government of haryanaharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 ·...

200
GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical Works under Local Competitive Bidding Procedure. Name of Work: Augmentation drinking water supply scheme Bahadurgarh Town, Distt. Jhajjar, “Designing, construction, testing and commissioning of PLC (SCADA based) 6.00 MGD Water Treatment Plant including supply, erection, testing and commissioning of all electrical and mechanical works and all other works contingent thereto, and operation & maintenance for five years after trial run period of 3 months (under 13 th Finance Commission). App. Cost Rs. 400.00 lacs. Name of Agency : ……………………………………………………………….......... ……………………………………………………………….......... Agreement No. : ……………………………………………………………….......... -Sd- Signature of Dy. Supdt. Tender Notice No..……………

Upload: others

Post on 27-Jun-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

GOVERNMENT OF HARYANA

Public Health Engineering Department.

TENDER

and

CONTRACT DOCUMENT

For Procurement of Civil/Mechanical/Electrical Works under Local Competitive Bidding Procedure.

Name of Work: Augmentation drinking water supply scheme Bahadurgarh Town, Distt. Jhajjar, “Designing, construction, testing andcommissioning of PLC (SCADA based) 6.00 MGD Water Treatment Plant including supply, erection, testing andcommissioning of all electrical and mechanical works and all other works contingent thereto, and operation &maintenance for five years after trial run period of 3 months (under 13th Finance Commission).

App. Cost Rs. 400.00 lacs.Name of Agency : ………………………………………………………………..........

………………………………………………………………..........Agreement No. : ………………………………………………………………..........

-Sd-

Signature of Dy. Supdt. Tender Notice No..……………

Page 2: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 1 -

PRESS NOTICEPublic Health Engineering Department, Haryana Public Health Engineering Division

Bahadurgarh.Notice Inviting Tender

No. ________________ Dated:_____________

1. Online bids are hereby invited on behalf of Governor of Haryana for the works mentioned below:-

Name of Work: Augmentation drinking water supply scheme Bahadurgarh Town, Distt. Jhajjar,“Designing, construction, testing and commissioning of PLC (SCADA based)6.00 MGD Water Treatment Plant including supply, erection, testing andcommissioning of all electrical and mechanical works and all other workscontingent thereto, and operation & maintenance for five years after trial runperiod of 3 months (under 13th Finance Commission).

During date & TimeSr. No. of work Estimated Cost Earnest Money Tender

DocumentFee

Downloading ofTender Document &Payment of TenderDocument fees

Online Bidpreparation and hashsubmission

1 Rs. 400.00 Lacs Rs. 800000/- Rs. 15000/- From date 23.06.2012

& time 20.01 to date

28.06.2012 & time

20:00

From date 23.06.2012

& time 20.01 to date

28.06.2012 & time

20:00

1. Tender will be opened on dated 08.07.2012, from 20:01 to 10.07.2012 18:001. Possession of Digital Signature Certificate (DSC) and registration of the contractors on the portal i.e.

http://haryanaphed.etenders.in is a prerequisite for e-tendering. Kindly contact o/o Nexttenders (India) Pvt. Ltd. O/oPWD (B&R) Haryana Nirman Sadan Building (Basement) Plot No. 1, Dakshan Marg Sector-33, Chandigarh-160020N Contactpersons : Sh. Manmit – 09815034028.

2. For any other queries, please contact Executive Engineer, PHE Div. Bahadurgarh Tel.(O)_01276 242976 Tel(M) 09416318131 Address P.H. Divn. Bahadurgarh.For further details and e-tendering schedule, visit website http://haryanaphed.etenders.in

For & on behalf of Governor of Haryana Sd/Executive EngineerPHE Division, Bahadurgarh.

Page 3: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 2 -PUBLIC HEALTH ENGINEERING DEPARTMENT, HARYANA PUBLIC HEALTH ENGINEERING DIVISON, BAHADURGARH.

NOTICE INVITING TENDER

Online bids are hereby invited on behalf of Governor of Haryana for the following work as mentioned below:-

Name of Work: Augmentation drinking water supply scheme Bahadurgarh Town, Distt. Jhajjar, “Designing, construction, testing and commissioning of PLC(SCADA based) 6.00 MGD Water Treatment Plant including supply, erection, testing and commissioning of all electrical and mechanicalworks and all other works contingent thereto, and operation & maintenance for five years after trial run period of 3 months (under 13th FinanceCommission).

App. Cost Rs. 400.00 lacs.

During date & TimeSr. No. of

workEstimated

CostEarnestMoney

TenderDocument

Fee

Downloading ofTender Document &Payment of TenderDocument fees

Online Bidpreparation and hashsubmission

1 Rs. 400.00 Lacs Rs. 800000/- Rs. 15000/- From date 23.06.2012

& time 20.01 to date

28.06.2012 & time

20:00

From date 23.06.2012

& time 20.01 to date

28.06.2012 & time

20:00

1. Tender documents can be downloaded online from the Portal: http://haryanaphed.etenders.in by the Firms / Individual registered on the Portal.

2. As the Bids are to be submitted online and are required to be encrypted and digitally signed, the Bidders are advised to obtain Digital Signature Certificate (DSC) at the earliest. For obtainingDigital Certificate, the Bidders should follow point No. 3 under "Annexure-A - Conditions of e-tendering".

Page 4: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 3 -3. Key Dates

Sr. No. PHED State Contractor Stage Start Date and Time Expiry Date and Time1 Release of Tender document 22.06.2012 10:00 Hrs. 23.06.2012 20:00 Hrs.2

-

Downloading ofTender Documents &

Payment of TenderDocuments fees

23.06.2012 20:01 Hrs. 28.06.2012 20:00 Hrs.

3-

Online BidPreparation & Hash

Submission

23.06.2012 20:01 Hrs. 28.06.2012 20:00 Hrs.

4 Technical & Financial Lock - 28.06.2012 20:01 Hrs. 29.06.2012 20:00 Hrs.5

-Manual Submission of

EMD & AdditionalDocuments

29.06.2012 20:01 Hrs. 01.07.2012 20:00 Hrs.

6 Open EMD & Technical/PQ Bid - 01.07.2012 20:01 Hrs 02.07.2012 20:00 Hrs.7 Eligibility criteria evaluation - 02.07.2012 20:01 Hrs 08.07.2012 20:00 Hrs.8 Open Financial/Price-Bid - 08.07.2012 20:01 Hrs 10.07.2012 18:00 Hrs.

4. The Bidders can download the tender documents from the Portal : http://haryanaphed.etenders.in. Tender Documents Fees has to be paid online through payment gateway during the"Downloading of Tender Document & Payment of Tender Document fees" stage and Earnest Money Deposit has to be submitted through RTGS transaction/Net Banking in the name of

Executive Engineer , Public Health Engineering Division Bahadurgarh bank account No. 909020041684267 in Bank name AXIS BANK & Bank IFS CODE

UTIB0000627 . The particulars are to be given online at the e-tendering website of the department:-

a) Name of a/c holder from whose a/c payment for earnest money has been made by the agencyb) A/C No.c) Name of the Bankd) Transaction IDe) Date of time of transactionf) Mode of payment is through RTGS, Demand Draft, Net banking, Credit card etc.g) Amount of Payment

Willing Contractors shall have to pay the Tender Document Fees through payment gateway during the "Downloading of Tender Document & Payment of Tender Document fees" stage.However, as the details of the EMD are required to be filled at the time of Bid Preparation and Hash Submission stage, the Bidders are required to keep the EMD details ready beforehand.

5. The tender shall be submitted by the bidder in the following three separate envelops online:1. Earnest Money and all the documents

in support of eligibility criteria - Envelope 'ED'2. N.I.T. and Technical Bid - Envelope 'T I'3. Price Bid - Envelope 'C I'

Note:- Online Bidders shall submit the EMD or through RTGS/Net Banking/ Credit card. Documents in support of eligibility criteria shall also be submitted in Envelope 'ED'. Price Bids are tobe submitted mandatory online and shall not be accepted in any physical form.

Page 5: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 4 -

Reference of the EMD is to be mentioned online.

The envelopes 'ED' & 'TI' shall be kept in a big outer envelop, which shall also be sealed. In the first instance, the Envelop - 'ED' of all the Bidders containing the Earnest Money and documentssupporting eligibility criteria shall be opened online . If the Earnest Money and eligibility of bidder is found proper, the Envelop 'TI' containing Technical Bid shall be opened in the presence of suchbidders who either themselves or through their representatives choose to be present. The Technical and Financial bid shall be opened only if the bidders meet the eligibility criteria as per the Biddocument.

The bidder will submit the necessary documents as under.

Envelope 'ED' - Earnest Money Deposit and eligibility criteria Envelop

Online EMD Envelope-Reference details of the Earnest Money Deposit instrument and scanned copy of documents supporting eligibility criteria.

Envelope 'TI' - Technical Bid Envelope

Online Technical Envelope - All the information and scanned copies of the Documents / Certificates as required to be submitted as per the Tender. Also, all such documents, if any, that cannot besubmitted online i.e. all the Information and Documents / Certificates as required to be submitted in physical technical envelope as per the Tender.

Envelope 'CI' - Price Bid Envelope

To be submitted mandatory online- "Information related to Price Bid of the Tender". The Envelopes "ED" & "TI" shall be placed in another envelop of bigger size clearly marking the name of agency &name of work. In case, the Bidders have submitted all the information and documents/ certificates required as a part of Technical Bid online, physical Envelope "TI" shall be submitted clearly marking"Blank".

The bidder can submit their tender documents as per the dates mentioned in the schedule above.

CONDITONS:-

1) NIT, if required, can be seen on any working day during office hours in office of the undersigned.

2) Conditional tenders will not be entertained & are liable to be rejected.

3) The undersigned reserves the right to reject any tender or all the tenders without assigning any reason.

4) The societies shall upload & produce a copy of the resolution of the Co-Operative department for e-tendering.

5) The tender without earnest money will not be opened.

6) The jurisdiction of court will be at _____________.

7) The tender of the bidder who does not satisfy the eligibility criteria in the bid documents is liable to be rejected summarily without assigning any reason and no claim whatsoever on this

account will be considered.

8) The bid for the work shall remain open for acceptance during the bid validity period to be reckoned from the date of "Online Bid preparation and Hash submission". If any bidder withdraws

his bid before the said period, any modifications in the terms and conditions of the bid, the said earnest money shall stand forfeited. Bids would require to be valid for 3 months from the date

of closing of online "Bid preparation and Hash submission stage".

Page 6: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 5 -

For and On Behalf of Governor of Haryana

-Sd-Executive EngineerPHE Division,Bahadurgarh

Endorsement No. Dated

A copy of above is forwarded to the following for information and wide publicity:

(1) Deputy Commissioner, ___________at ______________(2) Engineer-in-Chief Haryana, PHED, Panchkula(3) All Superintending Engineers/Executive Engineer, PHED Haryana.

