, service octroi or any other charges or fees liable by the local authorities and it shall be assumed that the Bidder’s rates cover all such taxes and separate claim for these shall not be entertained.

6.1.5 Time shall be considered as the essence of the contract. The Bidder shall agree to commence and complete the work as provided in the time schedule for procurement, installation, commissioning and testing as per conditions of contract. 6.1.6 Rates/prices quoted in this tender shall be inclusive of cost of materials, labours, supervision, installation, testing and commissioning, materials erection, tools, plant appliances, cutting brick wall(Minor/ Major Civil work , painting, storage of material, service connections, transport to site, transit insurance octroi and levies, all relevant insurance charges, breakage, wastage and all such expenses as may be necessary and required for the satisfactory completion of all the items of the work and final guarantee testing and to put there in working conditions and all other requirements as called for in all the parts of these Tender Documents. The Electricity for installation or during project work will be provided by Client but Sub meter will be installed and necessary charges will be deducted in the bill/ will get deposit with RGNUL. 6.1.7 The Grills / Diffusers shall be charge on actual area basis. 6.1.8 The quoted price shall include all labelling and identification of various equipment/piping as per relevant IS color coding. In the absence of IS color coding for any equipment, the labelling and identification shall be carried out as per good practice.

6.1.9 Extension of the Intended Completion Date

If the agency shall desire an extension of the time for completion of the work on the ground of his having been unavoidably hindered in its execution or any other ground, he shall apply in writing to the University Engineer (with corresponding time extension in Performance Bank Guarantee) within thirty days of the date of hindrance (before the expiry of time limit) on account of which he desires such extension as aforesaid and the Registrar, RGNUL shall, if in his opinion which shall if find reasonable grounds be should therefore authorize such extension of time, if any, as may in his opinion be necessary or proper. No application for extension of time received late or addressed to the Assistant University Engineer or any office other than the University Engineer shall be considered valid if the contractor fails to apply for extension as aforesaid and the work is not completed within the time limit, the contract shall be determined absolute for levy of liquidated damages. Price adjustment clause will not be operative in the extended time limit whatsoever the cause for extension of time limits. 1.1.7 If the work is delayed without reasonable ground, the liquidated damages shall be deducted from the dues of the executing agency as per schedule given below:

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 51 of 121

Amount of liquidated damages for the Rs. 1,50,000/- 1st Week. whole work of the works are: Rs. 2,50,000/- 2nd Week. Rs. 3,50,000/- 3rd Week. Rs 5,00,000/- 4th week.

Maximum limit of liquidated damages for 10% of the Initial Contract Price rounded delay in completion of work off to the nearest thousand.

1.1.8 The executing agency shall make sure that, there is proper communication through phone / email with the concerned RGNUL staff. 1.1.9 The executing agency will make his own arrangements for boarding & lodging of his labour, besides this he will also make his own arrangement for the storage of materials of any kind.

1.2 Drawings & Literature:

1.2.1 Drawings have been prepared by the consultant showing the areas allocated for various equipments. The equipment layout shown on building plans and terrace plan along with the schematic layout drawing represent a feasible scheme. Equipment may be rearranged by the Bidder, based on the actual site conditions, within the space allocated subject to the approval of Engineer-in-Charge.

1.2.2 The tenderer shall point out all deviations from the drawings and specifications in their tenders.

1.2.3 Drawings are made on the basis of Certain Specific Brands of equipment / material. The Bidder shall ensure that equipment / material offered by him shall fit in the space provided in layout.

1.2.4 The drawings prepared by the Consultant are not meant as working drawings. The Bidder shall prepare working / shop drawings and get them approved from the Engineer in-Charge as required.

1.2.5 Before proceeding with the work, the Bidder shall submit for approval, general layout and assembly drawings and such additional assembly and subassembly detailed drawings as necessary to demonstrate fully that all parts of the apparatus to be furnished will confirm to the specifications.

1.2.6 The Bidder shall furnish for check and scrutiny three (3) advance sets of prints of the layout, assembly and erection drawings within seven days after the issue of letter of intimation as per the Bar Chart prepared by the Bidder. These shal be approved within seven days. Five (5) final sets of drawings based on approval accorded by Engineer in-Charge shall be submitted by the Bidder for final approval within three days. No modifications shall be made in the drawings after they have been approved by the Engineer in-charge without his prior consent. All drawings necessary for assembly, erection maintenance, repair and operation of the equipment shall be furnished. Different parts shall be suitably numbered for identification and ordering of spare parts.

1.2.7 Approval of drawings by the Engineer in-charge shall not relieve the Bidder of any part of his obligation to meet all the requirements of the contract or of the correctness of his drawings. The Bidder shall be responsible for and pay for all alterations of the works due to discrepancies or omissions in the drawings or other particulars supplied by him, whether such drawings have been approved by the Engineer in-Charge or not.

1.2.8 After approval of the drawings, the Bidder shall furnish a set of tracings of the approved drawings.

1.2.9 Four copies of comprehensive manual for use by the owner, before and during erection and subsequent operation and maintenance of the plant, shall also be furnished after approval of the contract drawings.

1.2.10 Changes in the Quantities:

Quantities taken in the Bill of Quantities are tentative and If the final quantity of the work done differs from the quantity in the Bill of Quantities for a particular item by more than 20 percent

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 52 of 121

provided the change exceeds 1% of the initial Contract Price, the Engineer shall adjust the rate to allow for the change.

1.2.11 The contractor shall provide the Engineer with a quotation for carrying out the variation when requested to do so by the Engineer. The Engineer shall assess the quotation, which shall be given within seven days of the request or within any longer period stated by the Engineer and before the variation is ordered.

1.2.12 If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the opinion of the Engineer, the quantity of work above the limit stated in clause 1.2.10 or the timing of its execution do not cause the cost per unit of quantity to change, the rate in the Bill of Quantities shall be used to calculated the value of the Variation does not correspond with items in the Bill of Quantities, the quotation by the bidder shall be in the form of new rates for the relevant items of work.

1.2.13 If the Bidder’s quotation is unreasonable, the Engineer may order the variation and make a change to the contract price which shall be based on Engineer’s own forecast of the effects of the Variation on the Contractor’s costs. No claim on this account shall be entertained. No extension in time lime limit on this account shall be entertained.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 53 of 121

ANNEXURE ‐1 To,

Rajiv Gandhi National University of Law Patiala, Punjab.

NIT No. 4 Date : 08.03.16

Name of Work: Supply, Installation, Testing & Commissioning of Audio Visual System, Stage Lighting & Furnishing, Acoustic Treatment at Auditorium, Rajiv Gandhi National University of Law Patiala, Punjab

Subject: OEM Authorization Certificate – For Audio , Visual & Electrical Equipments etc. as per BOQ

Dear Sir,

This is to inform you that M/s______(OEM name) having its regd. Office at ______authorizes M/s______(AV Systems Integrator company name), having its Regd. office at ______is hereby authorized to quote and supply, install, test and commission our equipment against your above tender mentioned . We shall provide full support to M/s ______(AV Systems Integrator) for our range of products quoted by them to meet the above mentioned tender requirements. We shall provide 3 years standard warranty at no extra cost on all quoted items.

The undersigned is authorized to issue such authorization on behalf of M/s ______

For ______

Authorized Signatory

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 54 of 121

ANNEXURE ‐2 Undertaking for Full Compliance

To,

Rajiv Gandhi National University of Law Patiala, Punjab.

NIT No. 4 Date :08.03.16

Name of Work:‐ Supply, Installation, Testing & Commissioning of Audio Visual System, Stage Lighting & Furnishing, Acoustic Treatment at Auditorium, Rajiv Gandhi National University of Law Patiala, Punjab

Subject: Undertaking for full compliance with tender specifications

Dear Sir,

We hereby confirm that our bid is 100% complied with the tender specifications and if the client / consultant finds any deviation in our technical bid, our bid may be rejected.

Thanking You,

Sincerely,

For ______

Authorized Signatory

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 55 of 121

ANNEXURE 7 AV (Compliance Sheet)

Audio Visual System For Auditorium (Size Qty Approved Complied DEVIATION Sr.No. Unit. 37407mm x 31890mm)‐1000 Pax . Make Y/N (IF ANY)

Sound Reinforcement System‐Main System ‐ A Left & Right SITC of Leftnstallation line array ‐ Configuration 3‐way, bi‐amp or tri‐amp mode, Bi‐amp or Tri‐amp, Transducer High Frequency Dual 50 W, 8 ohm 1" exit, 1.75" titanium diaphragm, neodymium magnet assembly, Low FrequencyDual 200 W, 16 ohm 8" woofers, 2" voice coils, neodymium magnet assemblies, weather resistant cone,Frequency Response 80 Hz ‐ 20 kHz,Nominal Impedance,HF: 16 ohms QSC /Renkus ,LF bi‐amp mode: 8 ohms, LF tri‐amp mode: 16 1 Nos Heinz/Meyer ohms (x2),Sensitivity (1 W @ 1 m) HF: 106 dB Sound/D&B LF: 97 dB,Continuous Power Capacity HF: 100 W ,LF bi‐amp mode: 400 W, LF tri‐amp mode: 200 W (x2),Recommended Power HF: 200 W, LF bi‐amp mode: 800 W, LF tri‐amp mode: 400 W (x2),Maximum Output (dB SPL at 1 m) Continuous / Peak,HF: 126 dB / 132 dB , LF: 122 dB / 128 dB ,Nominal Coverage Horizontal 140 degrees ,Vertical: dependent on number of elements used. SITC of Right Installation line array ‐ Configuration 3‐way, bi‐amp or tri‐amp mode, Bi‐amp or Tri‐amp, Transducer High Frequency Dual 50 W, 8 ohm 1" exit, 1.75" titanium diaphragm, neodymium magnet assembly, Low FrequencyDual 200 W, 16 ohm 8" woofers, 2" voice coils, neodymium magnet assemblies, weather resistant cone,Frequency Response 80 Hz ‐ 20 kHz,Nominal Impedance,HF: 16 ohms QSC /Renkus ,LF bi‐amp mode: 8 ohms, LF tri‐amp mode: 16 2 Nos Heinz/Meyer ohms (x2),Sensitivity (1 W @ 1 m) HF: 106 dB Sound/D&B LF: 97 dB,Continuous Power Capacity HF: 100 W ,LF bi‐amp mode: 400 W, LF tri‐amp mode: 200 W (x2),Recommended Power HF: 200 W, LF bi‐amp mode: 800 W, LF tri‐amp mode: 400 W (x2),Maximum Output (dB SPL at 1 m) Continuous / Peak,HF: 126 dB / 132 dB , LF: 122 dB / 128 dB ,Nominal Coverage Horizontal 140 degrees ,Vertical: dependent on number of elements used.

QSC /Renkus SITC of Fly‐bar for line array & subwoofer , 3 Nos Heinz/Meyer available in black or white Sound/D&B SITC of Pullback bar for line array . For use QSC /Renkus when pulling back the bottom of the array is 4 Nos Heinz/Meyer necessary to achieve the desired angle, available Sound/D&B in black or white. SITC of 8000W Amplifier using FAST channel QSC /Renkus combining technology. 4 channels, 1200 5 Nos Heinz/Meyer watts/ch at 8Ω, 2000 watts/ch at 4Ω, 1600 Sound/D&B watts/ch at 2Ω. A‐2 Subwoofer System CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 56 of 121

SITC of Subwoofer having a Configuration 2 x 18" vented subwoofer Transducer 8 ohm, 18" woofer with a 4" voice coil, ceramic magnet assembly, Frequency Response 31.4 Hz to 240 QSC /Renkus Hz @ ±3 dB (without processing),Nominal 6 Nos Heinz/Meyer Impedance 4 ohms, Power Capability Sound/D&B Continuous: 1700 W, Recommended Power 3000 to 4000 W, Sensitivity 101.5 dB @ 1 W / 3.3' (1 m),Maximum Output Continuous: 134.5 dB, Peak: 140.5 dB with Mounting Accessories. SITC of 8000W Amplifier using FAST channel QSC /Renkus combining technology. 4 channels, 1200 7 Nos Heinz/Meyer watts/ch at 8Ω, 2000 watts/ch at 4Ω, 1600 Sound/D&B watts/ch at 2Ω. A‐3 Powered Stage Monitor System SITC of powered stage monitor having a configuration of 12” Woofer; 1.75” diaphragm compression driver Stage Monitor speaker with Frequency Response (‐6 dB) 52 Hz ‐ 18 kHz,Nominal Coverage (‐6 dB) 75° conical QSC /Renkus 8 DMT,Maximum SPL1 131 dB peak,Power Nos Heinz/Meyer

Output2 1000 W continuous Class D (500 W LF, Sound/D&B 500 W HF) 2000 W peak,Input Impedance XLR / ¼": 40 kΩ balanced / 20 kΩ unbalanced XLR / ¼" MIC mode: 2260Ω balanced RCA: 10 kΩ with complete accesorries. Analog Audio Mixing Console,Digital signal A‐4 processor , Control room and Green room

monitoring SITC of Digital Audio Mixer with 32 inputs (24 mic/line, 6 line in, 1 stereo USB playback), 4‐ band full parametric EQ, variable high‐pass and low‐pass filters on all input channels, Gate, compressor and delay on all input channels, 6 professional quality stereo DSP processors plus a pitch corrector, 1/3 octave graphic equalization and 6‐band PEQ plus limiters, Soundcraft, delay and notch filters on main and aux. 9 Nos Allen & outputs, 8 sub‐groups with 4‐band full Heath/QSC parametric EQ, variable high‐pass and low‐pass filters, compressor. May be linked for stereo, Monitor mixes: 14 mono mixes may be paired for stereo. Two pairs of the auxes can drive wired In Ear Monitors (IEM) directly, 8 DCA groups, 8 mute groups, 8 subgroups, Remote control via mobile devices. Wi‐Fi interface included. SITC of Ladies Green room ‐monitoring system Two‐way, 6.5" Surface Mount, Weather‐ QSC /Renkus resistant,Foreground/Background Loudspeaker 10 Nos Heinz/Meyer with 70/100V transformer & 8Ω bypass, Sound/D&B includes mounting hardware, Available in black or white. SITC of Gents Green room ‐ monitoring system Two‐way, 6.5" Surface Mount, Weather‐ QSC /Renkus resistant,Foreground/Background Loudspeaker 11 Nos Heinz/Meyer with 70/100V transformer & 8Ω bypass, Sound/D&B includes mounting hardware, Available in black or white.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 57 of 121

SITC of 2 channels, 185 watts/ch at 8Ω, 280 QSC /Renkus 12 watts/ch at 4Ω, 430 watts/ch at 2Ω, 300 Nos Heinz/Meyer

watts/ch at 70V Sound/D&B SITC of Projection room ‐ monitoring system 1000W active, portable loudspeaker system; 8‐ QSC /Renkus 13 inch woofer; 1.75‐inch compression driver; 105 Nos Heinz/Meyer

degree conical waveguide; Tilt‐Direct™ dual Sound/D&B angle pole socket, DSP.

QSC /Renkus SITC of Powder coated steel yoke for mounting 14 Nos Heinz/Meyer the K8 vertically or Horizontally to structures. Sound/D&B SITC of Digital Signal processor with 24 I/O + USB, POTS and VoIP simultaneously,Input Frequency Response 20Hz to 20kHz @ +21dBu :+0.05dB/‐0.5dB,Input THD+N @ 1KHz:@ +21 dBu Sensistivity & +21 dBu input ,Input to Input Crosstalk @1kHz:>110dB Typical, 90dB Biamp/Toa/Q 15 Max,Input Dynamic Range:@ +21 dBu Nos SC Sensitivity‐> 109.5dB,Input Common Mode Noise Rejection:@ +10 dBu Sensitivity:56.5,Input Impedance (balanced):5K Ohms Nominal,Input Sensitivity Range (1dB Steps):‐39 dBu min to +21 dBu max,Sampling Rate:48kHz. A‐5 Microphone System Audio SITC of 10 Channel Frequency‐agile True Technica/Bey diversity UHF Wireless system with automatic 16 Nos erdynamic/Sh frequency scan Receiver with one ATW‐T220 rue/Sennheis Handheld Transmitter er Audio SITC of UHF Wireless system with 10 selectable Technica/Bey 17 frequencies with frequency scan feature. Ships Nos erdynamic/Sh

with ATW‐T210 UniPak® transmitter rue/Sennheis er Audio Technica/Bey SITC of UHF Antennae Distribution system, 18 Nos erdynamic/Sh Supports Upto 4 Wireless Receivers rue/Sennheis er Audio Technica/Bey SITC of UHF Wide Band Drectional Antennae 19 Nos erdynamic/Sh Pair rue/Sennheis er Audio Technica/Bey SITC of 30 Mt RF Antenna Cable with BNC‐ BNC 20 Nos erdynamic/Sh connectors RG8‐ type cable rue/Sennheis er Audio Technica/Bey 21 SITC of Closed Back Monitoring Headphones 1 Nos erdynamic/Sh rue/Sennheis er Audio Technica/Bey 22 SITC of Cardiod Dynamic Microphone 4 Nos erdynamic/Sh rue/Sennheis CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 58 of 121

er

Audio Technica/Bey SITC of Cardiod dynamic instrument 23 4 Nos erdynamic/Sh microphone rue/Sennheis er Audio Technica/Bey SITC of 16.46",Cardiod Condenser Gooseneck 24 2 Nos erdynamic/Sh microphone with RFI shielding rue/Sennheis er Audio Technica/ SITC of Gooseneck Microphone Desk Stand With 25 2 Nos Beyerdynamic Switch /Shrue/Sennh eiser SITC of Cardioid Condenser Hanging Microphone with element Fixed‐charge back plate, permanently polarized condenser, Polar Pattern Cardioid ,Frequency Response 30‐ Audio 20,000 Hz ,Low Frequency Roll‐OFF 80 Hz, 18 Technica/ dB/octave,Impedance Phantom: 200 ohms 26 6 Nos Beyerdynamic Battery: 270 ohms,MAXIMUM INPUT SOUND /Shrue/Sennh LEVEL Phantom: 133 dB, 1 kHz at 1% T.H.D. eiser Battery: 123 dB SPL, 1 kHz at 1% T.H.D.Dynamic range (typical) Phantom: 109 dB, 1 kHz at Max SPL Battery: 99 dB, 1 kHz at Max SPL,SIGNAL‐ TO‐NOISE RATIO 70 dB, 1 kHz at 1 Pa. Audio SITC of Headphone:‐ Headphone with Technica/Bey 27 frequency response 20hz ‐28khz ,impedance 1 Nos erdynamic/Sh 75ohm ,sensitivity 92dB/mW. rue/Sennheis er/AKG SITC of Digital Multimedia Lectern with 22" Interactive tablet monitor , Bold, stylish, and robust design, RMS available as an option ,Compatible with all operating 28 2 Nos AHA /Oceanz systems, multimedia, equipment and teaching materials.Edupen Pro interactive software includes CPU with i7 processor , 1TB HDD , 4GB RAM & Pre Loaded Windows OS 10. SITC of Stage Box Microphone :‐Stage Box 29 12 Nos Custom complete with Neutrik XLR Connector single SITC of Stage Box Speaker :‐ Stage Box complete 30 4 Nos Custom with Neutrik Speakon Connector single B Video Projection System SITC of Projector 3‐chip DLP Projector with Brightness 12500 ANSI lumens ,Contrast 2500:1 ,Native resolution 1920 x 1200 WUXGA , Christie / 1 Illumination Dual 450W NSH,Standard inputs 1 Nos Sony /NEC Twin DisplayPort input card,Dual‐link DVI,optional Dual‐link DVI ,Dual 3G SD/HD‐SDI Video decoder, Twin HDMI, Analog (5 BNC). SITC of Projector Lens Appropriate Lens to Christie / 2 project an image size of 180" (h) x 288" (W) 1 Nos Sony /NEC from a throw distance of 30.4 mtr to 50.9mtr .

