Tender document against Short Term Tender No. 15/EUCC (V)/LESA/2011-12

“Construction of 33/11 kV 2X5 MVA Sub station at Kalyanpur”

Cost of document : Rs. 550.00 (Non refundable) Earnest Money : Rs. 12000.00 Date of opening : 07.07.2011 e/;kWpy fo|qr forj.k fuxe fyfeVsM vYidkfyd fufonk la0 15@ foufuea¼ia0½@yslk@ 2011&12 v/kksgLrk{kjh }kjk “dY;k.kiqj es 33@11 dsoh 2x5 ,eoh, midsUnz ds fuekZ.k gsrq” fo|qr lqj{kk funs'kky; }kjk tkjh “d” Js.kh ds ykblsUl /kkjdksa] vuqHkoh ,oa n{k Bsdsnkjska ls vyx&vyx nks Hkkxksa esa eqgjcUn fufonk;sa fnukWd 07-07-2011 dks 14-00 cts rd vkeaf=r dh tkrh gSaa] tks mlh fnu 15-00 cts fufonknkrkvksa vFkok muds vf/kd`r izfrfuf/k;ksa ds le{k] v/kksgLrk{kjh vFkok muds ukfer izfrfuf/k ds }kjk [kksyh tk;saxhA fufonk [kqyus dh frfFk dks vodk'k gksus dh fLFkfr esa fufonk;sa mijksDr fu/kkZfjr le; ij vxys dk;Z fnol esa izkIr@ [kskyh tk;saxhA fufonk ds izFke Hkkx esa ¼1½ /kjksgj jkf'k] ¼2½ fo|qr lqj{kk funs’kky; }kjk tkjh “d” Js.kh izek.k i= ¼3½ QeZ dh lk[k dh iqf”V gsrq foxr foRrh; o”kZ esa de ls de :0 50-00 yk[k rFkk rhu o”kksZa esa :0 100-00 yk[k dk VuZvksoj laca/kh vfHkys[k ¼4½ vuqHko ds laca/k esa foxr rhu o”kkZsa esa leku dk;Z laikfnr djkus laca/kh vfHkys[kksa dh Nk;kizfrA fufonk ds f}rh; Hkkx esa enokj njsa o okf.kfT;d ’krsZa nsuh gksaxhA fufofnr dk;Z dh ek=k 10% rd ?kV c<+ ldrh gSA fufonk izi= dk ewY; :0 550-00 ¼vizfrns;½ O;kikj dj lEefyr djrs gq,] vf/k’kklh vfHk;Urk] fo0u0fu0[ka0 ¼r`rh;½] yslk] y[kuÅ ds i{k esa ns; cSad Mªk¶V@ cSadlZ psd vFkok v/kh0 vfHk0] fo0u0fo0ea0& iz0 ds dk;kZy; esa uxn Hkqxrku dj [kqyus dh frfFk ls ,d fnu iwoZ rd izkIr fd;k tk ldrk gSA fufonk izi= eq[; vfHk;Urk ¼yslk½@izcU/k funs’kd] e/;kapy fo|qr forj.k fuxe fy0] 4&, xks[kys ekxZ y[kuÅ ds dk;kZy; ls rFkk e/;kWpy fo|qr forj.k fuxe fy0 dh osclkbV www.mvvnl.in ls Hkh izkIr@MkmuyksM fd;s tk ldrs gSa rFkk muds dk;kZy; esa Hkh [kqyus dh frfFk ls rhu fnu iwoZ rd tek fd;s tk ldrs gSA osc lkbV@ izcU/k funs’kd@eq[; vfHk;Urk dk;kZy; ls izkIr fd;s x;s fufonk izi= dk ewY; dk cSad Mªk¶V fufonk ds izFke Hkkx esa j[kuk vfuok;Z gksxkA fufonk dh /kjksgj jkf'k :0 12000-00 ¼:0 ckjg gtkj ek=½ jk”Vªh;d`r cSad }kjk tkjh cSad Mªk¶V@ ,QMhvkj@ lhMhvkj@ VhMhvkj vf/k’kklh vfHk;Urk] fo0u0fu0[ka0 ¼r`rh;½] yslk] y[kuÅ ds i{k es ns;] layXu djuk gksxkA fufonk ds izFke Hkkx esa okWfNr vgZdkjh ’krsZa iw.kZ djus okys fufonknkrkvksa dh gh fufonk dk f}rh; Hkkx ;Fkk lEHko mlh fnu [kksyk tk;sxkA

v/kh{k.k vfHk;Urk fo|qr uxjh; fuekZ.k e.My ¼iape½ yslk Hkou] jsthMsUlh] y[kuÅ

“jk”Vª fgr esa fctyh cpk;sa”

INSTRUCTIONS TO TENDERERS

1.00 GENERAL INSTRUCTIONS: 1.01 Tenderers are requested to go through the instructions carefully & furnish complete information along with their tender bid offer, failing which their tender may not be considered at all. Tender shall be received in two parts, each part shall be in separate covers as under: a) Tender Bid part-I: Shall contain Earnest Money for Rs. 12000.00 in the shape of DD/FDR/CDR/TDR duly pledged in favour of EE, EUCD-III, LESA, Lucknow. Part-I of the tender bid shall also contain (i) “A” Class License certificate issued by Directorate Electrical Safety (ii) Proof the credibility turnover atleast 60.00 Lac in last financial year & Rs. 120.00 Lac in last three financial year (iii) List or photocopy of agreements executed with them during last three years for construction of similar nature of work in support of their past experience/performance. The relevant records shall be self-attested with company seal. The sealed cover of this part of the bid, shall be super-scribed "Tender bid part-I (Earnest Money) against Short Term Tender Specifications No. 15/EUCC (V)/ LESA/ 2011-12 due for opening on 07.07.2011 at 15:00 hrs. b) Tender Bid Part-II: Shall contain price schedule. This part of the tender bid shall be superscripted "Tender Bid Part–II (Technical, Commercial & prices) against Short Term Tender Specifications No. 15/ EUCC (V)/ LESA/ 2011-12 due for opening on 07.07.2011 at 15:00 hrs. Only such firms need tender who are having sufficient experience of the work or are authorized representative of such firms and can produce satisfactory evidence that they have necessary resources & organization to undertake the work tendered for the satisfaction of the tendering authority. 1.2 In case of any inconsistency of the provisions of Form 'A', the provisions under special conditions of the tender will super cede/prevail. 1.3 Tenderers are requested to submit the price schedule appendix duly filled in (item by item) as required and should strictly follow the instructions & notes supplementary there to facilitate the tendering authority to prepare Comparative Statements. 1.4 Tenderers should quote the earliest completion period of the Tendered work. 1.5 Any portion of terms & conditions as laid down in the condition of the contract, Form 'A' enclosed along with nature of work etc. which is not clear to the tenderer should be got clarified before submission of the tender. Tenderers are requested to adhere to all clauses to the contract Form 'A' to facilitate finalization of the contract. In case, they are unable to do so, should state any particular clause of the conditions which may not be acceptable to them & should support alternative for consideration. 1.6 The tendering authority does not suggest pledge to accept the lowest of any tender & reserves to himself the right of rejecting the whole or any portion of the tender as he may think fit without assigning any reason for non acceptance or selection. 1.7 Tendering authority reserves the right to revise or amend the tender. Such revision & amendment, if any, will be communicated to all tenderers as amendment or addenda to this invitation of the tender. 1.8 Any action on the part of the tenderer to revise the price/prices and/or the change the structure of price/prices at his own instance after opening of tenders may result in rejection of tender & also debarring him form submission of the tenderers to the MVVNL/ Corporation at least for one year. 1.9 Any approach etc., officially or otherwise on the part of the tender or his representative shall tender his offer liable to be summarily rejected. Cont'd ……… 2