For and On Behalf of Governor of Haryana

-Sd-Executive EngineerPHE Division,Bahadurgarh

Page 7: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 6 -

Page 8: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 7 -

Page 9: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 8 -

Page 10: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 9 -

Page 11: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 10 -

Page 12: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 11 -

Page 13: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 12 -

Page 14: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 13 -

Page 15: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 14 -

Page 16: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 15 -

Page 17: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 16 -ANNEXURE-A

CONDITIONS OF E-TENDERINGInstructions to Contractors on Electronic Tendering

1. These conditions will over-rule the conditions stated in the tender documents, wherever relevant and applicable.

2. All the Contractors intending to participate in the tenders processed online, are required to get registered for the Electronic Tendering System on the Portal http://haryanaphed.etenders.inFor more details, please see the information in Registration info link on the home page.

3. Obtaining a Digital Certificate:

3.1 The Bids submitted online should be encrypted and signed electronically with a Digital Certificate to establish the identity of the bidder bidding online. A digital signature certificate has two keysi.e. Public Key and Private Key. Public Key is used to encrypt the data and Private Key is used to decrypt the data. Encryption means conversion of normal text into coded language whereasdecryption means conversion of coded language into normal text. These Digital Certificates are issued by an approved certifying authority, by the controller of Certifying Authorities, Government ofIndia.

3.2 A Digital Certificate is issued upon receipt of mandatory identity proofs and verification letters attested by the Notary Public / Charted Account / Any Gazatted Officer whose stamp bearsemblem of Ashoka. Only upon the receipt of the required documents, a digital certificate can be issued.

3.3 The contractors may obtain Class II B digital certificate from any Certifying Authority or Sub-certifying Authority authorized by the Controller of Certifying Authorities on the portalhttp://cca.gov.in. or may obtain information and application format and documents required for issue of digital certificate from one such certifying authority on given below which is :-

1. TATA Consultancy Services Ltd.11th Floor, Air India Building, Nariman Point, Mumbai-400021 website -www.tcs-ca.tcs.co.in

2. Sify Communications Ltd.III Floor, Tidel Park, 4 Canal Bank Road, Taramani, Chennai-600113. Website - www.safescrypt.com

3. MTNL Trustline CAO/o DGM (IT-CA), 5515, 5th Floor, Core-V Mahanagar Doorsanchal Sadan, CGO Comples, MTNL, Delhi-110003. Website - www.mtnltrustline.com

4. iTrust CA (IDRBT)Castle Hills, Road No.1, Masab Tank, Hyderabad, Andhra Pardesh -500057. Website - idrbtca.org.in

5. (n)Code solutions301, GNFC Tower, Bodak Dev, Ahmedabad-380054, Gujarat. Website - www.ncodesolutions.com

6. National Informatics Centre Ministry of Communication and Information TechnologyA-Block CGO Complex, Lodhi Road,New Delhi-110003. Website https://nicca.nic.in

7. e-Mudhra CA3i Info-tech Consumer Serivces Ltd3rd Floor, Sai Arcade, Outer Ring Road, Devarabeesanahalli, Bangalore560036, Karnataka Website - http://www.e-Mudhra.com

Page 18: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 17 -Contractors may also obtain information and application format and documents required for issue of digital certificate from the following:-

1. Nextenders (India) Pvt. Ltd.YUCHIT, Juhu Tara Road, Mumbai-400049 [email protected]

2. Nextenders (India) Pvt. Ltd.O/o HSRDC, Bays No.13-14, Sec-2, Panchkula-134151Contact Person: Manmit - 09815034028Rishi - 09878012160

3.4 Bid for a particular tender may be submitted only using the digital certificate, which is used to encrypt the data and sign the hash during the stage of bid preparation and hash submission. Incase, during the process of a particular tender, the user looses his digital certificate (i.e. due to virus attack, hardware problem, operating system problem), he may not be able to submit thebid online. Hence, the users are advised to have back up of certificate and keep the copies at safe place under proper security to be used in case of emergencies.

3.5 In case of online tendering, if the digital certificate issued to the authorized user of a firm is used for signing and submitting a bid, it will be considered equivalent to a no-objectioncertificate/power of attorney to that User. The firm has to authorize a specific individual via an authorization certificate signed by all partners to use the digital certificate as per IndianInformation Technology Act 2000. Unless the certificates are revoked, it will be assumed to represent adequate authority of the user to bid on behalf of the firm for Public Health EngineeringDepartment, Haryana tenders as per Information Technology Act 2000. The digital signature of this authorized user will be binding on the firm. It shall be the responsibility of management /partners of the registered firms to inform the certifying authority or Sub Certifying Authority, in case of change of authorized user and applies for a fresh digital certificate and issues an'authorization certificate' for the new user. The procedure for application of a digital certificate will remain the same for the new user.

3.6 The same procedure holds true for the authorized users in a private/Public limited company. In this case, the authorization certificate will have to be signed by the directors of the company.

4. Set up of machine

In order to operate on the electronic tender management system, a user's machine is required to be set up. A help file on setting up of the system can be obtained from NexTenders (India) Pvt.Ltd. or downloaded from the home page of the website - http://haryanaphed.etenders.in.>> "Information for new users".

5. Online Viewing of Notice Inviting Tenders:

The contractors can view the N.I.T and the time schedule (Key Dates) for all the packages floated using the electronic tendering system on the Haryana PHED websitehttp://haryanaphed.etenders.in. Contractor may refer to NIT in the office of Executive Engineer.

6. Opening of an Electronic Payment Account:

6.1 For purchasing the tender documents online, contractors are required to pay the tender documents fees online using the electronic payments gateway service as mentioned at S. No.8.

6.2 For the list of payments using which the online payments can be made, please refer to the Home page of the Portal http://haryanaphed.etenders.in

7. Submission of Earnest Money Deposit:

7.1 The EMD Payment can be made by eligible contractors through Approved Traditional Financial Instruments or through RTGS/Net Banking transaction .

7.2 Contractors have to submit the EMD either physically in a sealed physical envelope which should reach the office of concerned Executive Engineer as mentioned in the Tender Notice or makeEMD payment through RTGS/Net Banking transaction.

8. Submission of Tender Document Fees:

Page 19: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 18 -

The Payment can be made by eligible contractors online directly via Credit Card / Internet Banking Account / Cash Card / Debit card. The contractors have to pay for the tender documentsonline by making online payment of tender document fees using the service of the secure electronic payment gateway. The secure electronic payments gateway is an online interface betweencontractors and credit card / online payment authorization networks.

9. Purchase of Tender Documents:

Download of Tender Documents: The tender documents can only be downloaded from the Electronic Tendering System on the Portal http://haryanaphed.etenders.in

10. Submission of Bid Seal (Hash) of online Bids:

Submission of bids will be preceded by submission of the digitally signed bid seal (Hash) as stated in the tender time schedule (Key Dates) of the Tender. Bidders should take note of anycorrigendum being issued on the website on a regular basis. They should view and note down the tender Hash and ensure that it matches with their previous noted Hash before confirmingthe rates.

11. Generation of Super Hash:After the time of submission of Bid Seal (Hash) by the bidders has lapsed, the bid round will be closed and a digitally signed tender Super Hash will be generated by authorized HaryanaPHED official. This is equivalent to sealing the tender box.

12. Submission (Re-encryption) of actual online bids:Bidders have to submit their encrypted bids online and upload the relevant documents for which they generated the hash at the stage of hash generation and submission after the generationof Super Hash within the date and time as stated in the Notice Inviting Tenders (Key Dates). The electronic bids of only those contactors who have submitted their bid seals (Hashes) withinthe stipulated time, as per the tender time schedule (Key Dates), will be accepted by the System. A bidder who does not submit his bid seal (Hash) within the stipulated time will not beallowed to submit his bid.

13. Key Dates:13.1 The bidders are strictly advised to follow dates and time as indicated in the Notice Inviting Tender. The date and time will be binding on all the bidders. The bidders are required to complete

the stage within the stipulated time as per the schedule to continue their participation in the tender. All online activities are time tracked and the system enforces time locks that ensure that noactivity or transaction can take place outside the start and end dates and time of the stage as defined in the Notice Inviting Tender. The bidder should check the status of a particular stage byfollowing the below mentioned procedure:-

a. Click on "Main" after login into the portal.b. Select "Tender Search" and click on "Go"c. Next screen will appear on the screen and click on "Search" button to view the list of various tenders.d. Select the tender whose status is to be viewed by clicking on the tender no.e. Click on "Action page" button. The status of all the stages

i.e. whether "Pending" or "Completed" can be viewed.

The bidder should ensure that the status of a particular stage should be shown as "Completed" before the expiry date and time of that particular stage and he should possess a copy of receiptof completion of each stage to be performed from his end. It will be the sole responsibility of the bidder if the status of a particular stage is "Pending" till the expiry date and time of that stageand he is not able to proceed further in the e-tendering process.

Other Information:

1. The intending bidders shall fill the lumpsum rate / item rate / Percentage rate in the online templates of the online tender. The Price Bid has to be submitted mandatory online.

Page 20: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 19 -2. Technical Bid Documents except EMD that cannot be submitted online, if any should be put in separate sealed envelopes and these sealed envelopes together with the documents listed below

should be sealed in another cover and delivered to this office before the date and time mentioned in the Tender Notice. i. A list of all documents accompanying the sealed envelopes containing the tender documents.ii. Duly accepted power of Attorney in original along with its two certified copies in the name of bidder or authorized representative to act on behalf of the agency.iii. Documents in respect of payment of earnest money.

3. Tender must strictly abide by the stipulations set forth in notice inviting tender & while tendering for the work, the bidder shall adopt only the three envelope system.

4. The third envelop - Price Bid envelope has to be submitted mandatory online and shall not be accepted physically under any circumstances. In case any bidder does not comply withprocedure given above, it will be presumed that he is not interested in the work and the work shall not be let out to him. Further he may be de-listed without further notice to him for failingto abide by the strictly approved terms of notice inviting tender for this work.

5. The tenders which are not accompanied by the earnest money or proof of earnest money or do not strictly follow the technical requirement, are liable to be rejected summarily.

6. Tenders / quotations which are dependent upon the quotations of another bidder shall be summarily rejected.

Note: - Bidders participating in e-tendering shall check his/her validity of Digital Signature Certificate before bidding in the specific work floated online at e-tendering portal of Public HealthEngineering Department, Haryana on the website http://haryanaphed.etenders.in. Also, the bidder will be held liable solely, in case, while bidding in particular stage - Date & Time expired asper the key dates available on the tender document. Key dates are subject to change in case of any amendment in schedule due to any reason stated by concerned Executive Engineer of theDepartment.

Page 21: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 20 -HARYANA PUBLIC HEALTH ENGINEERING DEPARTMENT PUBLIC HEALTH ENGINEERING DIVISION BAHADURGARH.

NOTICENOTICE INVITING TENDER

1. For and behalf of the Government of Haryana, tenders in sealed covers are hereby invited for the execution of the work given belowfrom firms of repute/such contractors, who are having a valid certificate of enlistment issued by a competent officer of Haryana Public HealthEngineering Department duly renewed upto date (on which tenders are to be opened): -

Name of Work: Augmentation drinking water supply scheme Bahadurgarh Town, Distt. Jhajjar, “Designing, construction, testing andcommissioning of PLC (SCADA based) 6.00 MGD Water Treatment Plant including supply, erection, testing andcommissioning of all electrical and mechanical works and all other works contingent thereto, and operation &maintenance for five years after trial run period of 3 months (under 13th Finance Commission).