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 59 of 121

SITC of Projection Screen Low Noise Motorized Professional Projection Screen with 3 1 Nos Custom matt white fabric of size 180" (h) x 288" (W) with ‐ black drop with IR remote. SITC of Approprite MS Mount for mounting the 4 1 Nos Custom projector as required as site. SITC of HD Wireless Presentation System with HD Wireless Presentation System, 64 Christie / 5 1 Nos Simulteneous Log‐ins, Quad View, Audio Out Oceanz/ WOW port SITC of Digital Media HD Recorder inputs VGA / DVI Up to 1366 x 768 ,2 Output Line Level L/R RCA (unbalanced) , DVI ,VGA (RGBHV). Media point 6 Incoading MPEG ‐ 4, Recording ‐ Capture From 1 Nos. /Approved EQ Camera and VGA input . Live Streming ‐ MPEG 4.RS‐232 Control. Access through web browsers. SITC of PC with 17" TFT Monitor (Any standrd 7 PC) with 500 Gb HDD nad 2 GB RAM & Window 1 Nos. HP/Dell/Sony XP/7/8/8.1. SITC of PTZ Camera with Full HD 1080p resolution2MP CMOS sensor, 60FPS ,15x optical Lumens/Vivot 8 zoomWide Pan/Tilt/Zoom mechanism 2 Nos. ek / Sony ,Connectivity: 3G‐SDI, DVI & Component with Joystic Control. Crestron/Ligh 9 SITC of DVI to HDMi Converter 1 Nos. tware/AMX

Crestron/Ligh 10 SITC of 2x1 DVI Switcher 1 Nos. tware/AMX SITC of HDD Base DVD recorder with Plays any region PAL or NTSC DVD‐Video, DVD‐Audio, DVD‐RAM, DVD+R, DVD‐R, and Video CD, Plays Sony/Denon/ 11 audio CD, DVD audio, DiVX, DVD‐R, DVD+R, 1 Nos. Panasonic/Sa DVD+RW, DVD‐RW, and MP3 CD‐R & CD‐RW, msung Records in PAL or NTSC, Internal 320GB Hard Disk Drive. SITC of Multimedia Hub with HDMI, VGA and Oceanz/Crestr 12 Audio input Connectivity . Auto switching single 3 Nos. on/AMX output . SITC of Active Wall Plate − HDMI & Computer Crestron/Ligh 13 Graphics with Ethernet, Bidirectional RS−232 & 2 Nos tware/AMX Stereo Audio HDBaseT Transmitter SITC of HDMI, Bidirectional RS‐232 & IR over Crestron/Ligh 14 Extended Range HDBaseT Twisted Pair 2 Nos tware/AMX Receiver Crestron/Ligh 15 SITC of 8x8 DigitalMedia Switcher with card. 1 Nos tware/AMX

Crestron/Ligh 16 SITC of HDMI over Twisted Pair Transmitter 2 Nos tware/AMX

Crestron/Ligh 17 SITC of HDMI over Twisted Pair Receiver 2 Nos tware/AMX

Crestron/Ligh 18 SITC of HDMI Audio De‐Embedder 1 Nos tware/AMX C Control System SITC of Control system processor with 8 port IR Crestron / 1 I/O or 8 IR/Serial output ports and 8‐wire RJ45 1 Nos AMX jack Ethernet port;2‐way device control and CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 60 of 121

monitoring, all ports support RS‐232 ,RS‐422 or RS‐485 also.

D link 2 SITC of Wi Fi Access Point. 1 Nos /Approved EQ 3 SITC of I‐PAD with Software 1 Nos Apple Crestron / 4 SITC of Din Rail High Voltage Switch. 1 Nos AMX Crestron / 5 SITC of IR Probes 7 Nos AMX SITC of Control port expansion solution using a Crestron / 6 1 Nos single 3‐Series Control Card. AMX D link 7 SITC of 8 port Network Switch 1 Nos /Approved EQ D Cable and Connectors SITC of 2.5 Sqmm x 2 core (80/0.20mm) ATC Klearcom/ copper Conductor, NCFR‐ LHC‐ LSZH Insulated Belden/ 1 500 Mtr. Cores, Vasiform Sheathed Telecom Speaker Kannare/ Cables. Kreppen SITC of 4.0 Sqmm x 2 core (128/0.20mm) ATC Klearcom/ copper Conductor, NCFR‐ LHC‐ LSZH Insulated Belden/ 2 200 Mtr. Cores, Vasiform Sheathed Telecom Speaker Kannare/ Cables. Kreppen SITC of 18 AWG ‐24/0.20mm x 2 core ATC Klearcom/ Copper Conductor, PVC Insulated, 90 % ATC Belden/ 3 300 Mtr. Copper Braid Shielded, PVC Sheathed Kannare/ Microphone Cable Kreppen Klearcom/ SITC of CAT ‐ 6 STP 4 pair Cable ‐ 0.58mm Bare Belden/ 4 copper , HDPE insulated, ATC Copper Braid 600 Mtr. Kannare/ Sheilded, PVC Sheathed overall. Kreppen Klearcom/ SITC of VGA Cable ‐ 3 coaxial (7/.16mm) ATC Belden/ 5 Copper Sheilded + 7 Single( 7/0.16mm) cores 30 Mtr. Kannare/ PVC Sheathed Overall. Kreppen Klearcom/ Belden/ 6 SITC of Coaxial Cable for microphone anteena. 150 Mtr. Kannare/ Kreppen Kramer 7 SITC of Patch Cables as required 1 Lot. /Approved EQ Neutrick / 8 SITC of Complete Connectors as required. 1 Lot. Amphenol SITC of 4 Core , 1.5 Sqmm Power cable , No. of Havells / 9 150 Mtr. strands 48,size of strength 0.2mm ,14 Amp. Approved EQ SITC of Equipment Rack (22"w x 22"d) :‐ Equipment rack 42U with front glass door, 10 power distribution box, internal fans and lights, 1 Nos. Custom wheels etc complete with standard accessories complete as required. SITC of HD Class 25mm PVC Conduit with 100 11 Nominal Wall Thickness 2.5mm ,Nominal length Nos. Akg /Jindal 0 4 meter , SITC of HD Class 32mm PVC Conduit with 12 Nominal Wall Thickness 2.7mm ,Nominal length 200 Nos. Akg /Jindal 4 meter ,

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 61 of 121

STAGE LIGHTING AND FURNISHING

Sr.No Qty Complied DEVIATION Item Description Unit. Approved Make . . Y/N (IF ANY)

A Stage Furnishing SITC of Motorised Main curtain:‐ Motor: 1 HP Industrial ( Crompton/ Remi/Bharat Bijlee/ equivalent.Air Brake Contactors: 2 nos. (Siemens/ equivalent. Micro Switches for auto Stop: 2 nos.Push Button(one no. near stage & one no. in control room): 3 Position for forward, reverse and stop position.Steel Wire Rope : 3mm Fixing Rail, Brackets and sliding arrangement: in MS Runners, Master Runner Canara/Oceanz 1 and Pulleys: MS Cloth: Velvet/ Crushed of 1 Nos. Acoustics/Satan approved quality and colour by architect. Curtain Operation: Horizontal Sliding sideways and overlapping of 900 mm in closed position. (Size:‐ 175 sq m). Includes curtain control panel to be fixed in control room and 1.5 Sqmm , 4 Core Power Cabling from curtain to curtain control panel.(Also require provision for manual control from stage) SITC of Motorised rear curtain:Motor: 1 HP Industrial ( Crompton/ Remi/Bharat Bijlee/equivalent. Air Brake Contactors: 2 nos. (Siemens/ equivalent. Micro Switches for auto Stop: 2 nos. Push Button(one no. near stage & one no. in control room): 3 Position for forward, reverse and stop position. Steel Wire Rope : 3mm Fixing Rail, Brackets and sliding arrangement: in MS Runners, Master Runner Canara/Oceanz 2 and Pulleys: MS Cloth: Velvet/ Crushed of 1 Nos. Acoustics/Satan approved quality in matt black colour, approved by architect. Curtain Operation: Horizontal Sliding sideways and overlapping of 900 mm in closed position.(Size:‐175 sq m).Includes curtain control panel to be fixed in control room and 1.5 Sqmm , 4 Core Power Cabling from curtain to curtain control panel.(Also require provision for manual control from stage) SITC of Cyclorama : ‐ MS. Frame structure: 35mm dia MS. Pipe Frame structure with 25 mm MS pipe Ribs between the frame pipes. Structure to be raised from stage floor ‐ 150 to 200 mm; back wall clearance as per drawings. MS Frame structure to be well supported from Canara/Oceanz 3 back wall and /or ceiling. Screen Fabric : White 1 Nos. Acoustics/Satan Matt Fabric. Screen to be made in 16:9 ratio format as per the maximum screen size possible on the stage with minimum 200mm black border on all sides for fixing of Eyelets on all sides. Cyclorama to be stretched and tightened from all sides securely using cotton

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 62 of 121

ropes. (Size:‐132 Sq m)

SITC of Stage wings:‐Black colour Glazed cotton fire retardant fabric / as approved. Canara/Oceanz 4 Pivoted tube of dia 32mm, with center pivot 4 Nos. Acoustics/Satan position. Bottom weights for fabric stretch to be installed appropriately. SITC of Frill with bars:‐Main front frill bar and subsequent frill bars made of 42 dia MS Canara/Oceanz 5 Pipe Duly supported from the ceiling grid. Frill 3 Nos. Acoustics/Satan be stitched in double gathering size as per drawing.( 1 mtr. H x 12 mtr, W) SITC of Steel structural grid :‐ Made out of MS Angle/Pipe in welded construction duly Canara/Oceanz 6 1 Nos. supported from ceiling structure/grid Size ‐ as Acoustics/Satan per drawing. (115 Sq Mtr) SITC of Light bars :‐ Fixed Bar of GI PIPE 50mm B class (Jindal or equivalent). Duly supported from ceiling with MS angles. Suitable no. of 15A sockets as per the Bar position to be provided Canara/Oceanz 7 4 Nos. at 250mm c/c by welding the socket boxes on Acoustics/Satan bar. Lights with c clamps will be hung on the bars and wiring will be done in the sockets. (Size : 17.5 Mtr.) SITC of Props bars :‐ Bar of GI PIPE 50mm B class (Jindal or equivalent) of suitable size, Canara/Oceanz 8 with 6mm rope wire to lift the suitable size 4 Nos. Acoustics/Satan /Props/ Sets/ Mic (Load Capicity‐400Kg Max. approx.)(Size : 17.5 Mtr.) B Stage Lighting SITC of PRO LED PAR 10Wx18 * Diecast Body*180W* super Bright 10W 4‐in‐1 RGBW Leds*Tianxin Grade 'A' leds * 18pcs* LCD Display *8 Ch DMX ,Auto&Master Slave*20 deg Satan/Clay * High Quality Main PCB with imported Paky/ 1 Regulator IC * Driver IC which protects the 4 Nos. Robe/Canara/O main PCB * Continuos & Steady Electric ceanz Acoustics Current for LED's * True 200W Power Supply * High Quality Double Layer LED PCB with Heavy Duty Aluminium extrusion plate(For FOH) SITC of PROFILE SPOT LIGHT*360 *Quality profile spot *HPL‐575 *With Beam shapers * Bulb:HLP Lamp * Powerful than 1000 watts Satan/Clay light * More Brightness & Power Saving * High Paky/ 2 4 Nos. Pressure Cast Aluminium Case* Infrared Robe/Canara/O Reflectors & Double lens * Homogeneous ceanz Acoustics Focala * Low temperature and light body * Size : 225x425x520mm(For FOH) SITC of LED WASH 1000 * 7 Ch DMX * 8Wx24 RGB 3 in1 * Auto & DMX * More than 60 degree Satan/Clay wash *Wash Effect* Tianxion LED's * Superb Paky/ 3 4 Nos. Brightness with linear adjustment * Warm Robe/Canara/O Light effects * Size : 400x230x175mm(For ceanz Acoustics FOH) CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 63 of 121

SITC of STAGE SPOT 1000PC Spot Light* High Satan/Clay Quality PC Convex lens * Sturdy Body *1000 Paky/ 4 Watt (CP‐70) Lamp* Heavy Duty Aluminium 4 Nos. Robe/Canara/O Diecast* High Efficiency*Higher ceanz Acoustics Brightness*High Quality Lenses(For FOH) SITC of PRO LED PAR 10Wx18 * Diecast Body*180W* super Bright 10W 4‐in‐1 RGBW Leds*Tianxin Grade 'A' leds * 18pcs* LCD Display *8 Ch DMX ,Auto&Master Slave*20 deg Satan/Clay * High Quality Main PCB with imported Paky/ 5 Regulator IC * Driver IC which protects the 10 Nos. Robe/Canara/O main PCB * Continuos & Steady Electric ceanz Acoustics Current for LED's * True 200W Power Supply * High Quality Double Layer LED PCB with Heavy Duty Aluminium extrusion plate(On Stage) SITC of LED WASH 1000 * 7 Ch DMX * 8Wx24 RGB 3 in1 * Auto & DMX * More than 60 degree Satan/Clay wash *Wash Effect* Tianxion LED's * Superb Paky/ 6 6 Nos. Brightness with linear adjustment * Warm Robe/Canara/O Light effects * Size : 400x230x175mm (For ceanz Acoustics Cyclorama)(On Stage) SITC of Profile Spot Light *360 *Quality profile spot *HPL‐575 *With Beam shapers * Bulb:HLP Lamp * Powerful than 1000 watts light * More Satan/Clay Brightness & Power Saving * High Pressure Paky/ 7 4 Nos. Cast Aluminium Case* Infrared Reflectors & Robe/Canara/O Double lens * Homogeneous Focala * Low ceanz Acoustics temperature and light body * Size : 225x425x520mm(On Stage) SITC of STAGE SPOT 1000PC Spot Light* High Satan/Clay Quality PC Convex lens * Sturdy Body *1000 Paky/ 8 Watt (CP‐70) Lamp* Heavy Duty Aluminium 4 Nos. Robe/Canara/O Diecast* High Efficiency*Higher ceanz Acoustics Brightness*High Quality Lenses(On Stage) SITC of PRO FOG‐2000DMX Fog Machine *3000 watts *40000 Cubic Ft per minute *With Satan/Clay Remote *With DMX* Manual Controller Paky/ 9 2 Nos. Electronic thermo switch* Time and Throw Robe/Canara/O Control*Heat up time:10 mins* tank Capacity ceanz Acoustics :2L* Dimension: 53.5x25x14.5cm(On Stage) SITC of LED MYSTIC * 3 in 1 effect * 8 x 3 White LEDS * 200mW RG Laser * 100mW Satan/Clay Green * 200mW Red * 3W RGBWA LED * 24 x 3 Paky/ 10 watts R(8) G(8) B (8)*Music Controlled 2 Nos. Robe/Canara/O Programme * Versatile Grating and Burst ceanz Acoustics Effects * Long Lifespan LED's*Low Heat, Low Power(On Stage) SITC of 6PACK 2KW Dimmer Pack *6 Ch. *2kW per channel *LCD Display *Direct Dimming*Industry Standard Dimming System * 3 phase operation with Over Voltage Shut Satan/Clay Down * DMX512 and analog 0‐10V DC Paky/ 11 3 Nos. inputs*Digital USITT * Digital auto frequency Robe/Canara/O tracking 45Hz‐65Hz* Built in Sequnce Mode ceanz Acoustics and Speed Control* Dual Raytech /Pulsar input connectors for analog input* High Quality RFI/EMI suppression

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 64 of 121

SITC of DMX Controller *12 x 16 ch. *Shape generator *32 banks of 8 scenes *Fixture Library *Independent Seq & Fixture Speed Raytech/Zero *Programmable Auto delay* Built in Shape 88/Strand 12 Generator* LCD Display for parameters and 1 Nos. /Canara/Ocean Menu* Direct Access for scenes and sequence* z Acoustics Single Multi Fixtures Selection *Sync sweep & wave effects *18 faders *Isolated DMX512 output SITC of Stage Control Desk *72 Channel DMX Stage controller *18 Channel Analog Output Raytech/Zero *Group Patch Multipple Lights on a single 88/Strand 13 fader* Individual Flash buttons* Fully 1 Nos. /Canara/Ocean Programmable non‐volatile EEROM Memory* z Acoustics LCD Display*10 pattern sequence* Smooth Alpha Faders* Fully Isolated DMX Output SITC of DMX Splitter *1 In / 4 Outs *LED showing faulty ch. *With Opto isolated Raytech/Zero 14 ouput*Each zone having upto 32 devices* 1 Nos. 88/Strand Status indication on each zone for Powersupply and DMX Satan/Clay SITC of GI Lights Clamps for suspending above Paky/ 15 44 Nos. lights from the light bar, Black Powder coated. Robe/Canara/O ceanz Acoustics Satan/Clay SITC of Solid 3 pole Male/female cable XLR Paky/ 16 Connectors with with locking ring and coaxial 50 Nos. Robe/Canara/O shell. ceanz Acoustics SITC of DMX Cable with 18 AWG ‐24/0.20mm x Satan/Clay 2 core ATC Copper Conductor, PVC Insulated, Paky/ 17 44 Nos. 90 % ATC Copper Braid Shielded, PVC Robe/Canara/O Sheathed control Cable. ceanz Acoustics SITC of Stage light Points : Light point wiring from patch panel on one side of stage wall to various stage light fixtures with 2.5 sqmm 3 core PVC insulated and PVC sheathed ISI mark cable of suitable size including drop length 18 44 Nos. Custom from light bar to stage floor.Includes MS box approximate size 8" x 5 " with plate and ISI mark 15 Amp. socket and top for each light.Include heavy gauge MS welded Conduit 1.6 mm thick as required. SITC of Cabling for control cable for stage lighting from control to dimmer pack (Stage to control room) .18 AWG ‐24/0.20mm x 2 core ATC Copper Conductor, PVC Insulated, 90 % 19 1 Job Job ATC Copper Braid Shielded, PVC Sheathed control Cable , Dmx inter wiring connection for patch panel to dimmer and dimmer to control room with required connector.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 65 of 121