: 2 : 1.10 Tenders of those tenderers, who have not purchased the tender specification shall not be read at the time of opening and shall be rejected outright. 1.11 The price of tender specification will not be refunded under any circumstance whatsoever. 1.12 In case of ambiguous or self contradictory terms/conditions mentioned in the tender specification, interpretations as advantageous to the MVVNL/Corporation shall be taken without any reference to accept the deviations or not. 1.13 Any overwriting /omitting/erasing etc. in the tender should be duly signed & stamped. 1.14 In no case payment will be made by the Letter of Credit. 1.15 In no case, MVVNL/Corporation will be held responsible to arrange the T&P for execution of the tendered work. 1.16 Tender Bid Part-I (Earnest Money) should contain in the shape FDR/CDR/DD issued by nationalized/ scheduled bank. 1.17 In no. case, MVVNL will be held responsible to arrange the T&P or other equipments. 2.00 Tender Bid Part-I (Earnest Money) should contain the following: 2.1 The part one of the tender bid shall contain the Earnest Money amount to Rs. 12000.00 (Rs. Twelve thousand only) & documents with respect to pre-qualification of tenderer. 2.2 In case part quantity offered, Earnest Money deposit shall be reduced proportionately. 2.3 Tenderers are required to furnish Earnest Money amount in the form of Bank Draft/FDR/CDR of any scheduled bank duly pledged in favour of Executive Engineer, Electricity Urban Construction Division (III), LESA, Lucknow which should be submitted along with the tender bid Part-I. Tender will not be considered without Earnest Money. 2.4 The firm registered with DGS&D, Store Purchase Section of Director of Industries, U.P. Kanpur, U.P. Small Scale Industries Corpn. Kanpur or any other Government Agency/Institutions shall not be exempted from deposition of Earnest Money. 2.5 The Earnest Money deposited by the tenderer will be refunded after finalization of tender, in the event of his tender being rejected/not accepted. In the event of tender being accepted, the Earnest Money shall be retained by the tendering authority and adjusted against the security deposit specified under and shall be released only on satisfactory completion of work. 2.6 It may be noted clearly that in case the offer is not with the valid Earnest Money, Part-II of the tender bid, will not be opened. 3.0 Only tender of those tenderers shall be considered who have sufficient experience for execution of such type of works during past & have necessary resources & organization to under take the work tendered for to the satisfaction of the tendering authority. 3.1 All the tenderers must furnish a list of agreements executed with them during last three years. 3.2 All the tenderers must submit past performance reports of any of such type of works carried out by them. 3.3 The tendered quantity may vary ( + ) 10% . 4.00 TENDER FORM: Tender form duly filled in, shall be submitted by the tenderer with tender Bid Part-II. 5.00 VALIDITY OF TENDER: 180 days from the date of opening of the tender. 5.01 Valid current income tax clearance certificate be also submitted. 5.02 Schedule of completion of tendered works be also mentioned in enclosed Annexure-II Tender Proforoma at Sl. No. 16. 5.03 Any other information, which may be considered necessary by the tenderer but not covered in the specification be also submitted. 6.00 PRICES: 6.01 The tenderers are to quote prices in the enclosed Price Schedule item wise (Proforma enclosed) duly typed both in words as well as in figures. 6.2 The quoted prices shall be firm & firm in all respect through the currency of the contract/agreement. No variation in the prices shall be allowed in any circumstances. Cont'd ……… 3

: 3 :

6.3 Tenderer should note clearly that the tenders with variable prices shall not be considered at all. 6.4 Any other Another charges/duties/taxes/levies etc. should be specifically mentioned separately in the price schedule. 7.00 SCHEDULE OF DEVIATION FROM GENERAL CONDITIONS OF FORM 'A' & SPECIAL CONDITIONS TENDER SPECIFICATION NO. 15/ EUCC(V)/LESA/2011-12 The tenderers should clearly state whether all the provisions of tender specification application to this tender, are acceptable to them & incase of any deviations the same should be clearly mentioned and submitted along with their tender in the enclosed proforma. 8.00 PAYMENT: Running payment will be made once during the month subject to the availability of the funds. 9.00 DISPUTE: For any dispute arising out of this tender in between the tendering authority and the Contractor. The Chief Engineer, LESA, 4-A, Gokhale Marg, Lucknow will decide the dispute and his decision will be binding on both the parties. Superintending Engineer (V)

ANNEXURE-I TENDER FORM

Tender Specn. No. 15/EUCC(V) 2011-12

From:

To: The Superintending Engineer, Electricity Urban Construction Circle (V), LESA, Madhyanchal Vidyut Vitran Nigam Limited, LESA Bhawan, Residency, Lucknow.

Sub:- Offer for execution of works required for “Construction of 33/11 kV 2x5 MVA Sub station at Kalyanpur” against Tender Specifications No. 15/ EUCC (V)/ LESA/ 2011-12 due for opening on 07.07.2011 at 15:00 hrs. Sir, With reference to your invitation to tender for the above I/We hereby offer to the Madhyanchal Vidyut Vitran Nigam Limited the items in the schedule of the prices and delivery annexed or such portion thereof as you determine in strict accordance with the annexed Special conditions of contract. Form "A", Specifications and schedule of price/ rates to the satisfaction of the purchaser and in default thereof to any way to UPPCL/ MVVNL the sum of money mentioned in the said conditions. The rates quoted are firm and in full satisfaction of all claims. If/We agree to abide by this tender for the period of 180 days from the date fixed for receiving the same. The offer shall remain valid upto six months from the date of opening of offer.