App. Cost Rs. 400.00 lacs.

Executive EngineerPARTICULARS OF THE Haryana Public Health Engineering DepartmentOFFICER INVITING Public Health Engineering Division,THE TENDERS Bahadurgarh.

Hereinafter referred to as"Executive Engineer"

Page 22: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 21 -STEREO B & R 28Name of contractor :

Name of work Augmentation drinking water supply scheme Bahadurgarh Town, Distt. Jhajjar, “Designing, construction, testing andcommissioning of PLC (SCADA based) 6.00 MGD Water Treatment Plant including supply, erection, testing andcommissioning of all electrical and mechanical works and all other works contingent thereto, and operation &maintenance for five years after trial run period of 3 months (under 13th Finance Commission).

App. Cost Rs. 400.00 lacs.

HARYANA PUBLIC HEALTH ENGINEERING DEPARTMENT, PUBLIC HEALTH ENGINEERING DIVISION, BAHADURGARH.

SignatureDy. Supdt.

Form : F-1

TENDER AND CONTRACT FOR WORKS

General Rules and Directions for the Guidance of Contractor

CONTRACTORS SHOULD CAREFULLY STUDY THE RULES GIVEN BELOW WHICH ARE FOR THEIR GUIDANCE BEFORE SUBMITTING THE

TENDERS & COMPLY WITH THE SAME ANY NON COMPLIANCE OF THE SAME IS LIKELY TO RESULT IN FORFEITURE OF EARNEST

MONEY & MAY RESULT IN CANCELLATION OF HIS CERTIFICATE OF ENLISTMENT.

Rule No. 1: Brief information about the works proposed for aexecution by contractor have been notified in a shape of "NOTICE"pasted on the Notice Board hung up in the office, duly signed by theExecutive Engineer. Further, the detailed document called "NOTICEINVITING TENDERS" can be seen in the office of Executive Engineeron any working day. This form states the work to be carried out, as wellas the date & time for submitting and opening of tenders and the timeallowed for carrying out, the work, the earnest money required toaccompany the tenders, also the amount of security to be deposited bythe contractor whose tender is accepted, the conditions of contract onwhich contract agreement would be concluded, copies of the

General

Page 23: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 22 -specifications, designs & drawings, Contract Schedule of Rates, andalso a Schedule of Ceiling Premia "by which the rates of various itemsof the Contract Schedule of Rates shall be increased so as to be calledthe "Ceiling Rates". Further any other documents required inconnection with the works duly signed by the Executive Engineer forpurpose of identification shall also be open for inspection by thecontractors in the office of the Executive Engineer as mentioned in the"NOTICE".

Rule No. 2: Any contractor who submits tender may sign anaffidavit to the effect that he has no connection or relation with thefirm/contractor black-listed by Haryana Government/Govt. of Indiafrom time to time. The form of affidavit can be seen in the office of the"Executive Engineer".

Rule No. 3: The tender shall not be burdened or loaded withany conditions. Only rate shall be quoted. A conditional tender is liableto be rejected outright at the discretion of the accepting authority. In thealternative, the accepting authority may treat the conditions as null andvoid and make a counter offer to the tenderer to do the work at the ratequoted by him without the conditions. If the contractor who submittedthe tender refuses to accept the said counter offer to do the work at therates quoted by him without the conditions within one week of the saidoffer having been made by the accepting authority, the earnest moneywhich accompanied the tender shall stand forfeited and the contractorshall be no claim to the same whatsoever.

ConditionalTenders

Rule No. 4: The tender shall be signed by the person orpersons authorized to do so in a manner by the authority granting thecertificate of enlistment. Any tender not signed in the manner soauthority shall be deemed to be an invalid tender and shall be rejectedand the earnest money shall be forfeited without prejudice to any otherrights & remedies a available to the Executive Engineer.

Contractor'sSignature

In the event of the tender being submitted by a firm, it mustbe signed separately by each member thereof, or in the event of the

Page 24: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 23 -absence of any partner, it must be signed on his behalf by a personholding a power of attorney authorizing to do so.

For the purpose of identification, the contractor shall supplyto the Executive Engineer specimen signatures duly attested by aGazetted Officer known to the Executive Engineer. The specimensignatures must be supplied well before the date of submission oftenders.

The contractor(s) shall sign on all pages of tender form to besubmitted by him. In addition, he shall also sign at the places, where heis to sign which are marked 'X' on pages:

All corrections shall be made in a manner so that the originalis legible. There shall be no over writings. The corrections shall beauthenticated by the signatures of the authorized person as describedabove.

Any tender not so signed may be rejected and the earnestmoney forfeited.

SingleRate

Rule No. 5: (a) For Scheduled items: Any person who submitsa tender shall fill up the usual printed form stating the percentageabove or below the "Ceiling Rates" as defined in Rule 1 at which he iswilling to undertake the work. Only one single rate of percentage aboveor below on all scheduled items of the contract Schedule & for allpurposes shall be mentioned in the space provided in the Tender Form.For the purpose of this single rate. Explanatory Memo, below may beseen. Which explains the manner in which the admissible paymentshall be worked out after taking into consideration the sanctionedCeiling Premia as enumerated in the "Schedule of Ceiling Premia"mentioned in Rule (I) together with the single rate quoted by thecontractor. Any rate entered outside this space may render the tenderinvalid. If a contractor quotes more than one rate in that case onlylower or lowest of the rates so quoted shall be considered and a counter

Page 25: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 24 -offer shall be made to him accordingly at the lowest of the rates quotedby him and in the event of his not accepting the same, the earnestmoney that accompanied the tender shall stand forfeited and thecontractor shall have no claim to the same whatsoever.

(b) For Non-Schedule Items: A person submitting a tendershall fill up the rates against each items shown on page No. 6 nopremium over the rates quoted by him will be admissible over theseN.S. Items.

Form forspecificwork

A single tender form shall be used, for one specific work onlyviz. the work for which the same has been issued by the specificcontractor to whom the same has been issued by the ExecutiveEngineer. The tender form preferably be put in the cover and the covermay be sealed by the contractor. If the cover is not sealed by thecontractor, Executive Engineer shall not be responsible for anyconsequences thereof.

EXPLANATORY MEMO(REFER TO RULE 4 OF GENERAL RULES AND DIRECTIONS FOR

THE GUIDANCE OF CONTRACTORS)For the purpose, the basic rate for a particular items specified in the Contract Schedule of Rates shall be increased by thesanctioned Ceiling Premium as per the "Schedule of Ceiling Premia" which is attached and is a part of this form. The totalamount shall then be subjected to the discount or Premium quoted by the contractor.

For example, the basis rate for an item is Rs. 120 per cum, sanctioned ceiling premium is 50%, 300 cum of the items areexecuted and premium/rebate rate quoted by the contractor is 3% below. The net payment shall be worked out as below: -

Quantity Item Unit Rate AmountRs.

300 cum Cum Rs. 120.00 Rs. 36000Add Ceiling Premium 50% Rs. 18000GROSS TOTAL Rs. 54000Less contractors rebate 3%(-) Rs. 1620NET PAYABLE Rs. 52380

If the rate quoted by the contractor was 5% above, the amount payable would beas under: -

GROSS TOTAL Rs. 54000Add Contractor's Premium 5% RS. 2700

RS. 56700

Page 26: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 25 -

6. (a) The Executive Engineer or any other officer dulyauthorized by him will open tenders. Any contractor(s) (who may havesubmitted tenders) or their authorized agents may be allowed to bepresent at the of opening of tenders.

(b) The officer opening the tender will first make a list of thosetenders which are on the prescribed form. All other documentspurporting to be tenders shall be separated and sealed separatelywithout even announcing the identity of the tenders.

Out of the list of tenders received on prescribed form theofficer opening the tenders will then separate out those which are notaccompanied by requisite amount of earnest money or in the requiredform. Infirmities shall be notified and such tenders shall be resealedwithout announcing the rates.

(c) He will then announce the rates quoted by all othercontractors whose tenders do not suffer from any infirmities. In casewhere the tenders have any or many shortcoming, the rates may not beannounced and such tenders may be put in a cover and sealed. This factshall be announced. The tender so sealed shall be dealt with accordingto rules and regulations on the subject/situation.

(d) The Executive Engineer shall have the right of rejecting allor any of the tenders without assigning any person.

In the event of a tender being accepted, an acknowledgement of theDeposit at call receipt, forwarded there with shall thereupon be given tothe contractor who shall thereupon for the purpose of identification,sign copies of specifications and other documents mentioned in Rule 1.in the event of a tender not being accepted, the earnest moneyforwarded with such tender unless the same has been forfeited will

Page 27: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 26 -thereupon be returned to the concerned tenderer.

7. The receipt of an Accountant or Clerk for any money paidby the contractor will not be considered as acknowledgement ofpayment to the Executive Engineer and the contractor shall beresponsible for seeing that he procures a receipt signed by the ExecutiveEngineer.

8. The memorandum or work tender for and thememorandum of materials to be supplied by the Public WorksDepartment and their issue rates shall be filled in and completed in theoffice of the Executive Engineer before the tender form is issued. If aform is issued to a contractor who intends to tender without havingbeen so filled in and complete, he shall request the office to have thedone before he completes and delivers his tender.

9. The department may refuse or suspend payments on accountof a work when executed by a firm, or by contractor described in theirtender as a firm, unless receipts are signed by all the partners, or one ofthe partners, or some other person produces written authority enablinghim to give effectual receipts on behalf of the firm.

Page 28: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 27 -Additional Conditions of Contract

1. The cement will be arranged by the Contractor/ Agency/ Firm at his own level. The Contractor/ Agency/ Firm may quote his rates accordingly.2. The cement will be arranged by the Contractor/ Society/ Agency/ Firm at his own level. The cement shall be OPC-43 grades duly ISI marked & confirming to IS-8112 with latest amendments. The cement

manufactured by mini cement Plant shall not be used. In case contractor is allowed by the department to use PPC cement duly ISI marked & confirming to IS-1489 with latest amendments then the recoveryof Rs. 15/- per bag of 50 kg cement be made as per notification on revision of ceiling premium date 01.02.2009.

3. The cement and Steel shall be purchased from authorized Distributor or Manufacturer or Authorized Dealer.

4. The cement arranged by the Contractor/ Agency will be brought at site and shall be kept in the store maintained at site, provided with dual locking system i.e. 1st Key of lock with representative of the

Deptt. and 2nd key of lock with authorized representative of agency.5. The contractor/ Agency will inform the Executive Engineer/ Sub Divisional Engineer for the quantity of the cement brought at site with bill/ challan in the name of that agency before using the same and

Executive Engineer in charge or his authorized representative may check the actual receipt of cement at site.6. The Engineer in Charge or his authorized representative may, If need be, also send the cement for testing to any Govt. Lab/ reputed Lab. The sample of the cement will be collected as per BIS

specifications in the presence of the Contractor/ Agency or his authorized representatives. Incase the cement is found as per ISI specifications then the cost of testing will be borne by the Deptt, but incase the cement sample fails to meet the BIS requirements, then., appropriate action as per Contractor agreement’ will be taken. The cost on the testing of cement along with any loss caused to Govt. shallalso be recovered from the Contractor/Agency and no claim in this respect will be entertained.