DIGITAL SIGNAGE SYSTEM

Complied DEVIATION Sr.No. Item Description Qty. Unit. Approved Make Y/N (IF ANY)

A For Prefunction Area SITC of Flat Panel Display size 84" Diagonal Resolution 3840x2160, Display Colors 1.07B, Brightness 350cd/m2, Contrast Ratio 1600:1, Christie 1 Viewing Angle 178deg H/V, Backlight type 1 Nos /Barco/Planar LED, Refresh Rate 60Hz, Response Time 5ms, Complete with Wall/Floor Mounting hardware as required. B For VIP Area SITC of 42” LED Commercial Monitor with Full HD 1920 x 1080p Native Resolution, ,IPS Panel Technology ,Direct LED Backlit Display ,Brightness of 300 cd/m2 ,Supports Portrait & Samsung /LG / 1 1 Nos Landscape Modes ,Embedded Media Player Hyundai ,Inputs Include HDMI, RGB & USB ,Wide 178° x 178° Viewing Angle ,Remote Control via RS‐ 232C & Networkrequired. C For Green Room Area SITC of 42” LED Commercial Monitor with Full HD 1920 x 1080p Native Resolution, ,IPS Panel Technology ,Direct LED Backlit Display ,Brightness of 300 cd/m2 ,Supports Portrait & Samsung /LG / 1 2 Nos Landscape Modes ,Embedded Media Player Hyundai ,Inputs Include HDMI, RGB & USB ,Wide 178° x 178° Viewing Angle ,Remote Control via RS‐ 232C & Network D Stage Monitor SITC of Flat Panel Display size 84" Diagonal Resolution 3840x2160, Display Colors 1.07B, Brightness 350cd/m2, Contrast Ratio 1600:1, Christie 1 Viewing Angle 178deg H/V, Backlight type 2 Nos /Barco/Planar LED, Refresh Rate 60Hz, Response Time 5ms, Complete with Wall/Ceiling Mounting hardware as required. Crestron/Light 2 SITC of 1:2 HDMI Distribution Amplifier 1 Nos ware/AMX Crestron/Light 3 SITC of HDMI over Twisted Pair Transmitter 5 Nos ware/AMX Crestron/Light 4 SITC of HDMI over Twisted Pair Receiver 5 Nos ware/AMX

Sr.No Qty Complied DEVIATION Item Description Unit. Approved Make . . Y/N (IF ANY)

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 66 of 121

SITC of Alume XXL Fixed Dark with 26W, 3000°K LED, 20° reflector, white finish. 1‐ iGuzzini, IBL, Led 1 122 Nos. 10V Dimmable power supply. Linear, Oceanz 22(on UPS)+100 SITC of Accent recessed Wall LED Step Crompton/Philip 2 luminaire with 3W, 3000°K and electronic 140 Nos. s/Wipro control gear. SITC of Digital Dimmer for the above Lights Crestron/Amx/O 3 with Control Panel and Universal/Automatic 1 Nos. ceanz Interface SITC of 2.5 Sqmm ,2 core power cable for Electrical wiring for above light including 4 Heavy gauge M.S welded conduit pipe 500 Mtr. approved make 25mm dia.(1.6 mm thick),Bends,j box etc (ISI marked 1.60mm thick) On Surface SITC of 2.5 Sqmm ,2 core power cable for Electrical wiring for step lights.i/c Heavy gauge M.S welded conduit pipe 25mm 5 dia.(1.6 mm thick),Bends,box etc (ISI marked 400 Mtr. approved make 1.60mm thick) Recessed in steps or laying surface on wall by floor cutting(cheasiling) & restoration in original shape(good to funish). SITC of control cable from 26W led light 6 (item no.1) to digital dimmer in control room 400 MTR. approved make with heavy gauge PVC conduit pipe 25 mm

UPS AND PANEL

Sr.No Qty Complied DEVIATION Item Description Unit. Approved Make . . Y/N (IF ANY)

UPS 20 KVA SUPPLYING, testing & commissioning of 20 KVA True Online double conversion and fully Microprocessor Controlled UPS system with IGBT Rectifier including RS 485 Modbus Numeric/ 1 Communication port with inbuilt galvanic 1 NOS Emerson/ APC and electronic isolation at the output with accessories and suitable Power Management software in each UPS as per specification Suitable for AV SYSTEM UPS SYSTEM ALONG WITH SMF BATTERY BACKUP USING 12V BATTERIES OF APPROVED MAKE EQVT MAKE, DISCONNECTOR FOR BATTERY PROTECTION, MS RACK, INTERLINKS AND DC CABLE UPTO 5 MTRS FROM UPS TO BATTERIES. 12vdc, 42Ahx30 Nos./UPS / as per vender CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 67 of 121

calculation including Supplying , testing & commissioning of APPROVED MAKES 20 KVA 3PH‐3PH TRUE ONLINE UPS SYSTEM (Standalone) ALONG WITH SMF BATTERY OF 12V‐26 AH‐30 NOS FOR

UPTO 30 MIN. BACK‐UP BATTERY AS PER APPROVED MAKE , UPS‐ APPROVED MODEL WITH MS RACK,INTERLINKS AND DC CABLE UPTO 5 MTRS FROM UPS TO BATTERIES.

SPECIAL FEATURES : IGBT BASED RECTIFIER AND INVERTER INPUT VOLT 415V ‐ 15% + 10%, THREE

PHASE 4 WIRE OUTPUT VOLT 415V +/‐ 1%, THREE PHASE 4

WIRE OVERALL EFFICEINCY UPTO 94% OUTPUT FREQUENCY 50 HZ +/‐ 0.1 HZ INPUT POWER FACTOR >0.99, CURRENT

HARMONICS <3% OUTPUT POWER FACTOR 0.9 LAGGING INBUILT ISOLATION TRANSFORMER SUPPLYING OF BATTERY ACCESSORIES a) Battery Rack for 20 KVA UPS b)Battery Interconnecting Links for 20 KVA

UPS c) Battery to UPS Cable (Maximum 5 meters)

for 20 KVA UPS d) Battery Fuse Box for 20 KVA UPS. e) INSTALLATION AND COMMISSIONING OF 20 KVA UPS WITH BATTERY AND ACCESSORIES

2 CABLE TRAY

Supplying and installing following size of perforated pre-painted M.S. cable trays with perforation not more than 17.5%, in convenient sections, joined with connectors, suspended from the ceiling with M.S. suspenders including bolts & nuts, painting suspenders etc as required. 300 mm width X 50 mm depth X 1.6 mm Mtr. thickness 600 mm width X 75 mm depth X 2.0 mm Mtr. thickness

ANGLE/FLAT IRON AND STEEL 3 SHEET FOR SUPPORTING 50 mm X 50 mm X 6 mm angle iron kg 40 mm X40 mm X 6 mm angle iron kg 40 mm X 3 mm flat iron kg PIPE

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 68 of 121

Supply and erection of double walled corrugated (DWC) HDPE pipe to be laid 1mtr. below ground level including excavation 4 (making necessary trench), placing the pipe in position and back filling with excavated soil etc. of the required size.

Double walled corrugated (DWC) HDPE pipe 50 Mtr. 63/ 51mm (outer/ inner dia.)

Double walled corrugated (DWC) HDPE 20 Mtr. pipe90/76mm(outer/ inner dia.)

Double walled corrugated (DWC) HDPE 20 Mtr. pipe 120/103.5mm (outer/ inner dia.)

Double walled corrugated (DWC) HDPE pipe 20 Mtr. 160/ 136mm(outer/ inner dia.)

FLOOR PANELS

Supply only, Testing and commissioning of indoor type cubicle pattern L T Switch‐Board with a rupturing capacity of 50 KA at 415 V or as called for in individual items, openable in front and back suitable for 3 phase, 4 wire, 50Hz AC supply at an ambient temperature of 45 C. The cubicle should be weather proof, dust proof vermin proof, well ventilated and enclosure protection shall be IP‐54 as per IS 2147‐1962.or as per CPWD specifications, ( ETE/ONIDA/ 5 Part IV ‐ Sub‐station) and IS: 8623 The NEPTUNE/KRYPT cubicle should be front operated, floor ON mounted, free standing with compartments in tier formation, extensible on both sides. The panel to be provided with PVC Sleeved TPN Electrolytic Al. ( CD 0.8A/sq.mm. ) Bus Bar and PVC insulated solid interconnections and also provided with 50x6mm. horizontal GI Earth Bus Bars in each section.(as per drawing- enclosed) - AV SYSTEM at AUDITORIUM

A) Incoming

i) 1 Nos. 125 Amps TPN MCCB adjustable Thermal magnetic release with with rotary handle connected from Main audi panel

PROTECTION INSTRUMENT i) 1 set of phase indication lights. ii) 1 sets of indication lights, breaker ON‐

OFF etc. iii) multi function meter with RS485 port

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 69 of 121

iv) 1set of CT's iv) Bus bar :‐ 200 Amps TP&N 50 kA aluminum conductor bus bar (PVC Heat-

shrinkable busbar insulation) supported by DMC / FRP insulators. OUTGOING‐on indication light with 2 amp

MCB for each outgoing i) 3 Nos. 32 Amps TPN MCCB adjustable Thermal magnetic release with rotary handle. ii )3 nos 40 amp DP RCBO,100ma iii) 1 6 Nos. 32 Amps, 10 ka, SPN MCB iv)1 no 10 watt LED light with switch &16a 1 set switch +16 amp socket

Supply only, Testing and commissioning of indoor type cubicle pattern L T Switch‐Board with a rupturing capacity of 50 KA at 415 V or as called for in individual items, openable in front and back suitable for 3 phase, 4 wire, 50Hz AC supply at an ambient temperature of 45 C. The cubicle should be weather proof, dust proof vermin proof, well ventilated and enclosure protection shall be IP‐54 as per IS 2147‐1962.or as per CPWD specifications, ( ETE/ONIDA/ Part IV ‐ Sub‐station) and IS: 8623 The 6 NEPTUNE/KRYPT cubicle should be front operated, floor ON mounted, free standing with compartments in tier formation, extensible on both sides. The panel to be provided with PVC Sleeved TPN Electrolytic Al. ( CD 0.8A/sq.mm. ) Bus Bar and PVC insulated solid interconnections and also provided with 50x6mm. horizontal GI Earth Bus Bars in each section.(as per drawing- enclosed)) - VENTILATION PANEL ON DG at AUDITORIUM

A) Incoming

i) 1 Nos. 260 Amps TPN MCCB adjustable Thermal magnetic release with with rotary handle connected from Main audi panel

PROTECTION INSTRUMENT i) 1 set of phase indication lights. ii) 1 sets of indication lights, breaker ON‐

OFF etc. iii) multi function meter with RS485 port iv) 1set of CT's iv) Bus bar :‐ 300 Amps TP&N 50 kA aluminum conductor bus bar (PVC Heat-

shrinkable busbar insulation) supported by DMC / FRP insulators.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 70 of 121

OUTGOING‐on indication light with 2 amp

MCB for each outgoing i) 5 Nos. 100 Amps TPN MCCB adjustable Thermal magnetic release with rotary handle. ii) 3 Nos. 63 Amps TPN MCCB adjustable Thermal magnetic release with rotary handle. iii) 2 Nos.25 Amps TPN MCCB adjustable Thermal magnetic release with rotary handle. iv)1 no 10 watt LED light with switch &16a 1 set switch +16 amp socket

Supply only, Testing and commissioning of indoor type cubicle pattern L T Switch‐Board with a rupturing capacity of 50 KA at 415 V or as called for in individual items, openable in front and back suitable for 3 phase, 4 wire, 50Hz AC supply at an ambient temperature of 45 C. The cubicle should be weather proof, dust proof vermin proof, well ventilated and enclosure protection shall be IP‐54 as per IS 2147‐1962.or as per CPWD specifications, ( ETE/ONIDA/ Part IV ‐ Sub‐station) and IS: 8623 The 7 NEPTUNE/KRYPT cubicle should be front operated, floor ON mounted, free standing with compartments in tier formation, extensible on both sides. The panel to be provided with PVC Sleeved TPN Electrolytic Al. ( CD 0.8A/sq.mm. ) Bus Bar and PVC insulated solid interconnections and also provided with 50x6mm. horizontal GI Earth Bus Bars in each section.(as per drawing- enclosed)) - AC PANEL ON NORMAL SUPPLY at AUDITORIUM

A) Incoming

i) 1 Nos. 200 Amps TPN MCCB adjustable Thermal magnetic release with with rotary handle connected from Main audi panel

PROTECTION INSTRUMENT i) 1 set of phase indication lights. ii) 1 sets of indication lights, breaker ON‐

OFF etc. iii) multi function meter with RS485 port iv) 1set of CT's iv) Bus bar :‐ 300 Amps TP&N 50 kA aluminum conductor bus bar (PVC Heat-

shrinkable busbar insulation) supported by DMC / FRP insulators. OUTGOING‐on indication light with 2 amp

MCB for each outgoing

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 71 of 121

i) 2 Nos. 160 Amps TPN MCCB adjustable Thermal magnetic release with rotary handle. ii) 2 Nos. 32 Amps TPN MCCB adjustable Thermal magnetic release with rotary handle. iii)1 no 10 watt LED light with switch &16a 1 set switch +16 amp socket

Supply only, Testing and commissioning of indoor type cubicle pattern L T Switch‐Board with a rupturing capacity of 50 KA at 415 V or as called for in individual items, openable in front and back suitable for 3 phase, 4 wire, 50Hz AC supply at an ambient temperature of 45 C. The cubicle should be weather proof, dust proof vermin proof, well ventilated and enclosure protection shall be IP‐54 as per IS 2147‐1962.or as per CPWD specifications, ( ETE/ONIDA/ Part IV ‐ Sub‐station) and IS: 8623 The 8 NEPTUNE/KRYPT cubicle should be front operated, floor ON mounted, free standing with compartments in tier formation, extensible on both sides. The panel to be provided with PVC Sleeved TPN Electrolytic Al. ( CD 0.8A/sq.mm. ) Bus Bar and PVC insulated solid interconnections and also provided with 50x6mm. horizontal GI Earth Bus Bars in each section.(as per drawing- enclosed)) - AC PANEL ON DG SUPPLY at AUDITORIUM

A) Incoming

i) 1 Nos. 200 Amps TPN MCCB adjustable Thermal magnetic release with with rotary handle connected from Main audi panel

PROTECTION INSTRUMENT i) 1 set of phase indication lights. ii) 1 sets of indication lights, breaker ON‐

OFF etc. iii) multi function meter with RS485 port iv) 1set of CT's iv) Bus bar :‐ 300 Amps TP&N 50 kA aluminum conductor bus bar (PVC Heat-

shrinkable busbar insulation) supported by DMC / FRP insulators. OUTGOING‐on indication light with 2 amp

MCB for each outgoing i) 2 Nos. 160 Amps TPN MCCB adjustable Thermal magnetic release with rotary handle. ii) 3 Nos. 32 Amps TPN MCCB adjustable Thermal magnetic release with rotary handle.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 72 of 121

iii) 1 No.25 Amps TPN MCCB adjustable Thermal magnetic release with rotary handle. iv)1 no 10 watt LED light with switch &16a 1 set switch +16 amp socket

Supply only, Testing and commissioning of indoor type cubicle pattern L T Switch‐Board with a rupturing capacity of 50 KA at 415 V or as called for in individual items, openable in front and back suitable for 3 phase, 4 wire, 50Hz AC supply at an ambient temperature of 45 C. The cubicle should be weather proof, dust proof vermin proof, well ventilated and enclosure protection shall be IP‐54 as per IS 2147‐1962.or as per CPWD specifications, ( ETE/ ONIDA/ Part IV ‐ Sub‐station) and IS: 8623 The 9 NEPTUNE / cubicle should be front operated, floor KRYPTON mounted, free standing with compartments in tier formation, extensible on both sides. The panel to be provided with PVC Sleeved TPN Electrolytic Al. ( CD 0.8A/sq.mm. ) Bus Bar and PVC insulated solid interconnections and also provided with 50x6mm. horizontal GI Earth Bus Bars in each section.(as per drawing- enclosed)) - UPS PANEL at AUDITORIUM-CONTROL ROOM

A) Incoming

i) 3 Nos. 100 Amps TPN MCCB adjustable Thermal magnetic release with rotary

handle connected from Main audi panel ‐1 for normal supply and second for DG supply

ii) 2 nos 4 pole 125 amp contactor with

interlocking iii) 1 no 100 amp ,4pole bypass switch

vi) 1 Nos. 100 Amps TP MCCB adjustable Thermal magnetic release with 200 amp neutral link with rotary handle

PROTECTION INSTRUMENT i) 1 set of phase indication lights. ii) 3 sets of indication lights, breaker ON‐

OFF etc. iii) 1 no multi function meter with RS485

port iv) 1set of CT's iv) Bus bar :‐ 300 Amps 4 pole 50 kA aluminum conductor bus bar (PVC Heat-

shrinkable busbar insulation) supported by DMC / FRP insulators. OUTGOING‐on indication light with 2 amp

MCB for each outgoing

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 73 of 121

i) 5 Nos. 63 Amps TPN MCCB adjustable Thermal magnetic release with rotary handle. ii)1 no 10 watt LED light with switch &16a 1 set switch +16 amp socket

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 74 of 121

Guidelines To Be Followed For Handing Over The System

All tests to be carried to the satisfaction of the consultant and as required by the consultant only.