A sum of Rs.………………………………………….in the form of ……………………………………… as Earnest Money has been forwarded duly pledged, the full value of which shall be retained by the Madhyanchal Vidyut Vitran Nigam Limited against the Security Deposit specified in the said conditions of contract.

I/We hereby undertake and agree to execute a contract in the form annexed hereto in accordance with the condition of contract. Yours faithfully,

Signature of the Tenderer

Date ………………………………… day of ……………………………………………

Witness: Address

ANNEXURE – II TENDER PROFORMA (To be filled & submitted by the Tenderer in Tender Bid Part –II)

IMPORTANT INSTRUCTIONS TO THE TENDERERS

Your tender shall not be considered, if you fail to submit this proforma duly filled. Replies should be complete without ambiguity and should be clearly written against each item. Terms such as “Refer covering letter etc.” shall not be acceptable. You may, however, attach extra sheets, if the space is not sufficient. Sl. Particulars No 1. Specification No. against which you have tendered. 2. Receipt No.& Date by which cost of tender specification was deposited by you. 3. Name & Address of the tenderer.

4. Address of contractor

5. Weather tenderer is Contractor or Petty Contractor with power of attorney of agents of manufacturer (authentic proof regarding agents of manufacturer to be enclosed) 6. Amount of earnest money deposited with full details be submitted here. 7. Quantity offered (If there are two or more items, state quantities separately with unites) 8. Do you agree to all conditions of Form - A & tender specification & if not, state the modifications clearly in the schedule enclosed which you would desire in Form – A & other terms & conditions (It may please be noted the it shall be entirely at the discretion of the competent authority to accept or reject the modifications proposed.) 9. Pl. state clearly (answer Yes / No.), if you would agree to undertake the works in case the medications as suggested under Sl. No. 8 is not acceptable to the corporation without imposing any further condition / conditions from the site. 10. Name & Detailed address of your Authorised representative against this order / agreement. 11. Name & detailed address of tenderer/ proprietor / partners / Directors be given. 12. Give two references who can certify your financial status & capability to undertake such supply order one of the reference should be schedule Bank of India. 13. Do you confirm that are no typographical errors/ omissions in your tender & all other documents, forming part of the tender (answer Yes / No) 14. What is the validity period of your Tender? 15. What is the completion / delivery period, pl. state if the completion is guaranteed under penalty? 16. What is your Completion period? 17. What is your Terms of Payment? 18. Are you agreeable to the completion period being reckoned from the date of receipt of letter of acceptance by you ? 19 Do you agree to furnish security deposit, if order is placed with you (Answer Yes / No) ? 20 Give Details of License issued by Electricity Safety Directorate 21. Pl. enclosed the certified copy of the latest income tax clearance certificate. 22 Weather all the schedule & documents required have been submitted or not ? TECHNICAL SPACIFICATIONS / PRICES :

23 Is the work/item offered is according to the specifications of the tendering authority. 24 Pl. indicate clearly if the quoted prices are Firm & Firm in all respect through out the currency of the contract / agreement. 25 If the quoted rate are inclusive of any taxes / duties / other charges, give details of such taxes / duties / other charges, included & at that rate(s) 26 Pl state, if you would claim any other charges over & above the prices as extra, which are not covered above. If Yes, Pl. state each separately indicating the amount in Rs. Against each per unit basis. 27 Do you offer any discount and if so, then what is the rebate / discount in Rs. Per unit ?

Signature of the tenderer with Co. seal. Place: Address:

Date:

ANNEXURE-III

DEVIATIONS FROM TERMS AND CONDITIONS OF TENDER DOCUMENT/ FORM "A" & OTHER TERMS & CONDITIONS OF UPPCL/MVVNL AGAINST TENDER NO. 15/ EUCC (V)/ LESA/2011-12 DUE FOR OPENING ON 07.07.2011 AT 15.00 hrs.

I/We the undersigned have carefully examined the General Conditions of contract form A and other terms & conditions of the tender specification and I/We hereby confirm that all the terms & conditions contained in form A and other terms and conditions of tender specification under reference are acceptable to me/us with the following deviations:

S.No. Description Clause Stipulated in UPPCL/ Deviation offered Remark, if any No. etc. MVVNL 1 2 3 4 5 Signature of contractor with seal Date

Place:

Address:

Annexure-IV Bill of Quantity for execution of works required for “Construction of 33/11 kV 2x5 MVA Sub station at Kalyanpur” against Tender Specifications No. 15/ EUCC (V)/ LESA/ 2011-12 due for opening on 07.07.2011 at 15:00 hrs.