7. The stock of cement at site shall not be more than one month consumption and only sufficient quantities shall be kept to ensure continuity of the work.

8. The cement consumption register showing date of cement brought at site by the Contractor/ Agency and its day-to-day utilization will be maintained. The said register shall be open to inspection by

representatives of the Engineer-in-Charge during his visit at site. The consumption and receipt of cement in the register shall be initiated jointly by the authorized representative of the Contractor/Agency and representative of Engineer-in-Charge. The said register will be issued by office of concerned Sub Divisional Engineer under his dated signature for each agreement separately. The registerwill also contain the columns for work executive against the cement issued.

9. Quality check register will be maintained at site and regular sampling of work executive every month shall be recorded in the same.

10. The Public Health Engineering Department Haryana reserves the right of negotiations as per policy approved by the State Government with the tenderer in case the prices quoted are felt to be on higherside or otherwise. The negotiations will be carried out with 1st lowest contractor.

11. The Engineer-in-Charge will opt for 3rd party inspection other than Department. In addition to Inspection by Departmental staff. The 3rd party would inspect the work during its execution to ensure

execution of work as per specifications/ agreement and also quality control i.e. drawl of samples, testing & other items etc. The report of the same would be submitted to Engineer in Charge by the 3rd

party inspection and shall take remedial measures for execution of work as per specifications in agreement. The inspection and sample testing charge will be borne by the Department.

12. The labour cess @ 1 % of the cost of work done by contractor shall be deducted from each bill.

13. All royalties including the amount payable to Mining Department, if any, on account of excavation etc. shall be payable by the contractor/agency

Sd/- Sd/- Sd/-Sub Divisional Engineer Executive Engineer Superintending Engineer,P.H. Engg. Sub Divn. No.1, Public Health Engineering Public Health Engg. Circle,Bahadurgarh Division Bahadurgarh Jhajjar

Page 29: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 28 -Bank Guarantee for operation and maintenance:

a) An amount of Rs. 50.00 lacs shall be withheld (i.e. from earnest money, security and running bills) before making final payment of work, which shall be released against

Bank Guarantee (BG) of Rs. 50.00 lacs. This Bank Guarantee shall be submitted in five parts which will be released in the following manner:-

i) 1st Bank Guarantee of 10% will be released after one year of satisfactory completion of O&M period after 3 months trial run period.

ii) 2nd Bank Guarantee of 15% will be released after two years of satisfactory completion of O&M period after 3 months trial run period.

iii) 3rd Bank Guarantee of 20% will be released after three years of satisfactory completion of O&M period after 3 months trial run period.

iv) 4th Bank Guarantee of 25% will be released after four years of satisfactory completion of O&M period after 3 months trial run period.

v) 5th Bank Guarantee of 30% will be released after five years of satisfactory completion of O&M period after 3 months trial run period.

Page 30: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 29 -

Payment SchedulePayment on intermediate Certificate to be regarding as advance

Clause No. 7 the contractor shall be entitled to receive the payment as follows.

1. After the transformer, pumping sets and other electricequipments and material have been received at sitecomplete in all respect.

70% of the cost of itemsagainst bill/cash payment.

2. After installation of complete machinery. 20% of the allotted price.

3. After completing the running in period of three monthsand handing over the installation to Engineer-in-Charge.

Balance amount.

The above payments to the contractor shall not be made without the certificate in writing of the Engineer-in-Charge and such certificate in writing

shall not be given by the Engineer-in-Charge until after the work has been completed in all respects and tested for the specified period and accepted by the

Engineer-in-Charge. The certificate of the Engineer-in-Charge as to his approval of the work as carried out from time to time and of the sum of sums payable in

respect thereof shall be final and conclusive against the contract. All intermediate payments shall be regarded as payments of the way of advance against the final

payment only and not as payment for work actually done and completed and shall not preclude the recurring of bad unsound and imperfect of unskillful work to be

removed and taker away and reconstructed or recreated or be considered as admission of the due performance of the contract or any part thereof in respect of the

securing any claim not shall conclude, determine or effect in any way. The powers of the Engineer-in-charge under these conditions of any of them as to the final

settlement and adjustment of the accounts or otherwise or in any other way to effect the contract. The final bill shall be submitted by the contractor within three

months of the date fixed for the completion of the work and or its testing by the contractor otherwise the Engineer-in-Charge certificate of the total amount payable

for the work accordingly shall be final and binding on all parties.

Clause 7 A : The deduction referred to in clause therein before or such part thereof as may be due to the contractor shall be paid to him after a period of three

months has closed after a certificate, final or other of the completion of the work shall have been given in writing by the Engineer-in-charge.

Page 31: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 30 -PUBLIC HEALTH ENGINEERING DEPARTMENT HARYANA

Augmentation drinking water supply scheme Bahadurgarh Town, Distt. Jhajjar, “Designing, construction, testing and commissioning of PLC (SCADAbased) 6.00 MGD Water Treatment Plant including supply, erection, testing and commissioning of all electrical and mechanical works and all other workscontingent thereto, and operation & maintenance for five years after trial run period of 3 months (under 13th Finance Commission).

Amount:- Rs. 400.00 Lacs.

Schedule No. 1

Schedule of lump sum amount paid to the contractor for the “Designing, Constructing / Providing, Installing, testing & commissioning of PLC based 6.00 MGD

water treatment plant & supply, erection, testing & commissioning and all other works contingent thereto, and operation & maintenance for five years after trial run

period of 3 months. Supply, erection and testing of electric equipments / panels and pumping machinery as per specification described in Schedule No. II and Makes of items

described in schedule No. III and handing over complete in proper working order in all respects to the Engineer-in-Charge. The contractor may also quote his specification and

makes for only those items, required for execution of work, but not mentioned in schedule II & III other wise decision of Engineer-in-Charge shall be binding on the tenderer.

Sr.No.

Name of item with brief description Qty. Unit Rate to be quoted bythe contractor

1. Providing and installing automated PLC

(SCADA Based) controlled water purification

plant of 6.00 MGD capacity at water works

Bahadurgarh comprising of D.I pipes from

existing raw water main/pump, inlet box, inlet

channel, alum dozing flash mixing,

clarifloculator, filter box, overhead reservoir for

backwashing including pump sets and electric

control panel with earthing, waste water tank

including pump sets and electric control panel

with earthing, D.I. pipes, D.I. specials, manhole

covers, air-scour equipment, chemical house

including chlorination equipment and

arrangement of flow measurement and sand

bed with automation and complete in all

respects as per NIT (Sluice valve of make

IVC/VAG).

1 Job Complete

Job

Page 32: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 31 -2 Operation and maintenance of 6.00

MGD Water Filtration Plant.1) For 1st year operation and maintenance

after trial run period of 3 months1 Year Per

year2) For 2nd year operation and maintenance

after trial run period of 3 months1 Year Per

year3) For 3rd year operation and maintenance

after trial run period of 3 months1 Year Per

year4) For 4th year operation and maintenance

after trial run period of 3 months1 Year Per

year5) For 5th year operation and maintenance

after trial run period of 3 months1 Year Per

year

NOTES:

1. For the installation of pump sets, electrical equipment, accessories, cable pipe and specials the tenderer shall include in his tender the cost ofdismantling masonry concrete and making good the same, excavation and dewatering of trenches to lower sub soil water level.

2. The time required for erection of material is 4 months and as such the earliest delivery period should be quoted.

3. The tenderer should submit leaflets literature with the offer and all documents shall be in original or attested by the class I Gazzetted Officer.

4. It will be the responsibility of the contractor / agency for getting the electrician/Mechanical installation passed from Chief Electrical Inspector, Haryana athis own cost.

5. Test certificate of cable/other electrical accessories be supplied from approved test house.6. Necessary inspection will be carried out by the Officer of the Department deputed for the purpose on your information of readiness of material as per

relevant standard.

Page 33: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 32 -

Page 34: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 33 -Augmentation drinking water supply scheme Bahadurgarh Town, Distt. Jhajjar, “Designing, construction, testing and commissioning of PLC (SCADAbased) 6.00 MGD Water Treatment Plant including supply, erection, testing and commissioning of all electrical and mechanical works and all other workscontingent thereto, and operation & maintenance for five years after trial run period of 3 months (under 13th Finance Commission).

Amount:- Rs. 400.00 Lacs.

.1. PROPOSALSIt is proposed to install a 6.00 MGD average capacity PLC (SCADA Based) Controlled water treatment plant at water works site at Bahadurgarh

Town for supplying drinking water. The plant is to be equipped with DI pipes from raw water main / pump, inlet box, inlet channel, rapid sand filter alongwith

arrangements for flow measurements, chemical dosing, rapid mixing tapered floculators, rectangular settling tanks, over head reservoir for backwashing including

pump sets and electric control panels, waste water tank including pump sets & electric control panels, sluice valves, DI pipes, DI specials, manhole covers, air-

scour equipment, chemical house including gas chlorination equipments & including supplying, installing, testing & commissioning of all required electrical &

mechanical equipments complete in all respect

2. LOCATION AND SOURCE OF RAW WATERThe water works is located at Bahadurgarh Town and raw water to be treated is being received at water works from BWS.

3. BEARING CAPACITYBearing capacity of the soil as per test report is 0.8 kg / cm2 at 1.50 m below ground level. The contractor can get the bearing capacity tested at his

own cost to satisfy himself and the contractor shall quote his firm rates based on his interpretation about the soil bearing capacity. If after another check the bearing

capacity is found to be at variance, no extra cost shall be payable to the contractor and he has to design the structure according to lowest value of bearing capacity

received in various tests. The contractor shall be fully responsible for structural stability on account of safe bearing capacity adopted by him.

4. SOURCE OF RAW WATERThe source of raw water at water works is from BWS Storage and sedimentation tank will be filled by Rising main. Raw water pumps shall raise water to suitable

level in inlet box of filter from which water shall flow by gravity through the treatment unit, pumping shall be done by the department and not included the scope of

this tender but arrangement for taking water from raw water pump/ existing raw water main to filter unit through Rising main is included in the scope of work.

4(A) Analysis of raw water:-The turbidity of raw water at present from BWS is about 30 to 100 PPM, but for design purposes turbidity shall be taken as 600 PPM.

5. SCOPE OF WORKThe scope of work under this tender includes laying of DI pipeline from raw water pump to inlet box, construction of inlet box, inlet channel with par shall flume etc.

for flow measurement and recording, distribution channel, flash mixers, one set of tapering flocculators, horizontal flow rectangular settling tank, filter house, alum

Page 35: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 34 -and other chemical solution feeding arrangement, chlorination arrangement, over head Reservoir for backwashing including pump sets and electric control panels,

waste water tank except from Raw Water pump to WTP and WTP to Clear Water tank including pump sets and electric control panels, sluice valves, DI pipes, DI

specials, manhole covers, air scour equipment etc. The details thereof are given in the enclosed specification appendix ‘A & B’ (page ……..) & including supplying,

installing, testing & commissioning of all required electrical & mechanical equipments complete in all respects.