2.1 General tests to be carried out at site

Sr No Description Compliance/ Remarks Non Compliance 2.1.1 The AV Bidder shall carry out the polarity, phasing and impedance, etc tests 2.1.2 If the AV Bidder elects to furnish equipment designed for powering from n voltage that is different from the single‐ phase AC power, he shall provide within the contract at no extra expense to the Employer/S.O., suitable transformers or autotransformers to allow powering the equipment from the available voltage 2.1.3 All/any equipment supplied by the AV Bidder shall be fed from the distribution board supplied by the AV Bidder. The reticulation from the distribution onto the individual space area including equipment racks within the cabinet/rack shall be done the AV Bidder. This is to have the common ground for all the power to these areas 2.1.4 The AV Bidder shall check dimming lighting system & confirm whether the light falling near screen is controlled through that system or not 2.1.5 The AV Bidder shall check the functionality of the motorized projector lift at least 10‐15 times and confirm the status of the lift. Also the position of the image should be consistent every time without any vertical or horizontal shift 2.1.6 Shall perform the Feedback Tests in all areas and provide the copy of test results 2.1.7 Shall check the Gain before Feedback Test for Meeting Rooms & Banquets and keep a note of the same 2.1.8 Shall check & confirm the sound proofing, when Partition wall is used at full volume with speech and music signal 2.1.9 Shall check the data/ telecom ports of Audio Visual Systems 2.1.10 Shall check Hum & Noise levels of rack equipment 2.1.11 Shall check & confirm the Signal to Noise Ratio, RE and same should be min 80db 2.1.12 Shall check all AV Points on Connectivity Plates 2.1.13 Shall check the functionality of all wireless microphones for dead spots and their drop outs .Drop out points to be marked on the drawings and all wireless antennas to be adjusted to avoid dead spots 2.1.14 Shall check the FM interference with mobile phone for all the microphones 2.1.15 Complete functionality of the system, signal levels to be checked and measurements to be recorded

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 75 of 121

2.2 Audio Tests to be carried out

The list of test equipments / meters required at site to carry the below tests are:

Sr No Description Brand/ Last Calibration Remarks Type No Date 2.2.1 Impedance Meter 2.2.2 Phase checker 2.2.3 Hi‐quality SPL Meter 2.2.4 Hi‐quality Spectrum Analyzer 2.2.5 Signal generator 2.2.6 Digital Multi‐meter 2.2.7 Impedance meter 2.2.8 Oscilloscope 2.2.9 Pink Noise Generator 2.2.10 Test Pattern Generator 2.2.11 Lux Meter 2.2.12 Video Test Source (uptill Full HD) 2.2.13 CD Test Disk

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 76 of 121

2.3 The Audio Test reports shall include the measurements of the following:

Sr No Description Compliance/ Non Remarks Compliance 2.3.1 SPL Level / Sound Dispersion, Maximum Variation should be + 4dB 2.3.2 Room Equalization measurements (Hard Copies and Soft Copies) 2.3.3 Phase Test check of all speakers BGM & others 2.3.4 Cable connectivity 2.3.5 Cable Identification 2.3.6 Dry Solder Check 2.3.7 Impedance test of a loudspeaker at 125 to 8KHz 2.3.8 Audio Signal source to be Pink Noise 2.3.9 RF pickup test

2.4 Video Tests to be carried out

The list of test equipments / meters required at site to carry the below tests are:

Sr No Description Brand/ Last Calibration Remarks Type No Date 2.4.1 Digital Oscilloscope 2.4.2 Video / Computer pattern generator 2.4.3 Portable video monitor 2.4.4 CAT 5/6 Cable Tester 3.4.5 Test tone CD / generator

2.5 The Video test reports shall include the result of the following tests:

Sr No Description Compliance/ Remarks Non Compliance 2..5.1 Proper functioning of the system by DVD and other external input devices (Video Test DVD) 2..5.2 Lighting Interface Check 2..5.3 Voltages to be checked 2..5.4 A/C levels in control room, after switching ON the system for 3 hours 2..5.5 Test Pattern results of video 2..5.6 Circle test / Fine Cross Hatch 2..5.7 Flat Field 2..5.8 Pattern To Simulate Text 2..5.9 Color Bars 2..5.10 Tint & Color (PAL) with adjustment of brightness & contrast 2..5.11 Video Tie Liner Check by providing video pattern generator by generating multi burst signal 2..5.12 Variable contrast level CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 77 of 121

2..5.13 Video images photograghs, 2..5.14 Setup of color, brightness and contrast (with essential DVDs)

2.6 Equipment Rack

Sr No Description Compliance/Non Remarks Compliance 2.6.1 The AV Bidder shall provide the Rack Layout 2.6.2 Proper Identification and Separate tie lines for Audio / Mic / Video / Ethernet Control 3.6.3 Photographs of rack cabling and markings

2.7 Handing Over

Sr No Description Compliance/ Remarks Non Compliance 2.7.1 All equipment settings are to be saved in several presets for backup. Additional backup is to be provided on 2 copies of CD‐R or DVD‐R. Where settings cannot be backed up via softcopies, a printed record of photograph, or level settings are to be included in the O&M manuals 2.7.2 All programming source codes and compiled backup softcopies are to be provided to the Employer at no additional cost 2.7.3 DSP software and backup of settings are to be provided to the Employer at no additional cost

2.8 Operational Instructions

Sr No Description Compliance/Non Remarks Compliance 2.8.1 Including the as‐built system schematic diagrams shall be provided at the rack/cabinet These documents shall be encased in a plastic protection sleeve. The Operational Instructions shall be created for each space and shall include all installed operating equipment, including the equipment purchased by the Employer 2.8.2 Markup any changes during the project implementation, and present a final as‐built set of documentation, including the above drawings, and also including all Vendor manual and System Description and Maintenance section 2.8.3 The Vendor Manuals are to be given in alphabetical order by Manufacturer, and bound into one or more A4 binders. The Binders are to be labeled on the spine with the title “VENDOR MANUALS”, and with the alphabetical range of products contained 2.8.4 The operation section of the manual shall describe the typical power‐up, power‐down and any other special notes. The system operator may be assumed to be familiar with this kind of equipment, but not with the specific

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 78 of 121

installation 2.8.5 The maintenance section shall provide a regular maintenance schedule, but the Maintenance staff must be assumed to be capable of fault finding on their own, with the aid of the as‐built information provided 2.8.6 The final rack‐layout, EQ settings, and settings on all other equipment shall be included in the manual 2.8.7 The final rack‐layout, EQ settings, and settings on all other equipment shall be included in the manual 2.8.8 The as‐built cable schedules shall likewise be Included in the manual

2.9 Other Handing Over Documents Shall include:

Sr No Description Compliance/ Remarks Non Compliance 2.9.1 Copy of drawings 2.9.2 Set of Catalogues (Hard Copies and Soft Copies) 2.9.3 Area wise Final As‐built drawings, when work is completed 2.9.4 All tests to be carried for Audio, BGM and Video 2.9.5 SPL Levels and Audio Dispersion to be measured, after feeding pink noise 2.9.6 The schematic drawings having cable and connector number for every connection with across referenced identification matching the cable schedule 2.9.7 Cabling routing layout plan 2.9.8 Conduit layout plan 2.9.9 Equipment room layout plan 2.9.10 Equipment mounting detail 2.9.11 System Schematic Diagrams of system to be installed 2.9.12 Detailed Rack Layouts 2.9.13 System Block Diagram 2.9.14 All equipment should be named with the brand, model, and equipment number, which matches the AV equipment layout 2.9.15 All cable labeling should be shown on the drawings 2.9.16 Do’s and Don’t 2.9.17 Print outs of all the automation screens

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 79 of 121

TECHNICAL SPECIFICATIONS

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 80 of 121

Technical Specifications

For

Supply, Installation, Testing & Commissioning

Of

Audio Visual & Acoustic System

At Rajiv Gandhi National University Of Law Patiala (Punjab)

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 81 of 121

 The following is the minimum specification. The Vendors are open to consider any product that meets or exceeds this specification unless the specification states a specific item is to be provided with no deviation. Vendors should quote strictly among the approved makes only.  In their submission the vendor must complete the Compliance Schedule and indicate that they meet or exceed each requirement, and where they do not comply they must indicate what their product offers as an alternative.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 82 of 121

Technical Specifications For Audio Visual / Stage Lighting & Furnishing /General Lighting

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 83 of 121

1. Full‐range line array loudspeaker

Configuration 3‐way, bi‐amp or tri‐amp mode Transducers Dual 50 W, 8Ω 1" exit, 1.75" titanium diaphragm, neodymium High‐frequency magnet assembly Dual 200 W, 16Ω 8" woofer, 2" voice coil, Low‐frequency neodymium magnet assembly, weather resistant cone Frequency Response (±3 dB) 80 Hz – 20 kHz Nominal Impedance HF: 16Ω LF bi‐amp mode: 8Ω LF tri‐amp mode: 16Ω (x 2) Continuous Power Capacity1 HF: 100 W/ 200 W LF bi‐amp mode: 400 W/ 800 W LF tri‐amp / Recommended Power mode: 200 W/ 400 W (x 2) Sensitivity (1 W at 1 m) HF: 106 dB LF: 96 dB Maximum Output HF: 126 dB / 132 dB LF: 122 dB / 128 dB Continuous/ Peak (SPL at 1 m) Nominal Coverage H: 140° V: dependent on number of elements used

2. Loudspeaker Bracket for above Speakers.

3. Subwoofer Configuration 2 x 18" vented subwoofer Transducer 8 ohm, 18" woofer with a 4" voice coil, ceramic magnet assembly Frequency Response 31.4 Hz to 240 Hz @ ±3 dB (without processing) Nominal Impedance 4 ohms Power Capability Continuous: 1700 W Recommended Power 3000 to 4000 W Sensitivity 101.5 dB @ 1 W / 3.3' (1 m) Continuous: 134.5 dB Maximum Output Peak: 140.5 dB

4. 4 Channel, 1600 W Amplifier 4 Ch. Continuous 400 Watts 400 Watts 325 Watts 1 8 4 2 2 Ch. Continuous1 8 4 2 800 Watts 800 Watts 650 Watts 1 Ch. Continuous1 8 4 2 1600 Watts 1600 Watts 1600 Watts 1600 Watts 1 Typical Distortion 8 4 0.01 ‐ 0.03% ,0.03 ‐ 0.06% Maximum Distortion  ‐ 84 1.0% Frequency response (8) 20 Hz ‐ 15 kHz +/‐ 0.2 dB 20 Hz ‐ 20 kHz +0.2 dB / ‐0.7 dB Noise Unweighted Output ‐101 dB ‐109 dB Unmuted Weighted Output

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 84 of 121

Muted Gain (1.2V setting) 34.0 dB Damping factor >150 Input impedance >10k, balanced or unbalanced

5. Stage Monitor

Configuration Multipurpose 2‐way Transducers Low‐frequency 12" cone transducer 1.75" diaphragm compression driver High‐frequency Frequency Response (‐6 dB) 52 Hz – 18 kHz Nominal Coverage (‐6 dB) 75° conical Maximum SPL (1 meter) 131 dB peak Amplifiers Power Output 1000 W Class D Input Impedance (Ω) XLR /¼": 40k balanced / 20k unbalanced • XLR /¼" MIC mode: 2260 balanced • RCA: 10k. Controls Power • Gain A • Gain B • Mic/Line • LF Mode (Ext Sub/Norm/DEEP™) • HF Mode (Flat/Vocal Boost) Front LED (On/Off/Limit)

6. Digital Mixer

32 inputs (24 mic/line, 6 line in, 1 stereo USB playback) , 4‐band full parametric EQ, variable high‐ pass and low‐pass filters on all input channels. Gate, compressor and delay on all input channels.

6 professional quality stereo DSP processors plus a pitch corrector. 1/3 octave graphic equalization and 6‐band PEQ plus limiters, delay and notch filters on main and aux. outputs.

8 sub‐groups with 4‐band full parametric EQ, variable high‐pass and low‐pass filters, compressor. May be linked for stereo

10” (diagonal) color, capacitive touch screen graphical user interface combined with hardware controls for fast and intuitive operation.

Built‐in Real Time Analyzer (RTA).

Wizards, info and preset libraries assist the user with channel setup, proper gain adjustment, effects selection, room tuning and feedback suppression

Monitor mixes: 14 mono mixes may be paired for stereo. Two pairs of the auxes can drive wired In Ear Monitors (IEM) directly

8 DCA groups, 8 mute groups, 8 subgroups

Records and plays back multi‐track wave files (32 tracks) using external hard‐drive. Capable of recording all input channels plus a user selected stereo output pair

Patch matrix allows reassignment and “muting” of inputs to mixer channels • Interfaces with most DAW software running on Apple Mac computers. Remote control via mobile devices. Wi‐Fi interface included.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 85 of 121

7. 6.5" Two‐Way Surface Mount Loudspeaker

High Frequency Transducer 1.0”(2.5cm) silk dome tweeter/1.0” voice coil horn loded Frequency Range 60 Hz to 20 kHz Power: 150 W Rated Noise Power Voltage: 35 Vrms Sensitivity Broadband: 89 dB SPL Coverage Angle At ‐6 dB: 105° (500 Hz to 5 kHz) Directivity Index 7 dB Maximum SPL Continuous: 110 dB ,Peak: 116 dB Rated Impedance 8 Ω 70 V: 60, 30, 15, 7.5 W and 8 Ω bypass ,100 V: 60, 30, 15 W and 8 Transformer Taps Ω bypass

8. Power Amplifier Stereo Mode (both channels driven) 8Ω / 20 Hz – 20 kHz / 185 W @8ohm 0.1% THD. 4Ω / 20 Hz – 20 280 W@4ohm kHz / 0.1% THD. 2Ω / 1 kHz / 430 W@2ohm 1% THD XF Output Power, Stereo Mode, 70V or 100V / 50 Hz – 300 W 16 kHz / 0.5% THD. 200 W 25V / 50 Hz – 16 kHz / 0.5% THD. Bridge‐Mono Mode 8Ω / 1 kHz / 0.1% THD. 4Ω / 1 600 W kHz / 1% THD. XF Output 830 W Power, Bridge Mono Mode 600 W 140V or 200V / 50Hz – 16 kHz / 0.5% THD Signal to Noise (20 Hz – 20 100 dB kHz) Distortion (SMPTE‐IM) < 0.01% Input Sensitivity at 8Ω 1.15V (+3.4 dBU) Gain at 8Ω 33.4x (30.5 dB) Output Circuitry Class AB Frequency Response (10 dB ISA280, ISA450, ISA750 and ISA1350: 20 Hz – 20 kHz, +0/‐1 dB | ‐ below rated ouput power) 3 dB points, 5 Hz and 50 kHz ISA300Ti, ISA500Ti, ISA800Ti Direct outputs: ‐3 dB at 50 Hz, ‐0.5 dB at 20 kHz XF outputs: 50 Hz – 16 kHz, +0/‐3 dB Damping Factor (direct > 200 at 8Ω / ISA1350: > 250 outputs) Input Impedance 10k ohms unbalanced, 20k ohms balanced

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 86 of 121

9. 2‐Way Monitor speaker system

Configuration Trapezoidal 2‐way Transducers Low‐frequency 8" cone transducer 1.75" diaphragm compression driver High‐frequency Frequency Response (‐6 dB) 66 Hz – 18 kHz Nominal Coverage (‐6 dB) 105° conical Maximum SPL (1 meter) 127 dB peak Amplifiers Power Output 1000 W Class D Input Impedance (Ω) XLR /¼": 40k balanced / 20k unbalanced • XLR /¼" MIC mode: 2260 balanced • RCA: 10k. Controls Power • Gain A • Gain B • Mic/Line • LF Mode (Ext Sub/Norm/DEEP™) • HF Mode (Flat/Vocal Boost) Front LED (On/Off/Limit)

10. Powder coated steel yoke for mounting

11. Digital Signal Processor

Input and Output Up to 24 configurable analog audio I/O @ +21 dBu Sensitivity & +21 dBu input @ +21 dBu Sensitivity & +10 dBu input @ +10 dBu Sensitivity & +8 dBu input @ ‐10 dBu Input THD+N @ 1KHz Sensitivity & ‐10.5 dBu input @ ‐39 dBu Sensitivity & ‐39.5 dBu input < 0.1% < 0.0015% < 0.0007% < 0.0006% < 0.007% @ +21 dBu Sensitivity @ +10 dBu Sensitivity @ ‐10 dBu Sensitivity Input Dynamic Range @ ‐39 dBu Sensitivity > 109.5dB > 106.4dB > 104.6dB > 104.6dB Input Common Mode Noise @ +21 dBu Sensitivity @ +10 dBu Sensitivity @ ‐10 dBu Sensitivity Rejection @ ‐39 dBu Sensitivity 50.7 56.5 73.2 63.2 Input Impedance (balanced) 5K Ohms Nomina Input Sensitivity Range (1dB ‐39 dBu min to +21 dBu max Steps) Sampling Rate 48kHz A/D – D/A Converters 24‐bit Output Frequency Response +0.2/‐0.5 dB 20Hz to 20kHz @ all settings Output THD 0.003%, +10 dBu Max output level Output Crosstalk @1kHz >100dB Typical, 90dB max Output Dynamic Range >108dB

12. Wireless Handheld Microphone System

General Spec Operating Frequencies: UHF bands CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 87 of 121

D : 656.125 ‐ 678.500 MHz I : 487.125 ‐ 506.500 MHz Number of Channels: 10 Frequency Stability: +/‐ 0.005%, Phase lock loop Frequency Control Modulation Mode: FM Maximum Deviation: +/‐ 40 kHz Dynamic Range: > 110 dB (A‐weighted), Typical THD: < 1% (at 1 kHz, ±20 kHz deviation) Operating Range: 100 m (300'), typical Open range environment with no interfering signals. Temperature Range: 41 deg. F to 113 deg F (Operating) Frequency Response: 100 Hz to 15 kHz (+1 dB, ‐3 dB)

Receiver Receiving System: True Diversity Image Rejection: 60 dB Nominal 55 dB Minimum RF Sensitivity: 20 dBuV at 60 dB S/N ratio (50 ohms termination) Antenna Input: BNC‐type, 50 ohms Bias voltage 12V DC, 60 mA, each Max Output: XLR, balanced: +9 dBV ¼" (6.3 mm), unbalanced: +4 dBV Output Attenuator: Balanced: Two position switch: 0 / ‐12 dB

Transmitter RF Output: High: 30 mW, Low: 10 mW (switchable), at 50 ohms Spurious Emissions: Under Federal Regulations and National Microphone Element: Dynamic Cardioid

13. Wireless lapel microphone System

General Spec Operating Frequencies UHF band 856.100 – 864.900 MHz (F Band) 606.500 – 629.900 MHz (U Band – ch.38) 721.500 – 746.375 MHz (G Band) 656.125 – 678.500 MHz (D Band) 487.125 – 506.500 MHz (I Band) Number Of Channels 10 total Frequency Stability ±0.005%, Phase Lock Loop frequency control Modulation Mode FM Operating Range 100 m (300') typical Frequency Response 100 Hz to 15,000 Hz

Receiver Receiving System True diversity Image Rejection 55 dB nominal, 50 dB minimum Signal‐To‐Noise Ratio >100 dB at 40kHz deviation (A‐weighted), maximum modulation 40 kHz Total Harmonic Distortion < 1% (at 1 kHz, ±20 kHz deviation) Sensitivity 20dBuV (S/N 60dB at 5 kHz deviation, IEC‐weighted) Audio Output Unbalanced: 25mV (100k ohms load), 1/4" phone jack Balanced: 50mV (Attenuator; 0dB) 12.5mV (Attenuator; ‐12dB) at 1 kHz ± 5kHz deviation, 100k ohm load, XLRM‐type CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 88 of 121

Antenna Input BNC‐type 50 Ohms – Bias voltage 12V DC, 60mA each

Microphone Transducer Condenser Polar Pattern Cardioid

14. UHF Antenna Distribution System

Bandwidth 440‐900 MHz Gain 0 dB typical (within specified bandwidth) Impedance 50 ohms typical (within specified bandwidth) Antenna Power +12V DC, center positive, 100 mA maximum per antenna input (2 total) Termination Type BNC Female (10 total) Power Supply Desktop switching power supply rated at 3A @ 12V DC or 36 Watts. Input Voltage 100‐240V AC via detachable IEC 320/ C14 cable. Output is provided on an overmolded 3‐pin Molex‐style termination 210.0 mm (8.27") W x 45.5 mm (1.79")