Sl. Description of Works No Unit Qty 1 Carriage of following materials from Store Centre Daliganj / Chinhat upto site of work/ JE Dump store including loading, unloading and proper stacking a) 11 KV XLPE cable 3x185/300 Sq. mm Mtr. 750 b) 11 KV XLPE cable 3x70 Sq. mm Mtr. 60 c) 33 kV VCB 800 Amps Nos. 3 d) 33 kV LA Nos. 9 e) 33 KV CT 200/100/1A Nos. 9 f) 33 KV Transformer Control panel D/P T/F Nos. 1 g) 33 kV Control panel Fdr. Single circuit Nos. 1 h) 33kV Line Isolator /Bus Isolator Nos. 4 i) 33 KV Post Insulator, Disc insulator & Pin Insulator Nos. 69 j) Rail 105 lbs, MS Angle 50x50x6, 65x65x6, 75x75x6 mm MS Channel 100x50, 125x65 mm, Stay Wire 7/8 SWG & MS Round bar 32 mm Qtl. 134.14 k) Transformer oil fresh Lt. 209 l) 11 kV Incoming, Outgoing, Bus coupler VCB Nos. 09 m) ACSR Panther Conductor Mtr. 300 n) 11/0.4 kV 63 kVA Transformer Nos. 01 o) ST Pole 09/11 M long Nos. 16 p) LT PVC cable 3.5x70 Sq. mm , single core 240 Sq. mm Mtr. 100 q) ACSR Weasel Conductor Mtr. 250 2 Fabrication, erection, grouting plinthing and painting of Substation structures as per RESSPO Drawings (Only MS Channel angle provided by the Department) a) 33 KV Terminal Gantry Nos. 01 b) 33 kV Bus bar gantry Nos. 02 c) 33 kV Isolator Structure Nos. 04 d) 33 KV Lightening Arrestor, Post Insulator structure Nos. 04 e) 33 kV CT Structure Nos. 03 f) Neutral L-Bracket structure Nos. 02 g) Cable Stand structure Nos. 03 3 Construction of power transformer plinth of size 4x3x1.2 M suitable for 33/11 KV Power Transformer 5 MVA as per RESSPO Norms (Only Rail piece & Angle shall be provided by the department Nos. 02 4 Construction of plinth for 33 kV VCB of size 1.5x1.5x1 M alongwith grouting of 4 nos. foundation bolts and smoothing the surface as per RESSPO Norms. Nos. 03 5 Mounting of following equipments on constructed structure with proper alignment and its tightening with clamp nut bolts and washers arranged by the contractor (Only equipments will be provided by the department) a) 33 kV CT 200/100/1A Nos. 09 b) 33 kV VCB 800 Amps Nos. 03 c) 33 KV Lightening arrestors Nos. 15 d) 33 kV Bus and Line Isolators Nos. 04 e) Neutral L-Bracket Nos. 02 6 Placement of control panel and VCB from unloading place to control room, erection, commissioning and grouting of following equipments as per RESSPO Norms a) 33 KV Transformer Control panel Double Circuit Nos. 01 b) 33 kV Transformer control panel FDR Single circuit Nos. 01 c) 11 kV Incoming VCB CTR 600/300/5A Nos. 02 d) 11 kV VCB feeder FDR CTR 200/100/5 A 250 MVA & 11 kV PT Nos. 08 e) 11 kV Bus Coupler Nos. 01 7 Safe dragging and placement of 5 MVA Transformers & its accessories from outside to switchyard to plinth with proper alignment (approx. 40 M distance with the help of crane sleepers & manpower etc. Nos. 02 8 Erection and commissioning of 05 MVA healthy Transformer, mounting of radiator, conservator tank, exposure vent etc. filling of transformer oil in radiator, conservator tank with complete work as per RESSPO Norms. Job 02 9 Earthing of following structures with GI / MS strip of size 50x6 mm from earth mat at 2 places. a) Cable stand Nos. 03 b) Lightening arrestor/Post Insulator Nos. 04 c) CT Structure Nos. 03 d) Neutral L-Bracket strucutre Nos. 02 e) Bus Isolator and line Isolator Nos. 04 f) 33 kV VCB Structure Nos. 03 10 Providing and fixing of CT Junction box with 16 nos connectors Job 02 11 Making mesh with 6 nos. electrodes and connecting LA Set 02 12 Jumpering of complete transformer bay alongwith complete equipment with Job 03 ACSR Panther Conductor and all necessary clamps with nut and bolts from main 33 kV Bus bar to 5 MVA Transformers also providing and fixing copper L-Piece and copper bond. 13 Earthing of following equipments with MS / GI Strip of size 50x6 mm connecting with Substation earthing in control room a) 33 KV T/F Control panel Double Circuit, 33 kV CT Single circuit Fdr Nos. 02 b) 11 kV Incoming VCB CTR 600/300/5A 350 MVA Nos. 02 c) 11 kV VCB feeder FDR CTR 20/100/5 A 250 MVA & Bus coupler 11 kV PT Nos. 07 d) 11 KV VCB Nos. 03 e) 33/11kV 5 MVA Transformer Nos. 02 f) 33 kV CT 200/100/1A Nos. 09 g) 33 KV Lightening arrestor Nos. 09 14 Laying of 11 kV 3x300 Sq. mm XLPE cable in Kacha road including digging of trench 1 M deep & 0.75 M wide including boxing with brick, sand and stone slab of size 450x600x50 mm as per RESSPO Specification. Mtr. 126 15 Hoisting of 11 KV 3x300 Sq. mm XLPE cable. Nos. 04 16 Providing and fixing of HS type Outdoor End Termination as per ISS suitable for 11kV 3x300 Sq. mm XLPE cable. Nos. 02 17 Providing and fixing of HS type Indoor End Termination as per ISS suitable for 11kV 3x300 Sq. mm XLPE cable. Nos. 02 18 Providing and laying of following sizes of Copper control cable from transformer and CT, VCB to control room, its proper dressing, ferruling and termination a) 6x2.5 Sq. mm Mtr. 300 b) 4x2.5 Sq. mm Mtr. 300 c) 2x2.5 Sq. mm Mtr. 100 19 Supply of Checkered Rubber mat of size 2 M x 1 M, 10 mm thick Nos. 02 20 Supply and installation of Fire Extinguishers complete in all respect Nos. 02 21 Digging of cable trench 0.6 mtr wide and 0.9 mtr deep for laying of 3x185 sq. mm underground XLPE cable with provision of Brick sand stone slab