5A. PLAN AND DRAWINGS AND OTHER INFORMATIONi. Index plan of the town (attached)

ii. Layout plan of water works showing location of pump chamber, filtration plan, storage and sedimentation tank, clear water tank etc. (attached) as per

schedule No. IV.

iii. Flow diagram/FLS of S&S tank 703.75’ and that of clear water tank is 703.65’ above mean sea level.

Page 36: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 35 -APPENDIX ‘A’

SCOPE OF WORK1. The total requirement of filtration treatment plant has been worked out 6.00 MGD for water works at Bahadurgarh Town. The scope of this tender includes

all the works from DI pipeline from raw water pump to WTP and finally to the outlet of the filter house to clear water tank. All the components included in the

scope of work shall be designed and constructed for 6.00 MGD () of clear drinking water + losses in the filtration unit (to be specified by the tenderer)

including all required electrical & mechanical equipments complete in all respect.

NOTE :

The losses in sludge removal, backwashing of filters and the idle period for the filters for back washing and general maintenance shall be as per Manual of water

supply & treatment.

SCOPE OF WORK SHALL INCLUDE

1. DI pipeline from existing raw water main / pump to inlet box of the water purification plant and WTP to clear water tank. The cost of excavation, laying,

jointing, stringing, of DI pipe and jointing material, sluice valves, DI specials, making necessary steel / masonry support to the pipeline.

2. Construction of inlet box, inlet channel with par shall flume for flow measurement to handle 6.00 MGD + losses

3. Alum solution tanks and dozing equipment for 6.00 MGD capacity + losses, a lifting tackle for lifting of alum and adequate room for storage of alum.

4. Flash mixer.

5. Construction of one set of clari flocculates / clarifloculators for handling 6.00 MGD of water + losses in one unit.

6. Construction of settling tank capable of handling 6.00 MGD of water + losses with necessary arrangement for efficient sludge removal under hydraulic

pressure from the bottom of tank from minimum at three points suitably located and also capable of the independent operations. This settling tank can be

one unit.

7. Construction of rapid sand filters with connecting pipe in gallery etc. for 6.00 MGD clear water + losses.

8. Air Scour equipment

Page 37: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 36 -9. 1 No. RCC over head reservoir with capacity of at least 1% of plant capacity with sufficient height to ensure sufficient backwashing pressure at the under

drainage system of filter box as prescribed in Manual of Water supply and treatment. 2 No. horizontal centrifugal pumping sets ( 1 No. to act as stand-by ) of

suitable head and discharge to fill the over head reservoir in 2 hours including construction of RCC sump for suction of the pump sets.

10. 1 No. RCC underground waste water tank of 2% of plant capacity with FSL below lowest invert level of incoming waste water. 2 No. Non clog submersible

sets (1 No. to act as stand-by) of suitable discharge and Head to empty the tank in 2 hours and should be able to discharge over the sand bed.

The suction & delivery pipe shall provided by the contractor and delivery pipe shall extend upto sand bed. The suction and delivery pipe shall be of

class K9 ISI marked S&S / D.I. pipe. The cost of pipes, specials, laying, jointing, making necessary masonry / steel supports, sluice valves, non return

valves, foot valves, jointing material etc are included.

11. Two No. raised sand bed of 6MX6M for drying of sludge with proper under drainage system and proper depth of graded filter media. The outlet from under

drainage system should be able to dispose off filtrate into the storage and sedimentation tank under gravity. The design of sand bed shall be submitted by

the contractor to Engineer-in-Charge for approval.

12. Connection of all the scour & sludge pits to the waste water tank with RCC pipes/ channel.

13. Chemical House

14. Conveyance of filtered water to clear water Reservoirs.

15. Dial type flow indicator for filtered water.

In addition to flow indicator; calibrated brass scale will also be fixed in respective components of rapid sand filter.

16. Maintenance of plant for a period of five years after testing and running the same successfully for three months.

17. In case during the maintenance of the plant it is observed that the functioning of the any of the component is not as per satisfaction of the Engineer-in-

Charge then the necessary changes in the component will be done by the contractor at his own cost without claiming any thing extra.

The detailed specifications of various units are as under:-

Page 38: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 37 -1. DI pipeline from existing raw water main /pump to Inlet Box

The laying of DI pipeline from existing raw water main / pump to Rising main of WTP and from WTP to Clear Water tank will be supplied by the Deptt. free of

cost is included in the scope of work. The material should be of the specification as given below: - (The D.I. pipe will be supplied by the Deptt. free of cost)

i. DI pipe shall be of ISI marked class K9 S&S of sufficient size so that velocity of flow in the pipe is not more than 1.5 M per second.

ii. All DI specials shall confirm to relevant ISI specification, ISI mark sluice valves & excavation, laying, jointing, stringing and refilling as per PWD specification.

iii) Necessary steel/masonry supports to the pipeline required as per site condition as

approved by the Engineer-in-Charge.

Page 39: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 38 -

Water Treatment Plant:-1. Receiving (Inlet) Chamber: -

The Receiving inlet Chamber shall be a reinforced cement concrete structure. The Receiving inlet Chamber shall have a minimum detention time of sixty (60) seconds at 6MGD + 5% losses

for 60 seconds detention period(22 Hours Pumping). The pipe from the Raw Water main shall be connected at a flange of a pipe puddle collar covered in the scope of this contract, which shall be

cast in the wall at the lower part of Chamber (Puddle Collar). The providing & fixing of Puddle Collar is part of this contract. The top of the chamber shall be accessible by the general walkway

along the measuring • channel. The Receiving Chamber shall be connected to the drainage system by means of Cl / DI (D/F) pipe and a manually operated Sluice Valves of DN 100. A set of

CI rungs shall be provided in the Chamber to access the bottom, • The minimum free board shall be kept as 0.6M.2. Raw Water Measuring Channel, Flume: -

The raw water will be measured in an open channel designed for (6 MGD + 5% losses) + 25% over-loading capacity by means of a flume constructed in RCC. An Ultra Sonic Flow meter, inline

turbidity meter with transmission of flow, turbidity readings in laboratory & control room shall be provided. The contractor has to provide a table/ chart with the calibrated values of the flume

discharge. In addition, there shall be an integrator for the total supply. Only rate of flow shall be indicated at the channel.3. Flash Mixing Chamber: -

One Flash mixing chamber of 100% capacity with 60 seconds HRT & baffle walls constructed in RCC shall be provided. This Flash Mixing Chamber shall be provided with a turbine type

high-speed mixer the driving motor of suitable capacity and other accessories shall be totally enclosed but easily accessible for maintenance. The shaft with the impeller shall be freely

suspended from the driving-gear mounted on a platform on top of the reservoir. No thrust or guide bearing shall be located below the liquid level. The shaft of the mixer and the impeller

shall be of Stainless Steel — 316

The outlets from flash mixer shall be DI-flanged-end-pipe, whereas for longer stretches DI socket and spigot pipes with rubber ring may be used (Tyton). The top of the mixing chamber/

distribution box shall be accessible by the general walkway along the measuring channel. This Chamber shall be connected to the drainage system by means of a DI pipe DF & a manually

operated sluice valve of DN 100. There shall be suitable size of sluice-gate actometer with actuators and manually operated for equal distribution as by pass of flash mixture be provided.

4. Clarifloculators: -

There shall be one 100% capacity; circular reinforced concrete Clarifloculator shall be provided having central area for flocculation and outer area for settling. They shall have peripheral

weirs in SS-304 for the uniform surface withdrawal of the clarified water. A circular isolation wall shall separate the flocculation zone and the sedimentation zone. All inlet and outlet passages

of water shall be designed and arranged for a steady and uniform flow without undue turbulence to avoid disintegration. The freeboard shall be at least 30cm.

A bridge with peripheral on-board drive with Poly Carbon/ PP wheels traveling on the RCC peripheral wall 'shall be provided with.

Central platform for the installation of the 2 (Two) stirrers and their drives and for the local control panel. Four Pedal stirrers/ agitators for slow mixing of the incoming raw water in the

central units.

- A radial scraper system with bottom scraper blades, suspended on the bridge.

The hydraulic system is: -

- The inlet pipe from the mixing chamber to the central flocculation part.

Sludge outlet pipe with a timer & actuator operated valve, of size not less than DN 250.

A discharge pipe / channel from the peripheral collecting channel to the main channel leading to the filters.

Page 40: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 39 -5. The electrical equipments are: -

Incoming cable with slip ring contracts for the on-board power supply and the supply to all motors.

On-board panels for all operations of the unit with connections to the main control room for indication of the status.

Adjustable drives for all the flocculation stirrers.Constant speed drive for the bridge.

Emergency stop buttons at the center and at the outer side of the bridge.

Bridge Lighting.The access to the bridge is possible from the peripheral walkway of width not less than 120cm with a railing. The operation of the bridge and the Clariflocculator unit is as follows: -

- Manual start and stop from the local control panel.The sludge withdrawal valve shall be of telescopic decanting type with motorized timer operated with one No. ultrasonic level sensor and data transformer control room PLC for WTP shall be provided6. Rotating Scraper Bridge and Accessories: -

I

The scrapers, flocculation blades & all hangers in SS- 304 & the Rotating/Bridge supplied by the contractor shall, be manufactured in Mild steel, epoxy painted and protected. All steel members of

the bridge shall be epoxy painted generally handrails shall be' • MS PVC Coated.7. Rotating bridge structure: -

The rotating bridge structure shall incorporate a walkway having a minimum effective width of 120cm, which shall be surfaced with black painted M.S. chequerred plates. The bridge shall be

designed to take its own dead weight together with uniformly distributed loading of 250kg/MA2 over the full span and width of the walkway bridge and a moving point load of 500 kg. Maximum

deflection of the bridge under the specified loading shall not exceed 1/360th of the span. The positive camber shall be kept initially to compensate for the maximum deflection under dead

weight: and superimposed loads. ---

The bridge shall be so braced as to limit lateral deflection to less than 80mm measured at mid-span under a full load condition.

The central part of the bridge shall have perpendicular arm & large enough for the installation of minimum 2 (Two) flocculation systems and the control panel.The bridge shall have hand-railing to both sides forming an enclosure at the center in-between. The finished height of the railing shall be 1 m above the walkway. Toe guards shall be provided

and secured around the bridge walkway, which shall not be less than 100 mm height and 5 mm thick.

8. Bridge support and end carriage:

The bridge structure shall be supported at the peripheral walls of clarification and flocculation zones & in center shall be guide by means of central guide assembly.Oil fills and drain points, where applicable shall be extended to provide a convenient access for filling and draining the system. Catch drains shall be provided under all oil and grease points to

prevent spillage reaching the water surface.;-

The wheel carriage assembly shall be suitably proportioned to provide adequate stability to the rotating bridge structure, while providing the suitable base for the motors, gearbox, driving

and idling wheels, shafts and bearings The tolerance of the wheels shall be such that a de-railing cannot occur due to some misalignment.