15. Wide Band Directional Antennae Pair

Antenna type Log Periodic Dipole Array (LPDA) Operating bandwidth 440‐900 MHz Gain 6 dB typical Impedance 50 ohms typical VSWR ≤ 1.7:1 Polar Pattern Elliptical, 90° acceptance, typical Polarization Vertical (when mounted vertically No of Element 9 Termination Type Fixed right‐angle BNC female. Connector is positioned to minimize cable strain

16. RF Antenna Cable with BNC‐ BNC connectors.

17. Monitoring Headphones

Type Closed‐back dynamic Driver Diameter 45 mm

Magnet Neodymium

Voice Coil CCAW (Copper‐clad aluminum wire)

Frequency Response 15 ‐ 28,000 Hz

Maximum Input Power 1,600 mW at 1 kHz

Sensitivity 99 dB

Impedance 38 ohms

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 89 of 121

18. Dynamic Microphone.

Element: Dynamic Dynamic

Polar Pattern: Hypercardioid Frequency Response: 40 to 16,000 Hz Open Circuit Sensitivity ‐55 dB (1.7 mV) re 1V at 1 Pa

Impedance: 300 ohms

Switch: Lockable MagnaLock™ on/off switch

19. Instrument microphone

Element dynamic

Polar pattern hypercardioid

Frequency response 80‐17,000 hz Open circuit sensitivity –56 db (1.5 mv) re 1v at 1 pa

Impedance 300 ohms

20. Gooseneck Microphone Element: Fixed‐charge back plate, permanently polarized condenser Polar Pattern: Cardioid Frequency Response: 70‐16,000 Hz Open Circuit Sensitivity: ‐37 dB (14.1 mV) re 1V at 1 Pa Impedance: 100 ohms Maximum Input Sound Level: 134 dB SPL, 1 kHz at 1% T.H.D.. Dynamic Range (Typical): 106 dB, 1 kHz at Max SPL Signal‐to‐noise 66 dB, 1 kHz at 1 Pa

21. Hanging Microphone

Polar pattern cardioid

Frequency response 30‐20,000 hz

Low frequency roll‐off 80 hz, 18 db/octave

phantom: –42 db (7.9 mv) re 1v at 1 pa Open circuit sensitivity battery: –43 db (7.0 mv) re 1v at 1 pa

Impedance phantom: 200 ohms ,battery: 270 ohms

phantom: 133 db, 1 khz at 1% t.h.d. Maximum input sound level battery: 123 db spl, 1 khz at 1% t.h.d.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 90 of 121

phantom: 109 db, 1 khz at max spl Dynamic range (typical) battery: 99 db, 1 khz at max spl

Signal‐to‐noise ratio 70 db, 1 khz at 1 pa

22. Headphone

Frequency response 20hz ‐28khz Impedance 75ohm Sensitivity 92dB/mW.

23. Digital Multimedia Lectern LCD Resolution 1920 x 1080 (Full HD) View Area 477(H) x 268(V)mm ‐ 22inch Luminance, White 300cd/m Contrast Ratio 1000 : 1 (typ.) Viewing Angle 160° (H/V) Lamp Life Time 20,000 Hrs (min) Tablet Technology Electromagnetic Resonance Detectable Height 3~10mm Position Report Rate 138pps Pressure Resolution 1024 Level Physical Sliding Cover Opening/Closing the cover easily Soft Wheels Moving podium with convenience VGA Inputs VGA X2 VGA Outputs VGA X2 Signal Type VGA, SVGA, XGA, QXGA Max. Resolution 2048 x 1536 Pixel Frequency 440MHz Video Composite Inputs Video X2 Composite Output Video X1 Ban dwidth 100MHz Return loss ‐30dB : 5MHz Control Screen / ELE Control Ports X 2 USB Selector 2 Input, 1 Output LAN Selector 2 Input, 1 Output Serial RS‐232 Ports X 1 Wireless MC 217.25Mhz ~ 225Mhz Sound Gooseneck MC ‐46dB Wireless MC 217.25Mhz ~ 225Mhz MIC : 1 Port, Wireless MIC : 1 port, Laptop : 1 port, Computer : 1 Input & Output port, Output : 1port

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 91 of 121

24. Stage Box complete with XLR Connector single.

25. Stage Box complete with Speakon Connector single

26. 3 Chip DLP Projector

Tehnology 3DLP

Resolution 1920 x 1200 WUXGA Contrast Up to 10,000:1 11,550 center lumens Brightness 10,500 ANSI lumens 10,625 ISO lumens Lamp 1,500 hours, up to 2,000 in eco mode Analog BNC ,Dual‐link DVI ,Dual SD/HD‐SDI ,Video decoder Input ,Twin HDMI , x 1 (BNC) ,S‐Video x 1 (mini DIN)

27. Appropriate Lens to project an image size of 180" (h) x 288" (W) from a throw distance of 30.4 mtr to 50.9mtr. 28. Low Noise Motorized Professional Projection Screen with matt white fabric of size 180" (h) x 288" (W) with ‐ black drop with IR remote. 29. MS Mount for mounting the projector as required as site.

30. Wireless Presentation System Application Features Capable of connecting multiple sites and multiple presentations, And enables effortless meeting collaboration, An interactive whiteboard allows any participant to add to or edit a drawing. Output Two multi‐touch HID panel displays , 2 Dual‐Link‐DVI‐D: Up to 2560 x 1600 pixels per outputs , 2 analog 3.5mm stereo audio. Input 2 DVI‐D: Support for up to 2560 x 1600 pixels per input , 5 wireless inputs from 640 x 480 to 2560 x 1600 depending on protocol , 2 analog 3.5mm stereo audio , Support for HDCP Network Gigabit Ethernet: 100/1000 Mbps Ethernet, RJ‐45 connector , Support for IGMPv2, IPv4, IPv6, RTSP, SRTP, HTTP, TCP/IP

31. Digital Media HD Recorder Digital Media HD Recorder inputs VGA / DVI Up to 1366 x 768 ,2 Output Line Level L/R RCA (unbalanced) , DVI ,VGA (RGBHV). Incoading MPEG ‐ 4, Recording ‐ Capture From Camera and VGA input . Live Streming ‐ MPEG 4.RS‐232 Control. Access through web browsers.

32. PTZ Camera Sensor 1/2.8” 2 MP CMOS Video Output 1080p 60 / 59.94 / 50 / 30 / 29.97 fps, 1080i 50 / 60 fps, 720p 60 / 59.94 / 50 fps, 720p 30 / 25 fps, NTSC / PAL Optical Zoom 15x Panning Angle ‐170° ~ +170° Tilting Angle ‐30° ~ +90° Preset Positions 128 Video Output(HD) Interface Component, DVI, 3G‐SDI

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 92 of 121

Video Output(SD) Interface CVBS (C‐Video) Camera Control RS‐232 / RS‐422 Interface/Protocol Video S/N Ratio > 50dB Shutter Speed 1/1 ~ 1/10,000 sec Focal Length f = 4.7 ~ 70.5 mm Horizontal Viewing Angle 63° Aperture F1.6 ~ 3.5 Minimum Illumination 5 lux Minimum Object Distance 100(Wide) ~ 1000(Tele) mm Digital Zoom 12x Gain Control Auto, manual White Balance Auto, indoor, outdoor, one‐push, manual Exposure Control Auto, manual Focus System Auto, manual Image Flip Yes

33. DVD Recorder Recording format dvd‐ram: dvd video recording format , dvd‐r, dvd‐r dl,dvd‐rw: dvd‐video format, built‐in hard disk capacity [gb]: 320 Video recording system: mpeg2 (hybrid vbr) , output(y,pb,pr): yes Audio recording system: dolby digital 2ch, linear pcm (xp mode). Video / audio dv input: yes , hdmi output:576i, 576p, 720p, 1080i, 1080p: yes, viera link: yes (hdavi control 4). Television system channel coverage.: [pal‐dk, secam‐dkk1] oirt vhf:r1‐r12 uhf:21‐ 69, catv:44mhz‐470mhz [pal‐bgh, secam‐bg] ccir vhf:e2‐ e12,uhf:e21‐e69 catv:s01‐s05, m1‐m10, u1‐u10, s21‐s41 [pal‐ i]hong kong uhf:21‐69 [pal‐d]china vhf:1‐12 uhf:13‐57, catv:z1‐ z35 Usb terminal standard: usb2.0 high speed SD card slot sd memory card slot: yes

34. Media Hub Input HDMI , VGA & Audio Input Output HDMI Output

35. Active Wall Plate Transmitter Video Switcher: 2x1 auto‐switching, auto‐detecting multi‐format digital/analog inputs; Crestron QuickSwitch HD technology Input Signal Types: HDMI(DVI & Dual‐Mode DisplayPort compatible [3]), RGB/VGA (RGBHV, RGBS, RGsB); component (YPbPr); S‐Video (Y/C); composite (NTSC, PAL) [4] Output Signal Types: DM 8G+ & HDBaseT , Resolutions, Component [4]: 480i, 576i, 480p, 576p, 720p50, 720p60, 1080p24, 1080i25 (1125 lines), 1080i30, 1080p30, 1080p50 (1125 lines), 1080p60 Resolutions, Composite & S‐Video [4]: 480i, 576i Analog‐To‐Digital Conversion: 10‐bit 165 MHz per each of 3 channels Audio Switcher: 2x1 with auto‐detecting digital/analog inputs and analog audio breakaway Input Signal Types: HDMI (Dual‐Mode DisplayPort compatible [3]), analog stereo Output Signal Types: DM 8G+ & HDBaseT Digital Formats: Dolby Digital, Dolby Digital

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 93 of 121

EX, DTS®, DTS‐ES, DTS 96/24, LPCM up to 8 channels Analog Formats: Stereo 2‐channel Analog‐To‐Digital Conversion: 24‐bit 48 kHz Analog Performance: Frequency Response: 20 Hz to 20 kHz ±0.75 dB; S/N Ratio: >90 dB, 20 Hz to 20 kHz A‐weighted; THD+N: 90 dB Communications USB: Supports signal extension of USB HID class devices DigitalMedia: DM 8G+, HDCP, EDID, CEC, PoDM, Ethernet HDBaseT: HDCP, EDID, PoH, Ethernet HDMI: HDCP, EDID, CEC Connector Front AUDIO IN: (1) 3.5 mm TRS mini phone jack; USB HID: (1) USB Type A female , HDMI IN: (1) 19‐pin Type A HDMI female , PC IN: (1) HD15 female Connector Rear DM OUT: (1) 8‐pin RJ45 female

36. Receiver Video Scaler: HD video scaler, motion‐adaptive deinterlacer, interlacer, intelligent frame rate conversion, Deep Color support, 3D to 2D conversion[3], contentadaptive noise reduction, widescreen format selection. Input Signal Types: DM 8G+ (DigitalMedia over one CAT type twisted pair copper wire), HDBaseT [1] Output Signal Types: HDMI®, DVI[2] Formats: DM 8G+, HDBaseT, & HDMI w/Deep Color & 3D[3], DVI, HDCP content protection support Audio Input Signal Types: DM 8G+, HDBaseT Output Signal Types: HDMI, analog stereo (speaker and line level)[5] Formats, HDMI: Dolby Digital, Dolby Digital EX, Dolby Digital Plus, Dolby TrueHD, DTS, DTS‐ES, DTS 96/24, DTS‐HD High Res, DTS‐HD Master Audio, up to 8ch PCM Formats, Analog: Stereo 2‐ Channel[5] Digital‐To‐Analog Conversion: 24‐bit 48 kHz. Performance (analog): Amplifier Output Power: 15 Watts per channel at 8 Ohms; Frequency Response: 20Hz to 20kHz ±0.5dB (line), 20Hz to 16kHz ±3dB (speaker); S/N Ratio: >95dB (line), >75dB (speaker) 20Hz to 20kHz A‐weighted; THD+N: 90dB (line), >60dB (speaker) Volume Gain Range (analog): ‐80dB to 0dB Communications Ethernet: 10/100 Mbps, auto‐switching, auto‐negotiating, auto‐ discovery, full/half duplex, DHCP USB: Supports signal extension of USB HID class devices, expandable to support virtually any USB 1.1 or 2.0 device using Crestron USB‐EXT‐DM USB over Ethernet Extenders[6] RS‐232: 2‐way device control and monitoring up to 115.2k baud with hardware and software handshaking IR/Serial: 1‐way device control via infrared up to 1.1 MHz or serial TTL/RS‐232 (0‐5 Volts) up to 19.2k baud DigitalMedia: DM 8G+, HDCP, EDID, CEC, Ethernet HDBaseT: HDCP, EDID, Ethernet HDMI: HDCP, EDID, CEC Connector bottom DIG IN: (1) 2‐pin 3.5mm detachable terminal block, HDMI OUT: (1) 19‐pin Type A HDMI female, HDMI digital video/audio output; USB HID: (1) USB Type A female; COM: (1) 5‐pin 3.5mm detachable terminal block, IR 1 – 2: (1) 4‐pin 3.5mm detachable terminal block comprising (2) IR/ Serial ports Connector Top AUDIO OUT R, L (Speaker): (2) 2‐pin 5mm detachable terminal blocks , AUDIO OUT R, L (Line): (2) RCA female; LAN: (1) 8‐wire RJ45 female, shielded 10Base‐T/100Base‐TX Ethernet port Connector Rear AUDIO OUT L, R (Speaker): (2) 2‐pin 5mm detachable terminal blocks; RELAY 1 – 2: (1) 4‐pin 3.5mm detachable terminal block CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 94 of 121

comprising (2) normally open, isolated relays; DIG IN: (1) 2‐pin 3.5mm detachable terminal block; DM IN: (1) 8‐pin RJ45 female, shielded;

37. 8 x 8 HDMI Matrix Switcher

Video Switcher: 8x8 digital matrix, modular input/output cards, Crestron QuickSwitch HD® Input Signal Types: Configurable via modular plug‐in cards supporting HDMI®, DisplayPort Multimode[11], DVI, HDBaseT®, 3G‐SDI, RGB/VGA, component, S‐Video, composite (NTSC & PAL), DM® CAT, DM Fiber, DM 8G+, DM 8G Fiber, DM 8G SM Fiber, & H.264 streaming Output Signal Types: Configurable via modular plug‐in cards supporting DM CAT, DM Fiber, DM 8G+, DM 8G Fiber, DM 8G SM Fiber, HDBaseT, HDMI, DVI[14], & H.264 streaming (All input cards also include HDMI passthrough outputs) Backplane Data Rate: 12.5 Gbps Audio Switcher: 8x8 digital multichannel audio‐follow‐video matrix switching, plus independent 8x8 stereo matrix for audio breakaway Input Signal Types: Configurable via modular plug‐ in cards supporting HDMI, DisplayPort Multimode[11], HDBaseT, 3G‐SDI, analog (stereo 2‐channel), SPDIF, DM CAT, DM Fiber, DM 8G+, DM 8G Fiber, DM 8G SM Fiber, & H.264 streaming Output Signal Types: Configurable via modular plug‐ in cards supporting DM CAT, DM Fiber, DM 8G+, DM 8G Fiber, DM 8G SM Fiber, HDBaseT, HDMI, analog (stereo 2‐channel), & H.264 streaming; Communications Ethernet: 10/100/1000 Mbps, auto‐switching, auto‐negotiating, autodiscovery, full/half duplex, DHCP, Private Network Mode USB: USB signal routing via select input cards, transmitters, receivers, and extenders[15]; USB computer console port for setup DigitalMedia: DM 8G+, DM 8G Fiber, DM 8G SM Fiber, DM Fiber, DM CAT, DMNet®, HDCP 2.2[3], EDID, CEC, PoDM, PoDM+, Ethernet HDBaseT: HDCP 2.2[3], EDID, CEC, PoH, Ethernet HDMI: HDCP 2.2[3], EDID, CEC Card slots 1 – 8: (8) DM switcher input card slots; Each slot accepts (1) DMC‐series input card DM OUTPUTS: (4) DM switcher output card slots; Each slot accepts (1) DMC‐series output card Connector LAN: (1) 8‐wire RJ45 female; 24ABG / EIG 1 – 4 (SLOT 1 – 2): (8) sets of (1) 4‐pin and (1) 3‐pin 3.5mm detachable terminal blocks; COMPUTER (front): (1) USB Type B female;

38. HDMI over twisted pair Transmitter

Video Switcher: 2x1 auto‐switching, auto‐detecting multi‐format digital/analog inputs; Crestron QuickSwitch HD™ technology Input Signal Types: HDMI® (DVI & Dual‐Mode DisplayPort compatible [2]), RGB/VGA (RGBHV, RGBS, RGsB); component (YPbPr); S‐Video (Y/C); composite (NTSC, PAL) [3] Output Signal Types: DM 8G+® & HDBaseT®, HDMI (DVI compatible [2]), Resolutions, Composite & S‐Video [3]: 480i, 576i Analog‐ To‐Digital Conversion: 10‐bit 165 MHz per each of 3 channels Audio Switcher: 2x1 with auto‐detecting digital/analog inputs and analog audio breakaway Input Signal Types: HDMI (Dual‐Mode DisplayPort compatible [2]), analog stereo Output Signal Types: CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 95 of 121

DM 8G+ & HDBaseT, HDMI Digital Formats: Dolby Digital®, Dolby Digital EX, DTS, DTS‐ES, DTS 96/24, LPCM up to 8 channels Analog Formats: Stereo 2‐channel Analog‐To‐Digital Conversion: 24‐bit 48 kHz Analog Performance: Frequency Response: 20 Hz to 20 kHz ±0.75 dB; S/N Ratio: >90 dB, 20 Hz to 20 kHz A‐weighted; THD+N: 90 dB Communications Ethernet: 10/100 Mbps, auto‐switching, auto‐negotiating, auto‐ discovery, full/half duplex, DHCP USB: Supports signal extension of USB HID class devices, DigitalMedia: DM 8G+, HDCP, EDID, CEC, PoDM, Ethernet HDBaseT: HDCP, EDID, PoH, Ethernet HDMI: HDCP, EDID, CEC Connector bottom LAN: (1) 8‐pin RJ45 female, shielded; DM OUT: (1) 8‐pin RJ45 female, shielded; HDMI OUT: (1) 19‐pin Type A HDMI female; USB HID: (1) USB Type B female; HDMI IN: (1) 19‐pin Type A HDMI female; RGB IN: (1) HD15 female, analog VGA/RGB/video input; AUDIO IN: (1) 3.5 mm TRS mini phone jack;