etc. as per RESSPO Norms. Mtr. 525 22 Hoisting of 11 kV 3x185, 3x70 mm2 XLPE cable providing MS pipe of 125 mm dia and 300 mm long with proper supporting clamping and its jumpering with existing line as per RESSPO Norms. Nos. 12 23 Providing and fixing of following cable box for 3x185 mm2 cable a) 11 kV Indoor cable box 3x185 mm2 Nos. 05 b) 11 kV Outdoor cable box 3x185 mm2 Nos. 05 c) 11 kV Indoor cable box 3x70 mm2 Nos. 01 d) 11 kV Outdoor cable box 3x70 mm2 Nos. 01 24 Fabrication, erection along with grouting by cement sand brick ballast in ratio 1:4:8 plastering 300 mm above ground level for end termination type D/P on 11 mtr long STP with fixing of necessary clamp accessories required including fabrication and fixing of straight MS channel 100x50 mm 2240 mm long for top one No. MS Angle 65x65x6 mm 2500 mm long for guarding 2 No. bracing of size 65x65x6 mm 3500 mm long with jumpering by P.G. clamp painting of poles with 2 coat of red oxide and 2 coat of Aluminum/post office paint the work should accordance as per RESSPO Norms. Nos. 05 25 Grouting and Nozzling of stay set complete for 11 kV complete line as per RESSPO Norms. Nos. 10 26 Pipe boring type earthing by GI pipe 1.5” dia 20 mtr deep up to water level and connecting with equipment by G.I. MS strip 50X6 mm. Job 06 27 Construction of Power cable trench of size 1 mtr deep and 0.6 mtr wide for laying of incoming and outgoing cables as per RESSPO Norms and covered by RCC top cover 0.5 mtr wide with hanging arrangement. Mtr. 10 28 Construction of cable trench 200 mm wide 300 mm deep with MS strip at a Rmt. 20 distance of 1 mtr with brick work 1:4:8 in foundation 12 mm thick plaster along with MS strip provision at an interval of 1.0 mtr and MS angle running on both the edges of the trench (Only angle & channel shall be provided by the Deptt.) 29 Construction and fixing of trench cover 600 mm long 75 mm thick for cable trench including cost of materials and labor. Nos. 40 30 Earthing of 11 kV switch gear and control panel in control room with 35x5 mm GI strip from two ends complete with cost of material and labor. Job 01 31 Brick on edge soling in switchyard 150 mm wide complete including cost of material and labor. Sq.m 420 32 Construction of D/P mounted T/F 63 KVA with complete fitting and accessories as per RESSPO Norms fitting of channel, base angle , D.O. TPMO, painting, grouting and plinthing work (T/F MS channel, angle and STP shall be supplied by deptt.) Job 01 33 Laying of following cable 900 mm below ground level with cost of brick sand stone slab, hume pipe etc. (Only 11 kV cable shall be supplied by deptt.) a) 11 kV 3x300 sq. mm XLPE cable Mtr. 126 b) 11 kV 3x70 sq. mm XLPE cable Mtr. 43 c)LT PVC cable 3.5 x 70 sq. mm Mtr. 40 34 Fabrication and erection of ST Pole 9 mtr long including grouting plinthing painting as per RESSPO Norms specification providing LT clamps and insulators for lighting with complete (Only STP shall be provided by the deptt.) Nos. 04 35 Supply and fixing of 125 watt HPSV lamp fitting on street light poles erected for S/S lighting complete with cost of materials and labor. Nos. 04 36 Earth Mat laying of earth mat in the switch yard by laying of M.S. Round of 32 mm dia in 750 mm deep trenches and grouting of earth mat with ms round 32 MM DIA , 3 mtr long earth electrodes as per drawing. The work includes welding/bolting of the m.s. round g.s. strip and connecting all steel structures in the switch yard with the earth mat by means of G.S. strips of size 50x6 mm as per item below. M.S. round 32 mm shall be supplied by deptt. a) Digging of trench of size 500 mm wide & 750 mm deep for laying of 32 mm dia M.S. Round, bar including refilling of earth and remaining the same area laying of M.S. round/G.S. strip M.S. round bar 32 mm dia shall be supplied by deptt. Rmt. 540 b) Laying and welding of lap joints of M.S. Round of 32 mm dia & electrode joints with minimum 150 mm overlapping. The M.S. round shall be welded on both sides so that to fill the wedges completely using high quality are welding & good workmanship. The joints shall be covered with black bitumen paint. Nos. 45 c) Fabrication of 32 mm dia. M.S. round, 3 mtr long earth electrodes crosses joints and driving them into ground so that up of the electrodes remains at least 750 mm below the ground level and jointing of earth electrodes 32 mm dia with the earth mat using high quality are welding and good workmanship. Nos. 90 d) Special type deep earthing by 32x3000 mm long electrode and connecting the same with 35x6 mm GI strip as per RESSPO Norms Job 01 37 Grouting of M.S. channel/angle for making runners of movement of trolley. Nos. 09 38 Installation, supply, commissioning of 24 V batteries set with charger including initial charging complete. Job 01 39 Stringing and sagging of ACSR weasel conductor on 4 No. 9 mtr long erected pole for yard light one No. phase and one No. neutral along with guard wire & loop guard as per RESSPO Norms only ACSR cond. provided by deptt. Mtr. 125 40 Stringing & sagging of 3 phase 33 kV bus bar with ACSR Panther cond. Rmt. 18 including its clamps accessories as per RESPO norms only Panther conductor shall be supply by the deptt.