9. Drive -

The bridge drive shall comprise of either (a) motor with reduction gear a -chain sprocket or (b) a geared motor. The (assembly shall be rigidly mounted and shall be adequately rated for continuous

service in a water treatment works environmental.All lubrication points and all necessary provisions shall be made for routine maintenance and for prevention of oil and grease spillage. A deflector shall be provided and fitted to the leading edge of the driving

carriage. It shall be angled at 450 and arranged to be adjustable to within 3 mm of the perimeter rail such that material coming in the way of free passage of the wheel shall be deflected.

Page 41: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 40 -10. Blades and fixtures: -SS 304 fabricated scrapers shall be suspended and arranged to give continuous and progressive scrapping of the configuration of blades shall be designed to carry sludge and deposited suspended solids

from the periphery of the tank and deposit it efficiently in the withdrawal hopper/ sludge pocket.

The number and length of individual blades shall be designed by the Contractor, but the depth shall not be less than 300mm and the thickness not less than 6mm. Renewable fabric reinforced rubber wearing

strips of cross section not less than 12mm x 100 mm shall be fitted to each blade to provide a continuous contact surface which is adjustable for wear. The material shall have hardness not greater than 40

and be manufactured from well-proven compound. _— backing strips shall be fitted to give support to the fixing of the rubber wearing strips and the assembly shall be secured by means of galvanized

bolts. Appropriate washers shall be fitted beneath all bolt heads and nuts. --

The top connections shall permit the blades to follow slight undulations in the tank floor. The bottom connections shall allow the blades to maintain contact with the floor throughout its length, while

accommodating slight variations in the radial plane of the tank floor.

11. Flocculation zone: -

The central driven flocculation shall consist of SS-304 flocculation paddles fixed to an SS shaft with guide bearings and guide brackets suitable for under water use. The paddle area shall be at least 10% of

the sectional area of the flocculation zone in the direction of shaft. ,„."12. Motors, starters and control: -

The electrical supply to bridge or Flocculation driving motors shall be taken through a multi ring and slip ring Collector unit mounted in a fully water proof enclosure. The unit shall be fitted at the center of rotation

of bridge and shall be completed with all necessary support brackets, anti-rotation device. A suitable means of lubrication shall be provided. -The slip ring assembly shall be mounted above the top level

of the tank walls. Sufficient rings shall be included to cover the motor and any ancillary circuits. Bridge drive and Flocculation motors shall be of squirrel cage type; protected and shall be rated 25% above the

designed duty.

All cables shall be connected to a termination box at the wall of the Clariflocculators. From there cables are / will be connected to the main control panel.The bridge drive and the Flocculation shall be controlled from an outdoor panel installed in the central part of the bridge.

13. Parameters

Flocculation Zone

Detention Time : 30 MinutesVelocity Gradient : 40 Secrl or more.

Paddle Area : 10 to 25% of vertical section in the direction of shaft.Clarifier Zone: -

Detention Time : 2.5 hrs

Surface Loading : 30 to 40 M3/M2/DAY

'Weir Loading < 300 rnA3 / m/ day

Depth at outer edge : 2.5 to 3.3 m'Bottom slopes / or scrapper bridge time : Minimum 1:12 horizontal for one rev. > 40 Minutes or more.

Minimum size of sludge pipe : 250 mm diameter. Velocities, MPS Maximum permissible.

Raw water channel. : 0.9

Page 42: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 41 -Flash Mixer to Clariflocculators. : 0.9Flocculation Basin to Clarifier Zone. : 0.01

Clarified water channel/ Launders. : 0.6Bridge MSEP

Walkway MS EP Grating

Handrail 40NB MS, Medium class, PVC CoatedFlocculator Blades & shaft SS-304

Hangers SS-304Central Hanger. SS-304

Overflow weir SS-30414. Bypass of the Clariflocculators: -

The Clariflocculators shall be bypassed by connecting raw water channel to the clarified water channel with manual operated sluice gates leading to the filters. The bypass can be used during periods of

good raw water quality with minimum of turbidity and suspended solids for direct loading of the filters.

15. Rapid Sand Filters:

Filter beds and inlet channels: -

Minimum 2 Nos. Twin covered Filter Beds of RCC shall be provided for a total capacity of 6 MGD (20 Hours filtration) + 3% Losses & fed from a single channel. The filter beds shall be supplied clarified

or bye-passed raw water from channel through a main channel coming from the Clariflocculators. The filters shall be influent split stream, constant flow-and rising water level type. All filters shall be

identical in internal dimensions. The top level of the filters shall be same as that of the feeding channels to avoid overflow in the filter area.

A rectangular sharp edged weir with gate shall control the flow to the filter units. The weirs shall be adjusted in a manner that all filters in operation received the same flow taking into account the

hydraulic conditions of the common feeder channel and fully opened gates. The tolerance shall not exceed +1-5%. The gate shall be used for the isolation of a filter in case of backwash or

maintenance. ---

The water level on the filter bed during filtration shall not be controlled. It will serve as the indicator for the filter loss. The maximum water level (admissible filter loss) must be such to allow free fall from

the feeding channel/ rectangular weir. Filters shall be cleaned when the water has reached that upper level. There shall be proper arrangements to avoid that the freely falling water may destroy the

sand surface in case of a low water level in the filters just after cleaning.

Filtration shall be by gravity, downwards through a bed of filter sand supported by a layer of suitably graded filter gravel. The filter sand shall consist of hard durable grains of silica and shall have a

specific gravity of not less than • 2.5. All grains of sand shall preferably be water worn. The filter gravel shall consist of hard, preferably rounded stones with an average specific gravity not less than

2,5, shall be free from clay, sand, loam and organic impurities of any kind and shall be such as to ensure adequate and uniform distribution of wash water and air after leaving the -,orifices with the

minimum risk of mixing sand with the gravel of the supporting media.

A minimum of 1.2M wide RCC walkway with railing as per specification given in Technical specification

for civil items & the minimum 6 M wide operating platform over piping duct for the pipe gallery shall be provided.The filter media (sand and gravel) shall conform to IS: 8419 (part I) amended up to date filter sand when immersed in 40% hydrochloric acid for 24 hours, the soluble matter shall not be more than 5% by

weight. It shall not contain more than 1.5% hydrochloric acid for 24 hours; the soluble matter shall not be more than 5% by weight. It shall not contain more than 1.5% of calcium and magnesium

calculated as CaCO3 Ignition loss should not exceed 0.7% of the weight. The solubility of supporting grovels in 40 % hydrochloric acid after 24 hours shall not exceed 10% for 10 mm or

larger size gravel and 5 % for smaller than 10 mm size.

All filter media shall be supplied in polythene bags. Suitable care should be taken to protect the media from spillage or contamination. Storage on site shall only be in an approved area, well

Page 43: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 42 -drained and free of mud and silt. The filter media shall be carefully placed in the filter beds and shall not be dropped or dumped or machine handled so as to be detrimental to the floor media, nozzles

or sealant etc.

It shall be deemed that the Contractor has investigated all potential sources and verified that sufficient quantities of satisfactory filter sand can be obtained, packed and stored on site.

The under drain system shall be a pipe grid type consisting a central pipe/channel with lateral system PVC Pipe Class 15 pipes having perforations or nozzles. The holes drilled in the pipes

shall be properly bushed. Alternatively "Tee pee type" i.e. reinforced concrete slabs with plastic or glass tube orifice may be provided. This "Tee pee type" of under drainage will be preferred

subject to satisfying other design considerations. Both types of under drainage system shall confirm to IS: 8419 (Part 2). The under drain system shall be designed to provide uniform draw-

off of filtered water and uniform distribution of wash water and air over the whole area of the filter. Particular provisions have to be made for the handling of the high air velocities at the inlet

zone of the manifold.

Before filling the supporting layers and the sand of the filter beds the whole under drain system shall be thoroughly cleaned and tested for equal distribution of water.

The Contractor shall take all necessary measures to ensure that false floor if used containing nozzles and the water conveying system of pipes of channels connected to the floor are free from

any debris, concrete, sand or other material which could otherwise block or partially block nozzles.

Such requirements shall also apply in the case of piped laterals with nozzles or orifices. It shall be the responsibility of the Contractor to remove any such debris before the commissions laying

filter floors or laterals and shall continue to remain his responsibility for excluding unwanted materials, which could block the filters until the end of the defect liability period.

Each filter shall have a central and lateral wash water trough, which shall be connected with adequate slope to the wash water outlet to prevent deposits of silt. They shall allow an equal

withdrawal of the wash water during backwashing the filter.

A float switch with alarm shall be provided at the maximum admissible levels of each filter to indicate the need for backwashing.

Parameter: Filters:Filtration rate 6.0 mA3 / mA2 / hWater column Min 2.0 m above weir crest at fi ltered

water sump.

Free board 0.5 m

Airflow for air scouring. 750 LPM/ MA2

Backwash water flow for backwashing. Filter media: 500 LPM/ MA2Depth of sand bed > 6 0 0 m mEffective size of sand particles Uniformity, coefficient of sand 0.5-0.7 mmUniformity, coefficient of sand 1.3-1.7Silica Contnent 99%Depth of gravel layer 500mm

Maximum Permissible velocities, MPS.Filter Inlet.

: 0.6Filter Out Let.

:1 .25

Backwash Inlet. : 3.5Backwash Out let. : 3.0Air : 25.

Page 44: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 43 -16. Filter Operation Gallery and Pipe Gallery: -

The filters shall be operated and backwashed according to the instruction of the Engineer. Each filter shall be provided with necessary electr ically operated valves/gates, PLC operated.The following valves/gates, PLC (SCADA Based) shall be providedFiltered water outlet.Backwash water inlet.Air inlet.

Drain water outlet.Inlet gate.Backwash water outlet gate.

The valves shall be connected to pipe branches coming out of the filter 'box. These outlet and inlet pipes shall be provided with proper wall ducts without any leakage.

In line type one orifice type flow meter at common point, with local display and a regulation & by pass sluice valves shall be installed in the backwash water pipe coming from the reservoir.

There shall be a locking arrangement in regulation valve, which can be locked after adjustment of flow,

The washing cycle of the filter shall- be controlled automatically (PLC/SCADA Based) & or manually as well when PLC, malfunctions, step by step. The duration of the cycle has to be

prescribed by the Contractor, dependent on the raw water quality. Before backwashing, the Filter Water Level has to be lowered to its minimum in order to a void wastage.

The pipe gallery shall have the following piping arrangement:

- The width of the pipe gallery shall be kept, as 4.5 M from the outer face of the filter wall to the inner face of the outer wall & clear ceiling height shall not be less than 4.00M.Backwash water pipe with connection to each filter.Air pipe with connection to each filter.

Filtered water outlet from each filter to filtered water collection pit.

Drain valve of each filter connected to Backwash /. Drain water .CI Pipe of each filter unit.

One kiosk for each filter for control valve in case of mal-functioning of PLC/SCADA Based.