39. HDMI over twisted pair receiver

Video Scaler: HD video scaler, motion‐adaptive deinterlacer, interlacer, intelligent frame rate conversion, Deep Color support, 3D to 2D conversion[3], contentadaptive noise reduction, widescreen format selection. Input Signal Types: DM 8G+ (DigitalMedia over one CAT type twisted pair copper wire), HDBaseT [1] Output Signal Types: HDMI®, DVI[2] Formats: DM 8G+, HDBaseT, & HDMI w/Deep Color & 3D[3], DVI, HDCP content protection support Audio Input Signal Types: DM 8G+, HDBaseT Output Signal Types: HDMI, analog stereo (speaker and line level)[5] Formats, HDMI: Dolby Digital, Dolby Digital EX, Dolby Digital Plus, Dolby TrueHD, DTS, DTS‐ES, DTS 96/24, DTS‐HD High Res, DTS‐HD Master Audio, up to 8ch PCM Formats, Analog: Stereo 2‐ Channel[5] Digital‐To‐Analog Conversion: 24‐bit 48 kHz. Performance (analog): Amplifier Output Power: 15 Watts per channel at 8 Ohms; Frequency Response: 20Hz to 20kHz ±0.5dB (line), 20Hz to 16kHz ±3dB (speaker); S/N Ratio: >95dB (line), >75dB (speaker) 20Hz to 20kHz A‐weighted; THD+N: 90dB (line), >60dB (speaker) Volume Gain Range (analog): ‐80dB to 0dB Communications Ethernet: 10/100 Mbps, auto‐switching, auto‐negotiating, auto‐ discovery, full/half duplex, DHCP USB: Supports signal extension of USB HID class devices, expandable to support virtually any USB 1.1 or 2.0 device using Crestron USB‐EXT‐DM USB over Ethernet Extenders[6] RS‐232: 2‐way device control and monitoring up to 115.2k baud with hardware and software handshaking IR/Serial: 1‐way device control via infrared up to 1.1 MHz or serial TTL/RS‐232 (0‐5 Volts) up to 19.2k baud DigitalMedia: DM 8G+, HDCP, EDID, CEC, Ethernet HDBaseT: HDCP, EDID, Ethernet HDMI: HDCP, EDID, CEC Connector bottom DIG IN: (1) 2‐pin 3.5mm detachable terminal block, HDMI OUT: (1) 19‐pin Type A HDMI female, HDMI digital video/audio output; USB HID: (1) USB Type A female; COM: (1) 5‐pin 3.5mm detachable terminal block, IR 1 – 2: (1) 4‐pin 3.5mm detachable terminal block comprising (2) IR/ Serial ports

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 96 of 121

40. HDMI Audio De‐Embedder

Video Input Signal Types: HDMI, DVI[1], DisplayPort Multimode[1] Output Signal Types: HDMI, DVI[1] Formats: HDMI w/Deep Color & 3D, DVI, HDCP content protection support, Output Resolutions: Matched to inputs Audio Switcher: 3x1 digital switch Input Signal Types: HDMI, DisplayPort Multimode[1], SPDIF coaxial, SPDIF optical (TOSLINK) Output Signal Types: HDMI, SPDIF coaxial, analog 2‐ channel Formats, HDMI & SPDIF: Dolby Digital, Dolby Digital EX, DTS®, DTS‐ES, DTS 96/24, 2ch PCM Formats, HDMI only: Dolby Digital Plus, Dolby TrueHD, DTS‐HD High Res, DTS‐HD Master Audio™, Up to 8ch PCM Formats, Analog: Stereo 2‐ channel Digital‐To‐Analog Conversion: 24‐bit 48 kHz Performance (analog): Frequency Response: 20Hz to 20kHz ±1dB S/N Ratio: >70dB, 20Hz to 20kHz A‐weighted THD+N: 60dB Communications USB: For console, USB 2.0 client HDMI: Passes CEC (between HDMI IN & HDMI OUT 1 only), provides EDID and HDCP key management Connectors ‐ top AUDIO IN, OPTICAL: (1) JIS F05 female (TOSLINK) optical fiber connector; ,AUDIO IN, SPDIF: (1) RCA female; AUDIO OUT, SPDIF: (1) RCA female; AUDIO OUT, R – L: (2) RCA female; Connector bottom HDMI IN: (1) 19‐pin Type A HDMI female; HDMI OUT 1 – 2: (2) 19‐pin Type A HDMI female; COMPUTER: (1) USB Type B female, USB 2.0 computer console port

41. Control system processor

Memory SDRAM‐512MB,Flash 4GB,Memory Card 32GB ,External Storage‐1TB Communication RS‐232/422/485,IR/Serial,USB,Ethernet Connectors & Card Slots RELAY OUTPUT 1 – 8,I/O 1 – 8,IR ‐ SERIAL OUTPUT 1 – 8,COM 2 – 3

42. Wi‐Fi Access point for communication between processor & touch panel.(Model: D‐ Link).

43. I‐PAD with integrated Software for Av.

44. 8channel High Voltage Relay.

45. IR Probes.

46. Control port expansion solution . Communication RS‐232/422/485 COM

47. Network Switch

Network Input Port 8 Switching Fabric 1.6 Gbps Protocol CSMA/CD Data Transfer Rates Ethernet: 10 Mbps (half duplex) ,20 Mbps (full duplex) ,Fast

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 97 of 121

Ethernet: 100 Mbps (half duplex) 200 Mbps (full duplex) Media Interface Exchange Auto MDI/MDIX adjustment for all ports

48. 2.5 Sqmm x 2 core (80/0.20mm) ATC copper Conductor, NCFR‐ LHC‐ LSZH Insulated Cores, Vasiform Sheathed Telecom Speaker Cables. 49. 4.0 Sqmm x 2 core (128/0.20mm) ATC copper Conductor, NCFR‐ LHC‐ LSZH Insulated Cores, Vasiform Sheathed Telecom Speaker Cables. 50. 18 AWG ‐24/0.20mm x 2 core ATC Copper Conductor, PVC Insulated, 90 % ATC Copper Braid Shielded, PVC Sheathed Microphone Cable 51. CAT ‐ 6 STP 4 pair Cable ‐ 0.58mm Bare copper , HDPE insulated, ATC Copper Braid Sheilded, PVC Sheathed overall. 52. VGA Cable ‐ 3 coaxial (7/.16mm) ATC Copper Sheilded + 7 Single( 7/0.16mm) cores PVC Sheathed Overall. 53. Coaxial Cable for microphone anteena. 54. Patch Cables as required 55. Complete Connectors as required. 56. 4 Core Power cable 57. Equipment rack 42U with front glass door, power distribution box, internal fans and lights, wheels etc complete with standard accessories complete as required.

58. UPS (15 KW) with 30 Mint. Backup System

IGBT Rectifier High Power Density Output PF 0.9 Active Power Factor Correction High Input PF > 0.99 Input THDi < 5% Utility frequency independent Pure Sine Wave output Wide Input Voltage range Full time EMI/RFI suppression High Efficiency > 93% Cold start capability Full function LCD Display to monitor electrical parameters Smart battery management Generator Compatibility Galvanic Isolation option Compact Design, Small footprint User Friendly features SNMP Interface – Web enabled monitoring Custom built – Long backup Models Parallel Redundant configuration Compliance to International standards Input CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 98 of 121

Phase Single Phase with Ground Voltage range 110VAC‐300VAC (Based On load%) Frequency 50/60Hz Power factor >0.99 THDI <5% with Full Load Output Voltage 200VAC/208VAC/220VAC/230VAC/240VAC Voltage Regulation +/‐1% Frequency 50/60+/‐0.1Hz Synchronization Range 45‐55/54‐66Hz Voltage Distortion <5%(Non Linear),<2% (Linear Load) Output Waveform Pure Sine Wave Crest Factor 3:1 Efficiency Up to 90% Battery Type Sealed Lead Acid Maintenance free ,Lead Acid Tublar. Charger Bulit in solid state three stage recharge and with temp. compensation. Operating Temp. 0‐45 Degree. Display LCD Display Communicating standard RS232/USB port for software interface. STAGE FURNISHING

59. Motorized Main Curtain.

Motor: 1 HP Industrial ( Crompton/ Remi/Bharat Bijlee/ equivalent.Air Brake Contactors: 2 nos. (Siemens/ equivalent. Micro Switches for auto Stop: 2 nos.Push Button: 3 Position for forward, reverse and stop position.Steel Wire Rope : 3mm Fixing Rail, Brackets and sliding arrangement: in MS Runners, Master Runner and Pulleys: MS Cloth: Velvet/ Crushed of approved quality and colour by architect. Curtain Operation: Horizontal Sliding sideways and overlapping of 900 mm in closed position. (Size:‐ 175 sq m). Includes curtain control panel to be fixed in control room and 1.5 Sqmm , 4 Core Power Cabling from curtain to curtain control panel.

60. Motorized rear Curtain

Motor: 1 HP Industrial ( Crompton/ Remi/Bharat Bijlee/equivalent. Air Brake Contactors: 2 nos. (Siemens/ equivalent. Micro Switches for auto Stop: 2 nos. Push Button: 3 Position for forward, reverse and stop position. Steel Wire Rope : 3mm Fixing Rail, Brackets and sliding arrangement: in MS Runners, Master Runner and Pulleys: MS Cloth: Velvet/ Crushed of approved quality in matt black colour, approved by architect. Curtain Operation: Horizontal Sliding sideways and overlapping of 900 mm in closed position.(Size:‐175 sq m).Includes curtain control panel to be fixed in control room and 1.5 Sqmm , 4 Core Power Cabling from curtain to curtain control panel.

61. Cyclorama

MS. Frame structure: 35mm dia MS. Pipe Frame structure with 25 mm MS pipe Ribs between the frame pipes. Structure to be raised from stage floor ‐ 150 to 200 mm; back wall clearance as per drawings. MS Frame structure to be well supported from back wall and /or ceiling. Screen Fabric : White Matt Fabric. Screen to be made in 16:9 ratio format as per the maximum screen size possible on the stage with minimum 200mm black border on all sides for fixing of Eyelets on all CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 99 of 121

sides. Cyclorama to be stretched and tightened from all sides securely using cotton ropes.

62. Stage Wings

Black colour Glazed cotton fire retardant fabric / as approved. Pivoted tube of dia 32mm, with center pivot position. Bottom weights for fabric stretch to be installed appropriately.

63. Frill with Bars

Main front frill bar and subsequent frill bars made of 42 dia MS Pipe Duly supported from the ceiling grid. Frill be stitched in double gathering size as per drawing

64. Steel structural grid

Made out of 50mm MS Angle/Pipe in welded construction duly supported from ceiling structure/grid .

65. Light Bar

Fixed Bar of GI PIPE 50mm B class (Jindal or equivalent). Duly supported from ceiling with MS angles. Suitable no. of 15A sockets as per the Bar position to be provided at 250mm c/c by welding the socket boxes on bar. Lights with c clamps will be hung on the bars and wiring will be done in the sockets.

66. Prop Bar

Bar of GI PIPE 50mm B class (Jindal or equivalent) of suitable size, with 6mm rope wire to lift the suitable size /Props/ Sets/ Mic (Load Capicity‐400Kg Max. approx.)

STAGE LIGHTING

67. PRO LED PAR Light. PRO LED PAR 10Wx18 PRO LED PAR 10Wx18 * Diecast Body*180W* super Bright 10W 4‐in‐1 RGBW Leds*Tianxin Grade 'A' leds * 18pcs* LCD Display *8 Ch DMX ,Auto&Master Slave*20 deg * High Quality Main PCB with imported Regulator IC * Driver IC which protects the main PCB * Continuos & Steady Electric Current for LED's * True 200W Power Supply * High Quality Double Layer LED PCB with Heavy Duty Aluminium extrusion plate(For FOH)

68. Profile Spot Light. Profile Spot Light PROFILE SPOT LIGHT*360 *Quality profile spot *HPL‐575 *With Beam shapers * Bulb:HLP Lamp * Powerful than 1000 watts light * More Brightness & Power Saving * High Pressure Cast Aluminium Case* Infrared Reflectors & Double lens * Homogeneous Focala * Low temperature and light body * Size : 225x425x520mm(For FOH)

69. LED Wash Light 1000. LED WASH 1000 LED WASH 1000 * 7 Ch DMX * 8Wx24 RGB 3 in1 * Auto & DMX * More than 60 degree wash *Wash Effect* Tianxion LED's * Superb Brightness with linear adjustment * Warm Light effects * Size : 400x230x175mm(For FOH)

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 100 of 121

70. Stage Spot 1000PC. STAGE SPOT 1000PC Spot Light, High Quality PC Convex lens , Sturdy Body ,1000 Watt (CP‐70) Lamp Heavy Duty Aluminum Die cast, High Efficiency,Higher Brightness,High Quality Lenses(For FOH)

71. PRO LED PAR Light . PRO LED PAR 10Wx18 Die cast Body,180W,Super Bright 10W 4‐in‐1 RGBW Led s,Tianxin Grade 'A' led s 18pcs,LCD Display ,8 Ch DMX ,Auto & Master Slave,20 deg ,High Quality Main PCB with imported Regulator IC Driver IC which protects the main PCB ,Continuo s & Steady Electric Current for LED's,True 200W Power Supply ,High Quality Double Layer LED PCB with Heavy Duty Aluminum extrusion plate(For FOH)

72. LED Wash Light 1000. LED WASH 1000 7 Ch DMX , 8Wx24 RGB 3 in1 , Auto & DMX , More than 60 degree wash ,Wash Effect Tianxion LED's , Superb Brightness with linear adjustment , Warm Light effects , Size : 400x230x175mm(For FOH)

73. Profile Spot Light. Profile Spot Light 360 ,Quality profile spot ,HPL‐575 ,With Beam shapers , Bulb:HLP Lamp , Powerful than 1000 watts light , More Brightness & Power Saving , High Pressure Cast Aluminum Case Infrared Reflectors & Double lens , Homogeneous Focala , Low temperature and light body , Size : 225x425x520mm(For FOH)

74. Stage Spot 1000PC. STAGE SPOT 1000PC Spot Light, High Quality PC Convex lens , Sturdy Body ,1000 Watt (CP‐70) Lamp, Heavy Duty Aluminum Die cast, High Efficiency,Higher Brightness,High Quality Lenses(For FOH)

75. Pro Fog Machine PRO FOG‐2000DMX Fog Machine *3000 watts *40000 Cubic Ft per minute *With Remote *With DMX* Manual Controller Electronic thermo switch* Time and Throw Control*Heat up time:10 mins* tank Capacity :2L* Dimension: 53.5x25x14.5cm

76. LED Mystic Light

LED MYSTIC * 3 in 1 effect * 8 x 3 White LEDS * 200mW RG Laser * 100mW Green * 200mW Red * 3W RGBWA LED * 24 x 3 watts R(8) G(8) B (8)*Music Controlled Programme * Versatile Grating and Burst Effects * Long Lifespan LED's*Low Heat, Low Power

77. 2KW Dimmer Pack.

6PACK 2KW Dimmer Pack 6 Ch. ,2kW per channel ,LCD Display ,Direct Dimming,Industry Standard Dimming System 3 phase operation with Over Voltage Shut Down , DMX512 and analog 0‐10V DC inputs Digital USITT ,Digital auto frequency tracking 45Hz‐65Hz, Built in Sequence Mode and Speed Control,Dual Raytech /Pulsar input connectors for analog input, High Quality RFI/EMI suppression CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 101 of 121

78. DMX Controller .

DMX Controller 12 x 16 ch. ,Shape generator , 32 banks of 8 scenes ,fixture Library Independent Seq & Fixture Speed , Programmable Auto delay, Built in Shape Generator, LCD Display for parameters and Menu, Direct Access for scenes and sequence, Single Multi Fixtures Selection , Sync sweep & wave effects 18 faders ,Isolated DMX512 output

79. Stage Control Desk.

Stage Control Desk 72 Channel DMX Stage controller ,18 Channel Analog Output ,Group Patch Multiple Lights on a single fader Individual Flash buttons,Fully Programmable non‐volatile EEROM Memory LCD Display,10 pattern sequence, Smooth Alpha Faders, Fully Isolated DMX Output.

80. DMX Splitter.

DMX Splitter 1 In / 4 Outs l, LED showing faulty ch. .With up to isolated output,Each zone having up to 32 device.Status indication on each zone for Power supply and DMX

DIGITAL SIGNAGE

81. Flat Panel Display Size 84”.

Screen size (diagonal) 84” Native resolution 3840 x 2160 Backlight LED Aspect ratio 16:9 Brightness 350 nits (cd/m2) Contrast ratio 1600:1 (typical) ,20M:1 (dynamic with DCR) Viewing angle 178° h/v (typical) Refresh rate 60 Hz Response time 5 ms LED lifespan (50% brightness) 50,000 hrs Bit depth 10‐bit (HDMI native) Display colors 1.07 billion Signal inputs 60Hz true 3840 x 2160 resolution via quad (4) 1920 x 1080 60Hz frame‐locked HDMI sources (DVI‐compatible with HDMI to DVI adaptors) ,Three HDMI 1.4a inputs, capable of 3840 x 2160 @ 30Hz or 24Hz, also compatible and will scale standard HDMI 1.3, 1.4 signals , VGA, composite and component video sources , USB, Ethernet

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 102 of 121

Control inputs RS‐232

82. 42” Led Commercial Monitor

Screen size (inches) 42

Aspect Ratio 16:9

Resolution 1920 x 1080

Brightness (cd/m2) 300

Contrast Ratio / Dynamic CR 1,200:1/, 500,000:1 (DCR)

Response Time (ms) 8

Viewing Angle (°) 178 x 178

Colour Depth (Num of Colours) 16.7 Million

Audio Power 20W (10W x 2)

Sound mode Source Selection Standard , Music, Cinema , Sports , Game RGB, HDMI, USB Video Input RGB, HDMI

83. 1:2 HDMI Distribution Amplifier

Video Input Signal Types: HDMIw/Deep Color, 3D, & 4K (DVI & DisplayPort Multimode compatible [1]) Output Signal Types: HDMI w/Deep Color, 3D, & 4K (DVI compatible [1]) Maximum Resolutions: 4096x2160 4K DCI , 3840x2160 Ultra HD, 2560x1600 WQXGA, 1920x1080 HD1080p. Audio Input Signal Types: HDMI (DisplayPort Multimode compatible [1]) Output Signal Type: HDMI Formats: Dolby Digital, Dolby Digital EX, Dolby Digital Plus, Dolby TrueHD, DTS, DTS‐ES, DTS 96/24, DTS‐HD High Res, DTS‐HD Master Audio, LPCM up to 8 channels Communication HDMI: HDCP & EDID (does not pass CEC) EDID: Mode selectable for COPY 1ST or DEFAULT: • COPY IST copies the EDID from the device connected to OUTPUT 1 and sends it to the source connected to the INPUT[3] • DEFAULT = 720x480@60Hz, 1280x720@60Hz, 1920x1080@30Hz, 1920x1080@60Hz (preferred), and 2‐channel linear PCM audio) Connectors INPUT: (1) 19‐pin Type A HDMI female; HDMI digital video/audio input; Also supports DVI and DisplayPort Multimode[1] OUTPUT 1 – 4: (4) 19‐pin Type A HDMI female; HDMI digital video/audio outputs; Also supports DVI[1] SERVICE: (1) USB Type Mini‐B jack; For factory use only 24VDC 0.75A: (1) 2.1 x 5.5 mm DC power connector; 24 Volt DC power input