( Shakti Singh ) Superintending Engineer (V)

ANNEXURE-V Price Schedule for execution of works required for “Construction of 33/11 kV 2x5 MVA Sub station at Kalyanpur” against Tender Specifications No. 15/ EUCC (V)/ LESA/ 2011-12 due for opening on 07.07.2011 at 15:00 hrs.

S. Description of Work Unit Unit Rate (Rs) No In figures In words 1 Carriage of following materials from Store Centre Daliganj / Chinhat upto site of work/ JE Dump store including loading, unloading and proper stacking a) 11 KV XLPE cable 3x185/300 Sq. mm Mtr. b) 11 KV XLPE cable 3x70 Sq. mm Mtr. c) 33 kV VCB 800 Amps Nos. d) 33 kV LA Nos. e) 33 KV CT 200/100/1A Nos. f) 33 KV Transformer Control panel D/P T/F Nos. g) 33 kV Control panel Fdr. Single circuit Nos. h) 33kV Line Isolator /Bus Isolator Nos. i) 33 KV Post Insulator, Disc insulator & Pin Insulator Nos. j) Rail 105 lbs, MS Angle 50x50x6, 65x65x6, 75x75x6 mm MS Channel 100x50, 125x65 mm, Stay Wire 7/8 SWG & MS Round bar 32 mm Qtl. k) Transformer oil fresh Lt. l) 11 kV Incoming, Outgoing, Bus coupler VCB Nos. m) ACSR Panther Conductor Mtr. n) 11/0.4 kV 63 kVA Transformer Nos. o) ST Pole 09/11 M long Nos. p) LT PVC cable 3.5x70 Sq. mm , single core 240 Sq. mm Mtr. q) ACSR Weasel Conductor Mtr. 2 Fabrication, erection, grouting plinthing and painting of Substation structures as per RESSPO Drawings (Only MS Channel angle provided by the Department) a) 33 KV Terminal Gantry Nos. b) 33 kV Bus bar gantry Nos. c) 33 kV Isolator Structure Nos. d) 33 KV Lightening Arrestor, Post Insulator structure Nos. e) 33 kV CT Structure Nos. f) Neutral L-Bracket structure Nos. g) Cable Stand structure Nos. 3 Construction of power transformer plinth of size 4x3x1.2 M suitable for 33/11 KV Power Transformer 5 MVA as per RESSPO Norms (Only Rail piece & Angle shall be provided by the department Nos. 4 Construction of plinth for 33 kV VCB of size 1.5x1.5x1 M alongwith grouting of 4 nos. foundation bolts and smoothing the surface as per RESSPO Norms. Nos. 5 Mounting of following equipments on constructed structure with proper alignment and its tightening with clamp nut bolts and washers arranged by the contractor (Only equipments will be provided by the department) a) 33 kV CT 200/100/1A Nos. b) 33 kV VCB 800 Amps Nos. c) 33 KV Lightening arrestors Nos. d) 33 kV Bus and Line Isolators Nos. e) Neutral L-Bracket Nos. 6 Placement of control panel and VCB from unloading place to control room, erection, commissioning and grouting of following equipments as per RESSPO Norms a) 33 KV Transformer Control panel Double Circuit Nos. b) 33 kV Transformer control panel FDR Single circuit Nos. c) 11 kV Incoming VCB CTR 600/300/5A Nos. d) 11 kV VCB feeder FDR CTR 200/100/5 A 250 MVA & 11 kV PT Nos. e) 11 kV Bus Coupler Nos. 7 Safe dragging and placement of 5 MVA Transformers & its accessories from outside to switchyard to plinth with proper alignment (approx. 40 M distance with the help of crane sleepers & manpower etc. Nos. 8 Erection and commissioning of 05 MVA healthy Transformer, mounting of radiator, conservator tank, exposure vent etc. filling of transformer oil in radiator, conservator tank with complete work as per RESSPO Norms. Job 9 Earthing of following structures with GI / MS strip of size 50x6 mm from earth mat at 2 places. a) Cable stand Nos. b) Lightening arrestor/Post Insulator Nos. c) CT Structure Nos. d) Neutral L-Bracket strucutre Nos. e) Bus Isolator and line Isolator Nos. f) 33 kV VCB Structure Nos. 10 Providing and fixing of CT Junction box with 16 nos connectors Job 11 Making mesh with 6 nos. electrodes and connecting LA Set 12 Jumpering of complete transformer bay alongwith complete equipment with ACSR Panther Conductor and all necessary clamps with nut and bolts from main 33 kV Bus bar to 5 MVA Transformers also providing and fixing copper L-Piece and copper bond. Job 13 Earthing of following equipments with MS / GI Strip of size 50x6 mm connecting with Substation earthing in control room a) 33 KV T/F Control panel Double Circuit, 33 kV CT Single circuit Fdr Nos. b) 11 kV Incoming VCB CTR 600/300/5A 350 MVA Nos. c) 11 kV VCB feeder FDR CTR 20/100/5 A 250 MVA & Bus coupler 11 kV PT Nos. d) 11 KV VCB Nos. e) 33/11kV 5 MVA Transformer Nos. f) 33 kV CT 200/100/1A Nos. g) 33 KV Lightening arrestor Nos. 14 Laying of 11 kV 3x300 Sq. mm XLPE cable in Kacha road including digging of trench 1 M deep & 0.75 M wide including boxing with brick, sand and stone slab of size 450x600x50 mm as per RESSPO Specification. Mtr. 15 Hoisting of 11 KV 3x300 Sq. mm XLPE cable. Nos. 16 Providing and fixing of HS type Outdoor End Termination as per ISS suitable for 11kV 3x300 Sq. mm XLPE cable. Nos. 17 Providing and fixing of HS type Indoor End Termination as per ISS suitable for 11kV 3x300 Sq. mm XLPE cable. Nos. 18 Providing and laying of following sizes of Copper control cable from transformer and CT, VCB to control room, its proper dressing, ferruling and termination a) 6x2.5 Sq. mm Mtr. b) 4x2.5 Sq. mm Mtr. c) 2x2.5 Sq. mm Mtr. 19 Supply of Checkered Rubber mat of size 2 M x 1 M, 10 mm thick Nos. 20 Supply and installation of Fire Extinguishers complete in all respect Nos. 21 Digging of cable trench 0.6 mtr wide and 0.9 mtr deep for laying of 3x185 sq. mm underground XLPE cable with provision of Brick sand stone slab etc. as per RESSPO Norms. Mtr. 22 Hoisting of 11 kV 3x185, 3x70 mm2 XLPE cable providing MS pipe of 125 mm dia and 300 mm long with proper supporting clamping and its jumpering with existing line as per RESSPO Norms. Nos. 23 Providing and fixing of following cable box for 3x185 mm2 cable a) 11 kV Indoor cable box 3x185 mm2 Nos. b) 11 kV Outdoor cable box 3x185 mm2 Nos. c) 11 kV Indoor cable box 3x70 mm2 Nos. d) 11 kV Outdoor cable box 3x70 mm2 Nos. 24 Fabrication, erection along with grouting by cement sand brick ballast in ratio 1:4:8 plastering 300 mm above ground level for end termination type D/P on 11 mtr long STP with fixing of necessary clamp accessories required including fabrication and fixing of straight MS channel 100x50 mm 2240 mm long for top one No. MS Angle 65x65x6 mm 2500 mm long for guarding 2 No. bracing of size 65x65x6 mm 3500 mm long with jumpering by P.G. clamp painting of poles with 2 coat of red oxide and 2 coat of Aluminum/post office paint the work should accordance as per RESSPO Norms. Nos. 25 Grouting and Nozzling of stay set complete for 11 kV complete line as per RESSPO Norms. Nos. 26 Pipe boring type earthing by GI pipe 1.5” dia 20 mtr deep up to water level and connecting with equipment by G.I. MS strip 50X6 mm. Job 27 Construction of Power cable trench of size 1 mtr deep and 0.6 mtr wide for laying of incoming and outgoing cables as per RESSPO Norms and covered by RCC top cover 0.5 mtr wide with hanging arrangement. Mtr 28 Construction of cable trench 200 mm wide 300 mm deep with MS strip at a distance of 1 mtr with brick work 1:4:8 in foundation 12 mm thick plaster along with MS strip provision at an interval of 1.0 mtr and MS angle running on both the edges of the trench (Only angle & channel shall be provided by the Deptt.) Rmt. 29 Construction and fixing of trench cover 600 mm long 75 mm thick for cable trench including cost of materials and labor. Nos. 30 Earthing of 11 kV switch gear and control panel in control room with 35x5 mm GI strip from two ends complete with cost of material and labor. Job 31 Brick on edge soling in switchyard 150 mm wide complete including cost of material and labor. Sq.m 32 Construction of D/P mounted T/F 63 KVA with complete fitting and accessories as per RESSPO Norms fitting of channel, base angle , D.O. TPMO, painting, grouting and plinthing work (T/F MS channel, angle and STP shall be supplied by deptt.) Job 33 Laying of following cable 900 mm below ground level with cost of brick sand stone slab, hume pipe etc. (Only 11 kV cable shall be supplied by deptt.) a) 11 kV 3x300 sq. mm XLPE cable Mtr. b) 11 kV 3x70 sq. mm XLPE cable Mtr. c)LT PVC cable 3.5 x 70 sq. mm Mtr. 34 Fabrication and erection of ST Pole 9 mtr long including grouting plinthing painting as per RESSPO Norms specification providing LT clamps and insulators for lighting with complete (Only STP shall be provided by the deptt.) Nos. 35 Supply and fixing of 125 watt HPSV lamp fitting on street light poles erected for S/S lighting complete with cost of materials and labor. Nos. 36 Earth Mat laying of earth mat in the switch yard by laying of M.S. Round of 32 mm dia in 750 mm deep trenches and grouting of earth mat with ms round 32 MM DIA , 3 mtr long earth electrodes as per drawing. The work includes welding/bolting of the m.s. round g.s. strip and connecting all steel structures in the switch yard with the earth mat by means of G.S. strips of size 50x6 mm as per item below. M.S. round 32 mm shall be supplied by deptt. a) Digging of trench of size 500 mm wide & 750 mm deep for laying of 32 mm dia M.S. Round, bar including refilling of earth and remaining the same area laying of M.S. round/G.S. strip M.S. round bar 32 mm dia shall be supplied by deptt. Rmt. b) Laying and welding of lap joints of M.S. Round of 32 mm dia & electrode joints with minimum 150 mm overlapping. The M.S. round shall be welded on both sides so that to fill the wedges completely using high quality are welding & good workmanship. The joints shall be covered with black bitumen paint. Nos. c) Fabrication of 32 mm dia. M.S. round, 3 mtr long earth electrodes crosses joints and driving them into ground so that up of the electrodes remains at least 750 mm below the ground level and jointing of earth electrodes 32 mm dia with the earth mat using high quality are welding and good workmanship. Nos. d) Special type deep earthing by 32x3000 mm long electrode and connecting the same with 35x6 mm GI strip as per RESSPO Norms Job 37 Grouting of M.S. channel/angle for making runners of movement of trolley. Nos. 38 Installation, supply, commissioning of 24 V batteries set with charger including initial charging complete. Job 39 Stringing and sagging of ACSR weasel conductor on 4 No. 9 mtr long erected pole for yard light one No. phase and one No. neutral along with guard wire & loop guard as per RESSPO Norms only ACSR cond. provided by deptt. Mtr. 40 Stringing & sagging of 3 phase 33 kV bus bar with ACSR Panther cond. including its clamps accessories as per RESPO norms only Panther conductor shall be supply by the deptt. Rmt. Date :