The filtered water pipe of each filter shall be connected to a small chamber with an adjustable rectangular weir to the common filtered water channel. This weir controls the minimum water level in

the filter. The weir crest shall be 20cm above sand level of the f i l ter. The weir length shall be designed to have less than 20cm head. The completely covered channel leads to the

chlorination chamber & from there a fter a covered RCC Channel up to 1 no. Clear Water Reservoir in four compartments covered in this contract. In each Filtered Water Chamber, water tight

lights shall be provided visible through transparent glass fixed in the removable cover.

The back wash water & drain water from each filter unit shall be taken outside the filter plant through Cl/DI Double Flanged pipe conforming to specifications & discharged into Sump

located out side & further conveyed to Sedimentation tank through RCC NP3 pipe.

In the pipe gallery easy access to all valves and cables etc. has to be ensured. If required, walkways and ladders shall be provided.

17. Backwashing Equipment of the Filters: -The filters shall be backwashed with water and air according to a cycle prescribed by the Contractor. The water shall be delivered from a backwash reservoir shall be filled by centrifugal pumps which take

the water from the sump in the filter water channel. They have the following capacities with which they can also cater for the process water for the chemical plant (solutions, injectors) & toilets.

18. Backwash Reservoir: -

The backwash reservoir shall be of RCC M-30 constructed on top of the filter gallery. The capacity of the reservoir shall be sufficient as per provision of manual on water supply & treatment to provide for

quantity of water required for backwashing of one in filter unit + full water requirement for chemical dosing +20% extra for other utilities over the dead storage. It shall have a free board of 300 mm above

overflow pipe. The elevation of the reservoir shall be fixed according to the requirement of the backwash, It shall also provide for the following:

Page 45: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 44 -Filling pipe.Backwash pipe (outlet).Branch for the supply of the chemical house: DN 100 GI.,

Manual Operated Sluice valve in the outlet pipe.

Overflow pipe back to the filtered water channel / sump.

Washout with manual operated gate valve; DN 200Top-level float switch.Internal wall mounted level scale.

All pipes passing the walls of the reservoir shall be provided with suitable pipe ducts so that there shall be no leakage.

The reservoir shall have an access to the roof with 600 mm dia C.I. frame manholes and cover, a SS- 304 ladder for the access to the reservoir floor & C l ventilation pipes DN 200 with cowls and wire mesh.

19. Backwash Reservoir Pumps:-

The contractor shall provide horizontal split casing or back pull out type centrifugal pump 2Nos.(1W+1SB) along with suitable induction motor suitable for operating on 415V 50hertz c/s frequency supply. The

system shall be complete with suction pipe from the sump in the clear water channel, Manual operated Sluice valve will be provided in the suction, delivery pipe with spring loaded non-return valve and

actuator operated sluice valve. The delivery pipe shall be connected to the overhead backwash tank. The pumps shall be designed to fill the full capacity of the tank in not more than 4 hours. The system

shall include the following.

Pipes and manual operated valves for the suction and delivery pipes.

Pressure gauges with stop cock at the pressure side of the pumps.

Spring loaded non - return valves in the delivery pipes.Ultra sonic water level indicator of the sump.

Ultra sonic Low-level float switch/ Sensor in the sump for automatic stop of the pumps.

Ultra sonic Low & High level switch/ sensor for on & off of the pump in B.W.W. reservoir.20, Blowers: -

The blowers 2Nos.(1W+ 1SB) each set, capable for the air scouring of each filter bed have to be provided. Each unit will.. — be provided with a suction air filter and silencer, pressure relief valve and delivery

non-return valve. A non-return, valve shall be provided on airline to each filter.

The air pipe to the filter shall be laid with an apex above the max water level of the filters. •Pressure gauges with stop cock at the pressure side of the blower shall also be provided.---'

The air piping connecting the blowers to the filters shall be laid out on the ring main principle. There shall be a provision for the release of air from the system at the end of the scour before backwashcommences.

Parameters:

Configuration 2 (W+1SB)VOI of free air 750 liters. / min. / sq m.

Air pressure at under drain 0.35 Kg/ sq cmSpeed < 1450 rpm

Air velocity in pipe and valves < 25 meters / sec.

21. Chlorination ChannelThe glazed tiled chlorination baffled channel shall be provided stating from out side the annex building to clear water reservoir of reinforced concrete (m-30) covered from top & air-tight

Page 46: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 45 -shall be provided. Chlorine shall be at the bottom mounted diffuser disks or pipes of PVC or another suitable material in this baffled channel. The diffuser system and baffle walls installed inthe channel shall be designed to guide the incoming water and to ensure a complete diffusion of the chlorine solution before it leaves the channel. The minimum freeboard shall be 300 mm, but thewalls shall be extended up to the CVVR Top level22. Chemical House cum annex buildingAt WTP the area of chemical house & annexure building will be kept as 120m2 on each floor which shall be include the following with approx area as:

- Ground floor: Office = 20 sqm.

- Alum room = 30 sqm.

- Blower room = 20 sqm.

- Chlorine room = 20 sqm.

- Lobby, toilet & stairs = 30 sqm.

- First floor : Operations/duty room = 25 sqm.

- Laboratory = 20 sqm.

- Alum tanks & aisle = 45 sqm.

- Lobby, toilet & stairs = 30 sqm.

- Ceiling height for filter house & chemical house will be kept as 3.5m working shelves with granite topping & glazed tiles on floor & on walls up to door height shall be provided. There shall be at

lease one SS-304, sink of suitable size & cup board for storage of chemicals

- The architectural layout of the chemical house has to be functional, adapted to the regional climate conditions and has to given aesthetic appearance in mind of the local environment and culture.

It has to be in harmony with the control building and the treatment units.

The alum storage dosing room shall be equipped with exhaust fans.

The chemical house shall be supplied from the backwash reservoir by a pipe DN100 with suitable sized branches.

The dosing plant must fulfill the criteria as here under:

Dosing plant capacity.

The dosing units shall be placed in the chemical house. The solutions shall be conveyed through separate pipes to the injection points.

23. Chemical Solution Dosing: -

The chemical dosing shall be made by pumping. The solution tanks and dosing pumps have to be instal led with positive suction to feed Chemical solutions in flash mixer. The diameter of thepipes in the chemical plant and to the injection points shall be 63mm S.S. 316 pipe.

24. Tanks and agitators: -The chemical solution tanks shal l be minimum 3 nos. of rei nforced concrete l ined internal ly with acid resistant glazed tiles laid in suitable cement mortar to resist corrosion bythe alum solution. There shall be suitable platforms on top of the tank for mounting of the agitators. Another platform or walkway shal l be provided along the front of the tanksfor passage / inspection and maintenance. Strainer troughs of stainless steel 316 shall be provided for the- dissolution of chemicals. The filling of the tank is made throughsprinkler pipes above the strainers. The freeboard shall be 40 cm. minimum .headroom of 2.0 m is required above the top of the tank to facilitate maintenance access for the agitators.

Each chemical solution-mixing tank shall be provided with electrical agitators. They shall be of turbine type. The driving motor of suitable capacity including 'reduction gear and other

Medium Max dose PPM Solution Storage No. of Sol. Tanks Dosing Equipments

Alum 50 @10% v/v 90 days Not less than 3 Metering pumps

"

-

Page 47: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 46 -accessories shall be provided for rotating the agitator at a speed between 30 to 50 rpm. The fan-cooled-driving motor and reduction-gear shall be totally enclosed but easily accessible for

maintenance. The shaft shall be freely suspended from the driving gear mounted on top of the tank. No thrust or guide bearing shall be located below the liquid level. The shaft of the

agitator and the paddles shall be of stainless steel - 316:

Each alum solution tank shall be provided' with a stainless steel 3.16:.floats operated level indicator withwooden scale to indicate the level through an arrangement of pulleys and nylon cords.

25. Pipes and valves in the closing plant:-The pipes, fittings and valves shall be such that any of the chemical tanks can be used individually. The tanks shall be filled from the process water pipe system. Each tank shall have an

outlet with strainer to the dosing unit, an outlet for complete drainage and an overflow. The service outlet shall be at least 20 cm above the bottom level of the tank. 'The entire piping and

the fittings shall be in SS- 304 pipe Schedule. 40 or 50 mm o/o. All valves for solution delivery up to the injection point and for wastewater from the tank shall be motorized ! rubber

lined .diaphragm valves for Alum & Polyelectrolyte & motorized plug valves for lime:

The solution pipe between the solution tank and the dosing device as well as the pipe from the dosing device to the

injection point shall be of SS- 304 Schedule 40 rating. They shall be connected to the process water circuit so that a rinsing of the pipes between the solution tank and the dosing unit and

downstream the dosing unit is possible after each stop of the plant. The valves in the solution pipes shall be installed accordingly.

The overflow and outlet pipe shall be connected to the general drainage system leading to the wastewater tank / common pit.26. Solution pipes to the injection point: -.

The solution pipes to the injection point in the inlet chamber shall be 'of SS- 304 schedule 40 rating. They shall be laid on pipe racks or trays to be fixed to walls of tanks and buildings

or in covered pipe channels so that they are always accessible. They shall not be exposed to direct sunlight: The chemical pipes shall be fixed and jointed in such a way that those

individual runs can be changed without dismantling adjacent pipes. No individual pipe run shall be longer than 5 m. There shall be no bends provided in the solutions feeding pipes and

wherever required 4 way crosses with plugs shall he provided to facilitate toddling.

27.Chemical solution feeders: -There shall he suitable metering outgrips for alum solution feeding in flash mixer with PLC based motorized valve &

automotive flow controller-cum-setter for the alum solution in flash mixer as per incoming turbidity. This shall feed into the dosing line leading to the injection point: The art roll of the flow

(outlet) shall be to regulate automatically within the range 0- to 100 mg / L. There shall be minimum 2 (1W + 1SB) dosing pumps with interface of their VFD with the turbidity meter/installed on

raw water pipe channel through PLC (SCADA System). The change over of alum tanks when empty, will be done through solenoid valves. The change over of alum tanks when empty will be done

through solenoid valves. There shall be stainless steel 316 basket type strainers at suction control valves etc. for isolation & auto change over when any feeding solution reaches - low level:

The inlet and the constant level shall be controlled by float valves.

All the wet dosing components shall be of non-corrosive materials (stainless steel-316) or better.

28, Handling of the chemicals: -

There shall be a handling system to bring the chemical bags/ bricks from the ground floor to the strainer troughs hot in the solution tanks.

Manually operated mono rail hoist with trolley with loading platform/ bucket, traveling from above a hole in the floor (1.2 x 1.2 m with 1.0 railing height) to the strainer trays in the solution tanks,

a curved beam shall be provided if required, capacity of the hoist is 250 Kg.

Two trolleys each for the transportation of the alum bags/ bricks to the loading platform of the hoist at the chemicals store at the ground floor capacity 250 Kg to be provided.—One platform-weighing machine for the alum bricks of capacity 500 kgs shall be provided.