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 103 of 121

79. HDMI over twisted pair Transmitter

Video Switcher: 2x1 auto‐switching, auto‐detecting multi‐format digital/analog inputs; Crestron QuickSwitch HD™ technology Input Signal Types: HDMI® (DVI & Dual‐Mode DisplayPort compatible [2]), RGB/VGA (RGBHV, RGBS, RGsB); component (YPbPr); S‐Video (Y/C); composite (NTSC, PAL) [3] Output Signal Types: DM 8G+® & HDBaseT®, HDMI (DVI compatible [2]), Resolutions, Composite & S‐Video [3]: 480i, 576i Analog‐ To‐Digital Conversion: 10‐bit 165 MHz per each of 3 channels Audio Switcher: 2x1 with auto‐detecting digital/analog inputs and analog audio breakaway Input Signal Types: HDMI (Dual‐Mode DisplayPort compatible [2]), analog stereo Output Signal Types: DM 8G+ & HDBaseT, HDMI Digital Formats: Dolby Digital®, Dolby Digital EX, DTS, DTS‐ES, DTS 96/24, LPCM up to 8 channels Analog Formats: Stereo 2‐channel Analog‐To‐ Digital Conversion: 24‐bit 48 kHz Analog Performance: Frequency Response: 20 Hz to 20 kHz ±0.75 dB; S/N Ratio: >90 dB, 20 Hz to 20 kHz A‐weighted; THD+N: 90 dB Communications Ethernet: 10/100 Mbps, auto‐switching, auto‐negotiating, auto‐discovery, full/half duplex, DHCP USB: Supports signal extension of USB HID class devices, DigitalMedia: DM 8G+, HDCP, EDID, CEC, PoDM, Ethernet HDBaseT: HDCP, EDID, PoH, Ethernet HDMI: HDCP, EDID, CEC Connector bottom LAN: (1) 8‐pin RJ45 female, shielded; DM OUT: (1) 8‐pin RJ45 female, shielded; HDMI OUT: (1) 19‐pin Type A HDMI female; USB HID: (1) USB Type B female; HDMI IN: (1) 19‐pin Type A HDMI female; RGB IN: (1) HD15 female, analog VGA/RGB/video input; AUDIO IN: (1) 3.5 mm TRS mini phone jack;

80. HDMI over twisted pair receiver

Video Scaler: HD video scaler, motion‐adaptive deinterlacer, interlacer, intelligent frame rate conversion, Deep Color support, 3D to 2D conversion[3], contentadaptive noise reduction, widescreen format selection. Input Signal Types: DM 8G+ (DigitalMedia over one CAT type twisted pair copper wire), HDBaseT [1] Output Signal Types: HDMI®, DVI[2] Formats: DM 8G+, HDBaseT, & HDMI w/Deep Color & 3D[3], DVI, HDCP content protection support Audio Input Signal Types: DM 8G+, HDBaseT Output Signal Types: HDMI, analog stereo (speaker and line level)[5] Formats, HDMI: Dolby Digital, Dolby Digital EX, Dolby Digital Plus, Dolby TrueHD, DTS, DTS‐ES, DTS 96/24, DTS‐HD High Res, DTS‐HD Master Audio, up to 8ch PCM Formats, Analog: Stereo 2‐ Channel[5] Digital‐To‐Analog Conversion: 24‐bit 48 kHz. Performance (analog): Amplifier Output Power: 15 Watts per channel at 8 Ohms; Frequency Response: 20Hz to 20kHz ±0.5dB (line), 20Hz to 16kHz ±3dB (speaker); S/N Ratio:

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 104 of 121

>95dB (line), >75dB (speaker) 20Hz to 20kHz A‐weighted; THD+N: 90dB (line), >60dB (speaker) Volume Gain Range (analog): ‐80dB to 0dB Communications Ethernet: 10/100 Mbps, auto‐switching, auto‐negotiating, auto‐discovery, full/half duplex, DHCP USB: Supports signal extension of USB HID class devices, expandable to support virtually any USB 1.1 or 2.0 device using Crestron USB‐EXT‐DM USB over Ethernet Extenders[6] RS‐232: 2‐way device control and monitoring up to 115.2k baud with hardware and software handshaking IR/Serial: 1‐way device control via infrared up to 1.1 MHz or serial TTL/RS‐232 (0‐5 Volts) up to 19.2k baud DigitalMedia: DM 8G+, HDCP, EDID, CEC, Ethernet HDBaseT: HDCP, EDID, Ethernet HDMI: HDCP, EDID, CEC Connector bottom DIG IN: (1) 2‐pin 3.5mm detachable terminal block, HDMI OUT: (1) 19‐pin Type A HDMI female, HDMI digital video/audio output; USB HID: (1) USB Type A female; COM: (1) 5‐pin 3.5mm detachable terminal block, IR 1 – 2: (1) 4‐pin 3.5mm detachable terminal block comprising (2) IR/ Serial ports

GENERAL LIGHTING

81. Ceiling Light

Alume XXL Fixed Dark with 26W, 3000°K LED, 20° reflector, white finish. 1‐10V Dimmable power supply.

82. Wall LED Light Accent recessed Wall LED round with oval aperture luminaire with 3.3W, 3000°K and electronic control gear.

83. Digital dimmer with control pane Net (2) 4‐pin 3.5mm detachable terminal blocks, paralleled; Cresnet® slave port Override (2) 2‐pin 3.5mm detachable terminal blocks, paralleled; Sensing input for external low‐voltage contact closure; Activates override mode when a closure is present, forces each ballast into its defined “System Failure Level”; Minimum Closure Rating: 10mA (per module) at 24 Volts Lan poe (1) 8‐wire RJ45 with 2 LED indicators; 10BaseT/100BaseTX Ethernet port; 802.3af Power over Ethernet compliant; Green LED indicates link status; Yellow LED indicates Ethernet activity Dali 1, 2 (2) 2‐pin 5mm terminal blocks; Each set of (+) and (‐) is paralleled with the adjacent like ports on the same channel; Each channel controls a single DALI loop (up to 64 ballasts); 3kVAC isolation between Cresnet/Ethernet ports; Wire Gauge: 28 AWG to 12 AWG computer (1) USB Type B female, USB 1.1 computer console port

84. UPS (3 KW) with 30 Mint. Backup System

Advanced DSP Controlled UPS System

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 105 of 121

SPWM Technology with IGBT’s Wide input voltage range Input THDi <5% True galvanic isolation design(Optional) High efficiency Compact design to suit the interiors Modular design for easy maintenance High MTBF and minimum MTTR SNMP interface – web enabled monitoring Full function LCD display to monitor electrical parameters Compliance to International standards Advanced DSP Controlled UPS System SPWM Technology with IGBT’s Input Phase Single Phase with Ground Voltage range 110VAC‐300VAC (Based On load%) Frequency 50/60Hz Power factor >0.99 THDI <5% with Full Load Output Voltage 200VAC/208VAC/220VAC/230VAC/240VAC Voltage Regulation +/‐1% Frequency 50/60+/‐0.1Hz Synchronization Range 45‐55/54‐66Hz Voltage Distortion <5%(Non Linear),<2% (Linear Load) Output Waveform Pure Sine Wave Crest Factor 3:1 Efficiency Up to 90% Battery Type Sealed Lead Acid Maintenance free ,Lead Acid Tublar. Charger Bulit in solid state three stage recharge and with temp. compensation. Operating Temp. 0‐45 Degree. Display LCD Display Communicating standard RS232/USB port for software interface.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 106 of 121

Technical Specifications For Acoustic Items

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 107 of 121

Acoustic Treatment for Ceiling

1. Acoustic Ceiling Tiles (For Audi main ceiling & under balcony ceiling):

Providing & fixing in position, Acoustical ceiling tiles should have Humidity Resistance (RH) of 95%, NRC 0.90, Color - White, material - fibre glass, Fire Performance UK Class 0 / Class 1 in module size of 600 x 600 x 20mm with coating on the face of the tile, suitable for Green Building application, with Recycled content of 66% GW & 74% RW%. The tile shall be laid on 24 mm wide T - section flanges color White having rotary stitching on all T sections i.e. the Main Runner 1200 mm & Cross Tees 600 mm with a web height of 32mm and a load carrying capacity of 15.34Kgs/M2. All G.I. Sections have a Galvanizing of 120 grams per M2 (min.coating 0.3 mm) & passed through 500 hrs of Salt test. Grid system comprise main runner spaced at 1200mm centers securely fixed to the structural soffit with suitable hangers ( to be approved by Engineer in charge) .Flush fitting 1200mm long cross tees to be interlock b/w main runners at 600mm centre perform 600 x 600mm module. perimeter trim to be of wall angles size 3000 x 19 x19 mm scared to wall at 450mm max. centers. Using T grid system including cost of required cut-outs, suspension system, decorative moldings / finishing- items & Scaffolding, as per Architectural & Acoustical Design & Instructions & Complete in all aspects. All Makes and models of all items/samples should be approved by the consultant prior to the installation. (Approx coverage 50% of the ceiling). Hangers spacing should not exceed 1200mm c/c both ways unless otherwise approved by Engineer in charge.

2. POP Ceiling (For Audi main ceiling):

Providing and Fixing, Plaster of Paris false ceiling shall be 12 mm thick POP layer fixed on G.I. press metal section with suspension system which include G.I. hangers. Additional frame work shall have to be done for providing trap door, cutouts for A.C. grills, openings for smoke and heat detection and lights etc. All material to be approved by the Acoustic Consultant prior to installation. The exposed plaster of Paris surface shall be painted with approved shade of Plastic Emulsion paint. (Approx coverage 50% of the ceiling). All G.I. press metal sections / material / P O P to be got approved from Engineer in charge before execution as shop drawing to be submitted by the agency .

3. Acoustic Wood Wool Panels (For Stage Ceiling) :

Providing and fixing of magnesite bonded woodwool panels made with superfine wood fibres & gypsum, were patented with magnesite cement, edge profiles consist of Radius, Chamfer, Tongue-Groove & H- Spline groove, Color - Black, having density 400kg/m3, Acoustic NRC upto 0.90, eco-friendly, Fire Ratings - Non-combustibility At 750 oC, Thermal Resistance, Water Vapour Diffusion Resistant, size 600 x 600/ 1200/ 2400 x 25 mm installed on Strut C-system requires unfastening and refastening of fasteners. All material to be approved by the Acoustic Consultant prior to installation. The Strut C-System framework consisting of CC10 Channels fixed at 600mm centres, Long edges chamfer and kerfed for H-Spline; Thickness 38 mm installed on Strut C-system with H-Spline.

Acoustic Treatment for wall

4. Acoustic Treatment for Low Frequency Absorption for Audi both sides & back Wall:

Providing and Fixing Channeled Woodworks perforated panels of width 128mm, thickness of 18mm and length 2440 mm or as required by the Architect/ acoustic consultant, made of a high density particle board substrate with a laminated facing as per the approved shade/ species & finish and a melamine balancing layer on the reverse side. The boards shall have a special perforation pattern 13/3 (12.8% perforation rate) . The panels shall provide a minimum sag resistance of RH90 and a fire rating 0.85 NRC. The edges of the panels shall be “tongue-and-grooved” to receive special clips for installation. Installation of Wood work perforated panels on GI Channels of section 50mm x 50mm on GI pipe frame factored at Sl. No. 10. GI panels fixed horizontally at spacing of 600mm center to centre and screwed aluminum extruded keel for channeled wood works with 50mm thick thermal banded polyester non-woven wadding Mikron fiber of 1000 gm/sqm. The mikron fiber to be held in position with chicken wire mesh. The final color of the

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 108 of 121 material and design horizontal or vertical to be approved by the consultant and the architect both to ensure the final looks of the installation is as per the design intended for, contractor to take a final sign off before start of work . The panels shall be mounted on special aluminum splines using clips. All Makes and models of all items/samples should be approved by the consultant prior to the installation.

5. Acoustic Diffusion for Audi both side walls:

Providing and fixing MLS design Diffusion panels of width 600 mm, length 1200mm and thickness 38mm, made of Rubber solid wood, density board, finish with original wood texture/ required color, frequency range 500Hz-4000Hz, Environmental performance grade: E1(GB). Installation of MLS Diffusion panels on GI Channels of section 50mm x 50mm on GI pipe frame factored at Sl. No. 10. GI panels fixed horizontally at spacing of 600mm center to centre and screwed aluminum extruded keel for channeled wood works with 50mm thick thermal banded polyester non-woven wadding Mikron fiber of 1000 gm/sqm. The mikron fiber to be held in position with chicken wire mesh. The final color of the material and design horizontal orvertical to be approved by the consultant and the architect both to ensure the final looks of the installation is as per the design intended for , contractor to take a final sign off before start of work . The panels shall be mounted on special aluminum splines using clips. All makes and models of all items/samples should be approved by the consultant prior to the installation.

6. Acoustic Treatment for Mid & High Frequency Absorption for Audi both sides & back Wall:

Providing and fixing Acoustical Wall Paneling’ with square edges made of fiber glass substrate 25mm thick and wrapped on the front side with an acoustically transparent and fire-resistant fabric with an option of colors as per the choice of the Architect/Acoustic consultant of size 2100x600 mm providing a minimum sound absorption level of 0.95 NRC. Installation of Acoustic Fabric panels on GI frame work of section 50mm x 50mm on GI pipe frame factored at Sl. No. 10. GI panels fixed horizontally at spacing of 600mm center to centre and screwed aluminum extruded keel for channeled wood works. 6 mm thick commercial ply to be fixed on the frame work. Wall panel impellers shall be fixed to the GI frame using self taping screws. Wall panel impellers and construction adhesives as per the instructions lay down by the manufacturer. All makes and models of all items/samples should be approved by the consultant prior to the installation. 7. Acoustic Treatment for Stage both Sides & Back wall:

Providing and fixing of magnesite bonded woodwool panels made with superfine wood fibres & gypsum, were patented with magnesite cement, edge profiles consist of Radius, Chamfer, Tongue-Groove & H- Spline groove, having density 400kg/m3, Acoustic NRC up to 0.90, eco-friendly, Fire Ratings - Non- combustibility At 750 oC, Thermal Resistance, Water Vapour Diffusion Resistant, size 600x600/1200/2400x25mm installed on Strut C-system requires unfastening and refastening of fasteners. The Strut C-System framework consisting of CC10 Channels fixed at 600mm centres, Long edges chamfer and kerfed for H-Spline; Thickness 38 mm installed on Strut C-system with H-Spline. To be fixed on GI frame work of section 50mm x 50mm on GI pipe frame factored at Sl. No. 10. GI Frame in fill with 50mm thick thermal banded polyester non-woven wadding Mikron fiber of 1000 gm/sqm. The mikron fiber to be held in position with chicken wire mesh. All material to be approved by the Acoustic Consultant prior to installation.

8. Skirting:

Providing & fixing 150 mm Skirting out of 12 mm thick BWP ply of reputed make Century /Duro/ Green with 1.8 mm laminate of reputed make Century /Duro/ Green mark of approved shade, to be fixed as per the drawings on framework of 50 X 50 mm GI frame fixed at 300(v) x 600(h)mm (or wherever required as per design drawing) centre jointed with each other with GI cleats & drive all screws. The Framework to be supported on the wall at the interval of 1800mm centre to centre with 40x40x5mm angle cleats / fasteners of required length (MS anchor fasteners of size 65mm x 10 mm dia.). The entire work to be executed as per the drawings /Acoustic consultant, instructions of the Engineer-in-change. All Makes and models of all items/samples should be approved by the consultant prior to the installation.

9. GI Frame behind Wall paneling CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 109 of 121

Providing & fixing of GI Frame consisting of 16 gauge GI Pipe 50 x 50 mm, fixed horizontally between the two vertical columns at all partition walls of the Auditorium. Both ends of the pipes should have suitable metal plate welded for holding. Gap between two horizontal pipes should be 1 mts. Pipes to be fixed firmly with approx. size fasteners to hold the weight of wall frame & wall panels properly. Complete with all accessories as required at site. All makes and models of all items/samples should be approved by the consultant prior to the installation.

Acoustic Doors

10. Acoustic Door [2000 (W) x 2550 (H)] :

Providing and fixing of teakwood door 75mm (nominal) along with fire and smoke Intumescent seal strip of size 12mm x 4mm for 120 minutes fire rated and Rw rating acoustic door with minimum 75mm thickness having infill of 45mm thick resin bonded fibre glass of 48 kg/m3 density sandwiched by two 12mm thick non- combustible fire rated boards (edge to edge on internal hardwood frame) and cladded with 6mm thick commercial ply facing and 3mm sheet rubber interlayer and finished with 1mm thick laminate/as per architect. All material to be approved by the Acoustic Consultant prior to installation. The board shall be Resistant to vermin, mould growth, minor impact, abrasion and short term water attack and shall be off- white in color with a smooth surface suitable to receive most forms of decoration. Should include door closer, coordinator, Panic Bar, 5” Ball bearings (SS) ( 4 nos. for each leaf of door ) and Door Handles as per Architect both for single & double doors. Excludes external Automatic Drop down seals & perimeter seals (approved make - CCE italy/ Lorient).