]Place: Signature of contractor with seal

Address:

SPECIAL CONDITIONS OF CONTRACT AGREEMENT AGAINST TENDER NO. 15/EUCC (V)/ LESA/ 2011-12

These special conditions shall be read as construed along with annexed "Conditions of Contract Form-A as modified by provisions hereof but if any conflict/consistency between the provisions hereof & those contained in the conditions annexed, the provisions contained in the Special Conditions shall prevail. SCOPE OF WORK: It is proposed to “Construct of 33/11 kV 2x5 MVA Sub station Kalyanpur and other associated work.” Scope of the proposed work against this tender also includes Fabrication erection grouting plinthing of Sub station structure i.e. 33 kV Terminal Gantry , Bus bar gantry, Isolator, Lighting Arrestor, Post Insulator, C.T., Neutral L Bracket, Cable Stand structure, Construction of Power Transformer plinth of size 4x3x1.2 mtr and VCB plinth of size 1.5x1.5x1 mtr along with grouting, Mounting of accessories on constructed structure with proper alignment and its tightening of CT 200/100/1A, 33 kV VCB 800 Amp, 33 KV lighting arrestor, Post Insulator, Bus and line isolator, Neutral L Bracket, placement of control panel and VCB from unloading place to control room for erection commissioning and grouting of 33 kV Transformer control panel Double CKT, control panel FDR single CKT, I/C VCB CTR 600/300/5A 350 MVA, 11 KV VCB FDRCTR 200/100/5A 250 MVA , 11 kV Bus coupler, 11 kV PT, safe dragging and placement of 5 MVA Transformer and its accessories from outside to switchyard to plinth with proper alignment, with erection and commissioning of transformer, mounting of radiator conservator tank exposure vent etc. Filling of T/F oil in radiator and conservator tank, earthing of cable stand , lighting arrestor, post insulator, CT, Neutral L bracket, Bus Isolator & line , 33 kV VCB structure with GI/MS strip 50x6 mm from earth mat at two places, Providing and fixing of CT junction box with 16 no connector, Making mesh with 6 No. electrode and connecting LA, Jumpering of complete T/F bay along with complete equipment by ACSR panther Cond. and all necessary clamps, earthing of 33 kV Transformer control panel double CKT, 33 kV C.P. single Ckt Fdr, 11 kV I/C VCB , 11 kV VCB Fdr Ctr, bus coupler, 33 kV VCB, 11 kV PT 33/11 kV 5 MVA T/F, 33 kV CT and LA with MS/ GI strips 50x6 mm by S/s earthing in control room, Laying of 11 kV cable 3x300 sq. mm in kachcha road including digging of trench 1 mtr deep and 0.75 mtr wide including providing with brick sand slab as per RESPO specification, Hoisting of 11 kV 3x300 sq. mm cable, Providing and fixing of HS type cable box outdoor and indoor , Providing and laying of control cable of different size from T/F & CT, VCB to control room its termination, proper dracing, glanding, drilling, ferruling and connections as per required, supply and fixing of rubber mat, and fire extinguisher with complete, digging of cable trench 0.6 mtr wide and 0.9 metr deep for laying of 3x185 sql. mm U/G XLPE cable with provision of brick, sand stone slab, Hoisting of 11 kV 3x70/185 sq. mm cable providing MS pipe of 125 mm dia and 300 mm long , providing and fixing of 11 kV indoor / outdoor cable box for 3x185/70 sq. mm cable, Fabrication erection along with grouting by cement sand brick ballast 300 mm above ground level for end termination type D. pole on 11 mtr long STP with fixing of necessary clamp accessories required Angle and MS channel, Grouting and nozzling of stay set complete, pipe boring type earthging by GI Pipe 1.5 “ dia upto water level , construction of power cable trench of size 1 mtr deep and 0.6 mtr wide for laying of incoming and outgoing cable , construction of cable trench 200 mm wide 300 mm deep with MS strip at a distance of 1 mtr with brick work, fixing of trench cover 600 mm long 75 mm thick for cable trench , earthing of 11 kV switch gear and control panel in control room with 35x5 mm GI strip from two ends complete , Brick on edge soling in switchyard 150 mm wide complete, construction of D/P mounted T/F 63 KVA with complete fitting and accessories , laying of 11 kV 3x70/300 cable 900 mm below ground level with cost of brick sand stone slab, hume pipe etc., Fabrication and erection of S.T. Pole 9 Mtr Cont’d ...... 2 : 2 : long including grouting plinthing painting, Supply and fixing of 125 watt HPSV lamp fitting on street light poles, Earth mat laying of earth mat in the switch yard by laying of MS round of 32 mm dia in 750 mm deep trench and grouting of earth mat with MS round 32 mm dia, 3 mtr long earth electrodes as per drawing. Digging of trench of size 500 mm wide & 750 mm deep for laying of 32 mm dia MS Round, bar including refilling of earth and remaining the same area laying of MS round/GS strip MS round bar , Laying and welding of lap joints of MS round of 32 mm, fabrication of 32 mm dia MS round 3 mtr long earth electrodes crosses joints and driving them into ground so that up of the electrodes remains atleast 750 mm below the ground level and jointing of earth electrodes, special type deep earthing by 32x3000 mm long electrodes and connecting the same, Grouting of MS channel/angle , Installation, supply, commissioning of 24 V batteries set with charger including initial charging complete, stringing and sagging of ACSR weasel conductor on 4 no 9 mtr long erected pole for yard light, Stringing and sagging of 3 phase 33 kV bus bar with ACSR Panther conductor. The materials mentioned at Sl. 1 (a to q), will be provided by the department to the contractor while the remaining material required for completion of work will be arranged by the contractor at his own cost. The proposed work shall be carried out under the supervision of Executive Engineer, Electricity Urban Construction Division (II), LESA, Lucknow or his authorized representative. CONDITIONS FOR WORKS AND CONTRACTOR'S RESPONSIBILITY: 1. The contractor should see the route of line before quoting rates/ starting construction work & satisfy him or herself to ensure that Indian Electricity Rules should be followed strictly. 2. The work shall be carried out strictly in accordance with the MVVNL Practices RESSPO Drawings, directions of the MVVNL /UPPCL representative and prevailing Indian Electricity Rules/Acts. 3. The contactor shall be given store material by the Corporation representative for each job which will be acknowledged and arrange to submit detail utilization of material used on the work and balance return to store immediately after completion of each work. 4. The contractor shall be entirely responsible for safe upkeep of the materials given to him till completion of work to the satisfaction of the MVVNL/UPPCL representative for final accounting. The material shall be kept at dumpsite safely decided by the supervising authority. 5. The contractor shall arrange at his own end all the proper tools & equipment and testing facilities etc. necessary for the work. The contractor shall make adequate arrangement (particularly sufficient manpower) for proper handling of rail/ ST pole/ PCC pole & conductor drums & ensure that no kinks etc. are made in the conductor and conductor are not damage in any what so ever. 6. The contractor shall be solely responsible for any losses/theft/damages/ accident to the persons working with/under him and shall have to pay due compensation in accordance with the prevailing rules/regulation of Govt. Contractor shall arrange to have group insurance for labours engaged by him and shall have to pay due compensation in accordance with the same. The Corporation will bear no responsibility for the compensation to his labor in case of any accident. He will also be required to produce License for engagement of the labors from the Labors Department, U.P. Government. 7. No compensation for idle labors shall be admissible to the contractor on account of stopping of due to non-availability of any material/ fund/ shutdown/ permission from PTCC/ Railway/ Govt. Deptt. or any other force majure conditions beyond the control of the Corporation. However, the contractor shall be given necessary extension in completion period accordingly.