 Acoustic Treatment for Floor

11. Stage Flooring:

Providing and fixing 75x19 mm pure MP teakwood plank (900mm long) flooring (Duly treated with anti termite treatment) with tongue and groove joints (concealed screwing and minimum length 1.5m) , comprising 75x12mm BWP ( Duro / Green / Century) ply 600mm x 600mm centre to centre support locations including providing and applying a coat of ready mixed primer and a coat of Fire resistant paint both of approved brand and manufacturer over exposed surfaces . Entire work to be done complete as per drawings, specifications and direction of Engineer‑in‑Charge including melamine polishing of teak wood planks after filling wood filler and sand papering up to smooth finish in natural colour. Stage Floor - Moulding : Providing and fixing 145x50mm teakwood moulding as per architect on the edges of stage wooden flooring including melamine polishing of teak wood planks after filling wood filler and sand papering up to smooth finish in natural colour. The final color of the material and design horizontal or vertical to be approved by the consultant and the architect both to ensure the final looks of the installation is as per the design intended for , contractor to take a final sign off before start of work All Makes and models of all items/samples should be approved by the consultant prior to the installation.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 110 of 121

LIST OF APPROVED MAKES OF Electrical MATERIALS FOR RGNUL AT PATIALA

S. No. Description Makes

1 MCB Distribution Board & Isolator Legrand /Schneider / Siemens 2 MCB / RCBO/ELCB Legrand /Schneider / Siemens 3 Copper Conductor PVC Insulated Wires Havells / RR KABLE / Polycab (660 V grade)

4 CONDUIT PIPE -PVC Jindal / B.E.C. /AKG 5 CONDUIT PIPE MS Gupta/ B.E.C. /AKG 6 Electrical. Panels ETE / ONIDA / NEPTUNE / KRYPTON (Panel builder should be CPRI approved)

7 5/15/20 amps switch and socket Northwest-convex / Legrand-Myrius 8 Luminaires APPROVED BY CLIENT 9 Floor Race Ways System / Under Floor Legrand / MEM Box 10 CCTV Approved by client

11 EARTHING OBO /JMV /ARSEL/ALLTEC 12 L&T (U-Power)/Siemens (3WL) / Schneider Air Circuit Breakers (Masterpact) 13 L&T (D-Sine)/Schneider (CVS)/Siemens (Sentron 3 VA) MCCBs 14 Legrand /Schneider/Seimens MCBs / ELCBs 15 Kappa/L&T/Neptune / Electro Mech Industries Current Transformers 16 PTs Automatic Electric /Kappa/L&T/Neptune 17 Digital Meter / Multifunction Meters L&T/Schneider/Conzerv/Siemens 18 L&T/Kaycee/Siemens Selector Switch 19 SMF Batteries Exide/AMCO/Amararaja 20 Indication Lamp & Push button BCH/L&T/Siemens/Schneider 21 L & T/Conzerv/Secure Digital Energy Meter 22 APFC Relays Neptune (Ducati)/ Siemens / Schneider 23 LT Cable (ISI Marked) 1.1 KV Havells/Polycab /RR Kable 24 Life Guard/Minimax/Safex/Cease Fire Fire Extinguisher 25 Cable Trays & Accessories MEM /RM COM /Venus 26 Capacitor Epcos/Neptune (Ducati)//L&T 27 Comment/Dowells/Raychem/Gripwell Cable Gland/Lugs/Thimbles NOTES: The Contractor shall get the samples of all the items not covered in this list, Approved from the University Authority(Engineer in charge) before commencing the supply.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 111 of 121

SECURITIES AND OTHER FORMS

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 112 of 121

PERFORMANCE BANK GUARANTEE OF BIDDER

Bank Guarantee No.:______dated :______

Issuer of Bank Guarantee : ______(name of the bank) ______

(hereinafter referred to as the “Bank”)

Beneficiary of Bank Guarantee : Registrar, RGNUL. On behalf of Employer RGNUL. Nature of Bank Guarantee : Unconditional and irrevocable Bank Guarantee. Context of Bank Guarantee : Contract Agreement dated ______(hereinafter referred to as the “Agreement”), executed between the Employer acting through the Registrar RGNUL, Patiala (“hereinafter referred to as the “Employer”) and ______(hereinafter referred to as the “Bidder”) for “Furnishing for 1000 Seater Auditorium with (SITC) of Audio Visual System, Stage/General Lighting &, Acoustic Treatment Works etc. at RGNUL Punjab at Patiala”. Provided however, such context of the Bank Guarantee or reference to the Agreement in this Bank Guarantee shall in no manner be relied upon at any stage to adversely affect or dilute the unconditional and irrevocable nature of this Bank Guarantee. The titles of this Guarantee i.e. “Performance Bank Guarantee” shall in no manner and at no stage be relied upon to adversely affect or dilute the unconditional and irrevocable nature of this Bank Guarantee.

Operative part of the Bank Guarantee :

1. At the request of the Bidder, we ______, ______(name and address of the bank), (hereinafter referred to as the “Bank”), do hereby unconditionally and irrevocably affirm and undertake that we are the Guarantor and are responsible to the Employer i.e. the beneficiary on behalf of the Bidder, upto a total sum of Rs.______Lakhs (Rupees ______Lakhs Only), such sum being payable by us to the Employer immediately upon receipt of first written demand from the Employer.

2. We unconditionally and irrevocably undertake to pay to the Employer on an immediate basis, upon receipt of first written demand from the Employer and without any cavil or argument or delaying tactics or reference by us to Bidder and without any need for the Employer to convey to us any reasons for invocation of the Guarantee or to prove the failure to perform on the part of the Bidder or to show grounds or reasons for the demand or the sum specified therein, the entire sum or sums within the limits of Rs.______Lakhs (Rupees ______Lakhs Only).

3. We hereby waive the necessity of the Employer demanding the said amount from Bidder prior to serving the Demand Notice upon us.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 113 of 121

4. We further agree and affirm that no change or addition to or other modification to the terms of the Agreement, shall in any way release us from any liability under this unconditional and irrevocable Guarantee and we hereby waive notice of any such change, addition or modification. We further agree with the Employer that the Employer shall be the sole and the exclusive judge to determine that whether or not any sum or sums are due and payable to him by Bidder, which are recoverable by the Employer by invocation of this Guarantee.

5. This Guarantee will not be discharged due to the change in the constitution of the Bank or the Bidder. We undertake not to withdraw or revoke this Guarantee during its currency/ validity period, except with the previous written consent of the Employer through Registrar, RGNUL, Patiala on behalf of RGNUL, Patiala.

6. We unconditionally and irrevocably undertake to pay to the Employer through Registrar RGNUL, Patiala on behalf of the RGNUL any amount so demanded not exceeding Rs.______Lakhs (Rupees ______Lakhs Only) notwithstanding any dispute or disputes raised by Bidder or anyone else in any suit or proceedings before any dispute review expert, arbitrator, court, tribunal or other authority, our liability under this Guarantee being absolute, unconditional and unequivocal. The payment so made by us under this Guarantee to the Employer, shall be a valid discharge of our liability for payment under this Guarantee and the Bidder shall have no claim against us for making such payment.

7. This unconditional and irrevocable Guarantee shall remain in full force and effect and shall remain valid until ______.

Notwithstanding any contained herein: Our liability under this Bank Guarantee shall not exceed Indian Rs.______lakhs (Rupees ______Lakhs Only).

This unconditional and irrevocable Bank Guarantee shall be valid w.e.f. ______to ______. We are liable to pay the guaranteed amount or any part thereof under this unconditional and irrevocable Bank Guarantee only and only if the Employer through Registrar, RGNUL, Patiala on behalf of the RGNUL serves upon us a written claim or demand on or before______. ______Authorized Signatory For Bank

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 114 of 121

UNCONDITIONAL AND IRREVOCABLE BANK GUARANTEE Bank Guarantee No.:______dated :______Issuer of Bank Guarantee: ______(name of the bank) ______

(hereinafter referred to as the “Bank”)

Beneficiary of Bank Guarantee :

Registrar, RGNUL, On behalf of RGNUL.

Nature of Bank Guarantee: Unconditional and irrevocable Bank Guarantee. Context of Bank Guarantee : Security for Mobilization Advance in pursuance of Clause 51.1 of the Engineering Procurement and Construction (EPC) Contract Agreement dated ______(hereinafter referred to as the “Agreement”), executed between the RGNUL acting through the Registrar, RGNUL (“hereinafter referred to as the “Employer”) and ______(hereinafter referred to as the “Bidder “Furnishing for 1000 Seater Auditorium with (SITC) of Audio Visual System, Stage/General Lighting &, Acoustic Treatment Works etc. at RGNUL Punjab at Patiala” (hereinafter referred to as the “project”), provided however, such context of the Bank Guarantee or reference to the Agreement in this Bank Guarantee shall in no manner be relied upon at any stage to adversely affect or dilute the unconditional and irrevocable nature of this Bank Guarantee.

Operative part of the Bank Guarantee: 1. At the request of the Bidder, we ______, ______(name and address of the bank), (hereinafter referred to as the “Bank”), do hereby unconditionally and irrevocably affirm and undertake that we are the Guarantor and are responsible to the Employer i.e. the beneficiary on behalf of the Bidder, upto a total sum of Rs.______Lakhs (Rupees ______Lakhs Only), such sum being payable by us to the Employer immediately upon receipt of first written demand from the Employer.

2. We unconditionally and irrevocably undertake to pay to the Employer on an immediate basis, upon receipt of first written demand from the Employer and without any cavil or argument or delaying tactics or reference by us to Bidder and without any need for the Employer to convey to us any reasons for invocation of the Guarantee or to prove the failure on the part of the Bidder to repay the amount of Mobilization Advance or to show grounds or reasons for the demand or the sum specified therein, the entire sum or sums within the limits of Rs.______Lakhs (Rupees ______Lakhs Only).

3. We hereby waive the necessity of the Employer demanding the said amount from Bidder prior to serving the Demand Notice upon us.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 115 of 121

4. We further agree and affirm that no change or addition to or other modification to the terms of the Agreement, shall in any way release us from any liability under this unconditional and irrevocable Guarantee and we hereby waive notice of any such change, addition or modification. We further agree with the Employer that the Employer shall be the sole and the exclusive judge to determine that whether or not any sum or sums are due and payable to him by Bidder, which are recoverable by the Employer by invocation of this Guarantee.

5. This Guarantee will not be discharged due to the change in the constitution of the Bank or the Bidder. We undertake not to withdraw or revoke this Guarantee during its currency/ validity period, except with the previous written consent of the Employer (i.e. Registrar, RGNUL, Patiala on behalf of the Vice Chancellor, RGNUL, Patiala.

6. We unconditionally and irrevocably undertake to pay to the Employer (i.e. Registrar, RGNUL, Patiala on behalf of the Vice Chancellor, RGNUL, Patiala any amount so demanded not exceeding Rs.______Lakhs (Rupees ______Lakhs Only) notwithstanding any dispute or disputes raised by Bidder or anyone else in any suit or proceedings before any dispute review expert, arbitrator, court, tribunal or other authority, our liability under this Guarantee being absolute, unconditional and unequivocal. The payment so made by us under this Guarantee to the Employer, shall be a valid discharge of our liability for payment under this Guarantee and the Bidder shall have no claim against us for making such payment.

7. This unconditional and irrevocable Guarantee shall remain in full force and effect and shall remain valid until ______. Notwithstanding any contained herein: Our liability under this Bank Guarantee shall not exceed Indian Rs.______lakhs (Rupees ______Lakhs Only). This unconditional and irrevocable Bank Guarantee shall be valid w.e.f. ______to ______. iii) We are liable to pay the guaranteed amount or any part thereof under this unconditional and irrevocable Bank Guarantee only and only if the Employer (i.e Registrar, RGNUL, Patiala on behalf of the Vice Chancellor, RGNUL, Patiala serves upon us a written claim or demand on or before______.

______Authorized Signatory For Bank

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 116 of 121

INDENTURE FOR SECURED ADVANCES FORM 31 (for use in cases in which the contract is for finished work and the Bidder has entered into an agreement for the execution of a certain specified quantity of work in a given time)

This indenture made the ______day of ______20 ____BETWEEN ______(hereinafter called the Bidder which expression shall were the context so admits or implies be deemed to include his executors, administration and assigns) or the one part and the Employer of the other part.

Whereas by an agreement dated______(hereinafter called the said agreement) the Bidder has agreed.

AND WHEREAS the Bidder has applied to the Employer that he may be allowed advance on the security of materials absolutely belonging to him and brought by him to the site of the works the subject of the said agreement for use in the construction of such of the works as he has undertaken to executive at rates fixed for the finished work (inclusive of the cost of materials and Labour and other charges).

AND WHEREAS the Employer has agreed to advance to the Bidder the sum of Rupees______on the security of materials the quantities and other particulars of which are detailed in Accounts of Secured Advances attached to the Running Account bill for the said works signed by the Bidder on ______and the Employer has reserved to himself the option of making any further advance or advances on the security of other materials brought by the Bidder to the site of the said works.

NOW THIS INDENTURE WITNESSETH that in pursuance of the said agreement and in consideration of the sum of Rupees______on or before the execution of these presents paid to the Bidder by the Employer (the receipt where of the Bidder doth hereby acknowledge) and of such further advances (if any) as may be made to him as a for said the Bidder doth hereby covenant and agree with the Governor and declare as follows:

(1) That the said sum of Rupees______so advanced by the Employer to the Bidder as aforesaid and all or any further sum of sums advanced as aforesaid shall be employed by the Bidder in or towards expending the execution of the said works and for not other purpose whatsoever.

(2) That the materials details in the said Account of Secured Advances which have been offered to and accepted by the Employer as security are absolutely the Bidder’s own property and free from encumbrances of any kind and the Bidder will not make any application for or receive a further advance on the security of materials which are not absolutely his own property and free from encumbrances of any kind and the Bidder indemnified the Employer against all claims to any materials in respect of which an advance has been made to him as aforesaid.

(3) That the materials detailed in the said account of Secured Advances and all other materials on the security of which any further advance or advances may hereafter be made as aforesaid (hereafter called the said materials) shall be used by the Bidder solely in the execution of the said works in accordance with the directions of the Engineer.

(4) That the Bidder shall make at his own cost all necessary and adequate arrangements for the proper watch, safe custody and protection against all risks of the said materials and that until used in construction as aforesaid the said materials shall remain at the site of the said works in the Bidder’s custody and on his own responsibility by him. In the event of the said materials or any part thereof being stolen, destroyed or damaged or becoming deteriorated in a greater degree than is due to reasonable use and wear thereof the Bidder will forthwith replace the

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 117 of 121

same with other materials of like quality or repair and make good the same required by the Engineer.

(5) That the said materials shall not be any account be removed from the site of the said works except with the written permission of the Engineer or an officer authorized by him on that behalf.

(6) That the advances shall be repayable in full when or before the Bidder receives payment from the Employer of the price payable to him for the said works under the terms and provisions of the said agreement. Provided that if any intermediate payments are made to the Bidder on account of work done than on the occasion of each such payment the Employer will be at liberty to make a recovery from the Bidder’s bill for such payment by deducting there from the value of the said materials than actually used in the construction and in respect of which recovery has not been made previously, the value for this purpose being determined in respect of each description of materials at the rates at which the amounts of the advances made under these presents were calculated.

(7) That if the Bidder shall at any time make any default in the performance or observance in any respect of any of the terms and provisions of the said agreement or of these presents the total amount of the advance or advances that may still be owing of the Employer shall immediately on the happening of such default be repayable by the Bidder to be the Employer together with interest thereon at twelve per cent per annum from the date or respective dates of such advance or advances to the date of repayment and with all costs, charges, damages and expenses incurred by the Employer in or for the recovery thereof or the enforcement of this security or otherwise by reason of the default of the Bidder and the Bidder hereby covenants and agrees with the Employer to reply and pay the same respectively to him accordingly. (8) That the Bidder hereby charges all the said materials with the repayment to the Employer of the said sum of Rupees______and any further sum of sums advanced as aforesaid and all costs, charges, damages and expenses payable under these presents PROVIDED ALWAYS and it is hereby agreed and declared that notwithstanding anything in the said agreement and without prejudice to the power contained therein if and whenever the covenant for payment and repayment here-in-before contained shall become enforceable and the money owing shall not be paid in accordance there with the Employer may at any time thereafter adopt all or any of the following course as he may deem best : (a) Seize and utilize the said materials or any part thereof in the completion of the said works on behalf of the Bidder in accordance with the provisions in that behalf contained in the said agreement debiting the Bidder with the actual cost of effecting such completion and the amount due to the Bidder with the value of work done as if he had carried it out in accordance with the said agreement and at the rates hereby provided. If the balance is against the Bidder, he is to pay same to the Employer on demand. (b) Remove and sell by publication the seized materials or any part thereof and out of the moneys arising from the sale retain all the sums aforesaid repayable or payable to the Employer under these present and pay over the surplus (if any) to the Bidder. (c) Deduct all or any part of the moneys owing out of the security deposit or any sum due to the Bidder under the said agreement.

(9) That except in the event of such default on the part of the Bidder as aforesaid interest on the said advance shall not be payable. (10) That in the event of any conflict between the provisions of these presents and the said agreement the provisions of these presents shall prevail and in the event of any dispute or difference arising over the construction or effect of these presents the settlement of which has not been here-in-before expressly provided for the same shall be referred to the Employer whose decision shall be final and the provision of the Indian Arbitration and Reconciliation Act for the time being in force shall apply to any such reference.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 118 of 121

LETTER OF ACCEPTANCE ______(Date) To

______[Name and address of the Bidder] ______

Dear Sirs,

This is to notify you that your Bid dated ______for execution of the ______(name of the contract and identification number, as given in the Instructions to Bidders) for the Contract Price of Rupees ______(______) (amount in words and figures), as corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our agency.

. You are hereby requested to furnish Performance Security, in the form detailed in Para 34.1 of ITB for an amount equivalent to Rs. ______within 10 days of the receipt of this letter of acceptance valid upto 28 days from the date of expiry of defect liability period i.e. upto______and sign the contract, failing which action as stated in Para 34.3 of ITB will be taken.

Yours faithfully.

Authorized Signature Name of title of Signatory Name of agency ______1. Delete “corrected and” or “and modified” if only one of these actions applies. Delete as corrected and modified in accordance with the Instructions to Bidders. If corrections or modifications have not been affected.

2. To be used only if the Bidder disagrees in his Bid with the Adjudicator proposed by the Employer in the “Instructions of Bidders”

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 119 of 121

ISSUE OF NOTICE TO PROCEED WITH THE WORK

Note: Letter of intimation shall be considered as notice to proceed with the work. The detailed acceptance letter will be sent on receipt of performance guarantee.

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 120 of 121

AGREEMENT FORM Agreement

This agreement, made the ______day of ______between ______(name and address of employer) [hereinafter called “the Employer] and ______(name and address of Bidder) hereinafter called “the Bidder” of the other part.

Whereas the Employer is desirous that the Bidder execute ______(Name and identification number of Contract) (Hereinafter called “the works”) and the Employer has accepted the Bid by the Bidder for the execution and completion of such Works and the remedying of any defects therein, at a cost of Rs. ______

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expression shall have the same meanings as are respectively assigned to them in the conditions of contract hereinafter referred to and they shall be deemed to form and be read and construed as part of this Agreement.

2. In consideration of the payments to be made by the Employer to the Bidder as hereinafter mentioned, the Bidder hereby covenants with the Employer to execute and complete the Works and remedy and defects therein in conformity in all aspects with the provisions of the contract.

3. The Employer hereby covenants to pay the Bidder in consideration of the Execution and completion of the Works and the remedying the defects wherein Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

4. The following documents shall be deemed to form and be ready and construed as part of this Agreement viz. i) Letter of Acceptance ii) Notice to proceed with the works; iii) Bidder’s Bid iv) Condition of Contract: General and Special v) Contract Data vi) Additional condition vii) Drawings viii) Bill of quantities and ix) Any other documents listed in the Contract Data as forming part of the contract.

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

The Common Seal of ______was hereunto affixed in the presence of:

Signed, Sealed and Delivered by the said In the presence of :

Binding Signature of Employer ______

Binding signature of Bidder ______

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR Page 121 of 121

DRAWINGS FOR BIDDING

(5 Drawings Attached in separate folder)

CONTRACTOR/CONTRACTING AGENCY WITNESS REGISTRAR