Cont’d ...... 3 : 3 : 8. While construction work is in progress, the contractor shall have to provide lightening arrangement, sign Boards etc or necessary precautionary materials/ arrangements sothat accidents/ losses to the public manpower of contractor/corporation etc. are avoided. 9. All charges on account of damages/ losses/ claims/ theft etc. involved under the conditions laid down above shall be borne by the contractor, if paid by the Corporation shall be recovered from the contractor's bills/ security deposit. 10.Execution authority will ensure that the material supplied by the contractor, is strictly as per technical specifications. 11.The contractor is required to abide by the provisions of the labors / industrial loss such payment of minimum wages to labors engaged by them for execution of work. 12.After completion of work, Executive Engineer, Electricity Urban Construction Division (II), Lucknow, will ensure that "As executed" estimate has been prepared & got sanctioned from the Competent authority. 13.SECURITY DEPOSIT: Security deposit @ 10% will be deducted from the running bills of the contractor by the payment authority and the same will be released after expiry of guarantee period i.e. six month from the date of completion of work. The contractor may also deposit the security in the shape of Bank Draft/FDR/CDR duly pledged in favor of Work execution authority. In case the amount of Security deposit exceeds Rs. 5000.00 the same may also be deposited in the form of Bank Guarantee from a scheduled bank of India duly executed on a non-judicial stamp paper of entire work. The Bank Draft/ FDR or Bank Guarantee should be valid for a minimum period of 18 months. 14.PRICES: The above prices are "FIRM & FIRM" during the currency of contract & exclusive of Service tax and the same will be paid extra if legally applicable. No variation in the cost will be allowed at any cost. 15.PAYMENT: Payment shall be made against running bills duly pre-receipted to be submitted by the contractor in duplicate to the Executive Engineer, Electricity Urban Construction Division (II) after deduction of Income tax/ Security if legally applicable. In no, case payment will be made by letter of credit. 16.COMPLETION PERIOD: The work will be completed within 06 months from the date of start of work which will be decided by the Execution authority & will counted from the last receipt of Store material and site clearance from the concerned department of U.P. /Central Government. 17.Penalty: Penalty for delay in completion of works shall be levied @ ½% per week subject to maximum of 10% value of in-completed portion of work. 18.Any damage or loss of, public property/ Board's material shall have to be borne by the contractor. 19.The quantities of work may vary + 10% (Ten percent) on either side on same rates, terms & conditions for which no claim of the contractor will be entertained. 20.ARBITRATION/SETTLEMENT OF DISPUTE: In case of any dispute arises in between the contractor and the engineer of contract, the decision of Chief Engineer, LESA, will be final and binding on both. 21.TERMINATION OF AGREEMENT: The Engineer of the contract can terminate the agreement at any time by giving one months notice in the event of unsatisfactory performance of the contractor. This is however without prejudice to the offer and terms and conditions of the agreement.

Sd/- (Shakti Singh) Superintending Engineer (V)