Page 48: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 47 -29. Chlorination — Chlorine Storage: -

The chlorine toner storage shed of 20MA2 shall be provided near the chlorination room in the ground floor of the building. The chlorine toners shall be- placed on concrete supports with two

steel rollers each for easy rotating of the drums. Each toner shall be provided with pressure gauge and isolating valve. A loading and unloading bay of 3M width shall be provided at the entrance

of the area. ,.._-

The handling of the chlorine drums will be made with manually driven hoist and trolley of capacity of 2 Ton capable to lift and move the chlorine drums. The hoist shall have manual brake. It

shall have a safety type hook and a suitable drum lifting beam and an in-built weighing device with a dial indicator.

30. Chlorinators: -Vacuum type chlorinators designed at 2 PPM for post chlorination with automatic dosing & toner change over with residual chlorin e sensed auto control dosing shall be installed in a separate

chlorinator room of 20M^2, 2(1W4+1SB), for post at the ground .floor of the building. The room shall be reasonably gas tight and shall be provided with a. ventilation system delivering into

the open space. A set of continuously running fans shall exchange the air three times per hour. Emergency fans shall exchange it 20 times per hour. The doors of the room shall open

outward. The process water for chlorine solution shall be drawn from the pipes coming from the backwash water reservoir. The chlorinators shall be adjustable within a range of 1:10

according to the chlorine requirements of the raw & treated water. The tolerance of adjustment is not more then I4 %. Pressure gauges, indicating chlorine gas pressure and injector

pressure shall be mounted on the front of the chlorinators and calibrated in metric units. An injector module to suit the capacity of the chlorinators shall be provided with each chlorinator. A spring

diaphragm check valves (to close injector suction part when the injector is not operating) a ball check valve or both shall be incorporated. The injector has to be designed according to the available

pressure conditions, which are governed by the available head in the backwash water reservoir at its lowest level. The flow of the injectors shall be controlled with the help of Rota meter. If the

pressure is not sufficient a booster pump system with stand by provision shall be provided to increase the pressure to the required level.

All parts of the chlorinators, the injector and its accessories shall be of suitable material resistant to the chlorine (silver, silver plated Haste alloy, PVC, Teflon, Borosilicate glass, ebonite lined

cast iron).

The chlorinators and their injectors shall be floor mounted with suitable base plate & foundation bolts. All connections, valves and other parts of the chlorinators shall be easily

'accessible for cleaning, maintenance and repairs. Pipe connections -shall be flexible.

The complete chlorinator and injector units shall be piped, and pre-tested as a system with all necessary valves, inlet connections, gauges and orifice control.------

There shall be neither reactor towers nor evaporators.

This scope of work includes supply of duly-filled four no. toners of 900 Kg.

31, Operation water and booster pumps for the chlorinators:-The water supply shall be made from the internal system. Two centrifugal booster pumps for post chlorination to be installed in the chlorination room, adjoining to the chlorine Toner shed shallboost the pressure. ----- These pumps shall be supplied with motorized .isolating valves and the pressure gauges on delivery line and valves for by pass with pressure release valve fromdelivery to suction for each pump. The pumps shall be identical and suitable for single and parallel operation.The pumps shall be directly coupled to drive motor by flexible couplings. The pump and the drive motor shall be mounted on a common base plate of steel. Foundation or ground bolts shall

be supplied for each base plate. The drive motor shall be of horizontal spindle, totally enclosed fan cooled squirrel cage motor and shall be manufactured, tested and provided with

insulation to class F or better: The rating of the motor shall be at least 20% higher than the maximum power required by the pump over its operating range. The operating voltage of drive motor

shall be 415 volts, 3 Phase, 50 Hz.

32.Chlorine and solution pipes: -

The gas and water piping system shall be designed according to the chlorine and injecti on water flows and the hydraulic/pressure conditions. The pipes shall be laid as straight as possible

on the shortest route from the drums to the chlorinators, They shall be fixed on well-supported trays/ brackets and adequately slopped to allow for drainage. All steel supports shall be heavily

Page 49: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 48 -painted in chlorinated rubber paint.

The connections of the chlorine gas pipes to the cylinders and the chlorinators shall be coiled for flexibility during operation and maintenance. Each main fold to chlorinator connection

shall have a valve, a solenoid valve and a pressure gauge. All pipes and valves of the connection shall be placed out of the reach of gas cylinders hanging on the hook during manipulation.

Not more than 4 gas drums shall be connected to a common withdrawal header with auto change over when empty.

Pipe material for the chlorine dosing plant Construction Material Test Pressure

Chlorine gas Soft seamless copper. tube

Compressed fittings

25 kg/cm

Injector water (with or without booster) Galvanized iron pipes and class C 10 kg/ cm—Chlorine solution v`" Rigid (PVC pipes and fitting) 10 kg / cm2

After installation the chlorine gas piping system shall be cleaned and dried. After drying, the system shall be

Pressurized with dry air up to the test pressure and tested for leaks by application of soapy water to the outside of all joints and connections. Leaking joints shall be repaired, and only when all

joints are made leak proof chlorine gas shall be gradually introduced and the system shall again be tested for leaks.

The pipes for water and chlorine solution shall be tested with water with the respective test pressure.

33.Neutralization Tank: -

One neutralization tank each for post chlorination of reinforced concrete slab to be provided in the maintenance bay of storage room. The capacity should be adequate to neutralize full one and a

half chlorine toner. The tank should be suitably projected above the floor to prevent the entry of floor washings. It should be filled with suitable neutralizing agent such as caustic soda (Na OH). The

opening of the tank should permit to place the chlorine toner into it in any position. Its top should be covered with some thin plywood type cover which can be broken up easily in the

emergency by the toner itself. The tank should be lined from inside with suitable material so that the chemicals may 'not have any aggressive effect. The position of the tank should be such that

the toner can be dumped into the tank easily by using the monorail for lifting the damaged toner'

34, Chlorine Leakage Control System and Security Equipment:For the detection of excess concentrations of chlorine in the air of the chlorinator room and the chlorine storage area leak detection devices are provided at suitable sites. Two levels of

detection are envisaged for post each. The Contractor shall provide following safety equipment in the works, as a minimum: -

- Canister type respirators with full-face coverage masks, suitable for chlorine gaseous atmosphere; minimum 2 nos. - Protective clothing such as PVC overall and gloves and rubber boots shall

be provided minimum 2 sets.

These equipments shall be stored in glass fronted non-locking steel cabinet so that any deficiency in the .equipment shall be apparent. (15 m hoses DN V' with jet and spray nozzle and

valves are provided near the chlorine drum storage area in non-locking steel cabinets. They are connected to the process water system. The cabinets shall be located at strategic places

in the Chemical & Filter house near the storage area with view to easy and, safe accessibility in case of chlorine leakage.

The Contractor shall provide visual and audible alarm system. Flashing warning lights shall be provided over each door of the chlorination room store and near the chlorine drum storage

area. The lights shall be RED in color and shall be clearly visible at a distance Of 20 meter under normal daylight conditions. They shall be activated• automatically from the leak

detection devices. Behind the lights a rear engraved perplexes label having red letters on a white background shall be mounted at each door and at visible place. The lettering shall be a

minimum of 50 mm high and one legend shall read in English and the other in Hindi language.

Page 50: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 49 -35. DANGER

WEAR BREATHING APPARATUS

BEFORE ENTERING WHEN LIGHT IS FLASHING

One emergency drum leakage repair kit shall be provided in the workshop or in the chlorinator's room.Operation and control of the chlorine dosing panel. plant: - Colour Code for plant:- Colour code for pipes:-

All visible pipes in the different units of the plant shall be painted according to a distinct color code.Raw water. Dark green Air Yellow

Settled/filtered water Light green Sludge, sludge water Brown

Treated potable water Light blue . Chlorine solution Red

Backwash water Blue Alum Pink

36, Waste Water Drainage System; -

This shall comprise scouring arrangement for individual & each Component of the treatment plant with DI Valves as already specified of suitable size located & operated in separate valve

'chambers &/or from control room. The wastewater will be connected to a common sedimentation tank through .network of FCC NP3 pipes & manholes of 2Mø RCC with covered RCC

Slabs, The •RCC NP3 ,pipes 84 manholes shall be constructed as per •PWD • specifications with minimum velocity of 0.9 M/Sec.

37. Sedimentation & Recirculation of Waste Water: -The wastewater through the drainage system as mentioned above shall be collected by gravity in a separate sedimentation tanks for filters & Clariflocculators as here under: -1. Suitable storage capacity not less than capacity of overhead backwash reservoir 1:10 bottom slope tank with 50 Kg s/ MA2/ Day solids loading with minimum 3.5 M SWD be provided one

number each for settling of filters backwash & drainage water in one sump & other of similar capacity for waste water coming out of Clariflocculators.

2. The drainage point of the filters wash water tank shall be connected to the other tank for collection of sludge in to sludge sething tank of the Clariflocculator intermittently using manual.

controlled valve for sludge with drawl & also timer/Lard controlled also pumping for the remaining water in to the inlet chamber or S & S Tanks for which minimum two

numbers working & one stand by pumps each of minimum .100% capacities are proposed.'

After the closure of motorized sludge valve as above the pumps has II start & empty the tank up to the top level of hopper before incoming of 2nd lot of filter wash water &

scouring water.

Similarly the bottom of 2nd settling tank shall be connected to another pit with manually operated valve for withdrawal of sludge. The sludge so withdrawn shall be taken in to

another pit of minimum 3 MQ a with non-clog submersible pump for pumping this sludge on sludge drying beds/ disposal at suitable site.

The filtrate shall flow back in to the main settling tank & shall be pumped to Inlet/ Receiving Chamber/ S & S Tank as per the choice & design of the bidder. The necessary

instrumentation piping C l with manual valves etc. is in the scope of bidder. The capacities & sizes given are tentative & may change as per actual design of the successful

bidder. All the structures shall be constructed in RCC M-30 & base slab shall be designed against uplift pressure:

r;;*

Page 51: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 50 -

Quantity Power (BKVV)

.0.415 KV

S No Particulars Size/

Cap. W SB

Unit Total

1.0. Motorized Sluice Gates: -

1.1. At inlet to Flash Mixer 1 0

1.2. At B y pass to Clariflocculator. 0 1

1.3. At Filters inlet 2 0

1.4. At Filters Back Wash outlet. 2 0

1.5. At Clear water Sump inlet. 1 02,0. Motorized Sluice Valves: -

2.1. At Water Treatment Plant inlet. 1 0

2.2. At Clariflocculators. 1 0

2,3. At filters outlet. 4 0

2.4. At filters backwash inlet. 4 03.0. Motorized Solenoid Valves 1 3

3.1. Chlorine Toner Change over valve

for post

1 1

3.2. For Alum tank 3 0

38. LIST OF LABORATORY EQUIPMENTS IN WTP SCOPE: -

I List of Laboratory Equipments required in this scope of WTP contract:

Analytical Balance : 1 No.

Chlorine Comparator. :.1 No.

Jar Test apparatus. : 1 No.

Schedule of Prime Movers for Valves, Gates, Blowers& Pumps

for Power Chart

4.1. Chemical House: -

a) For Agitators: -

- Alum 1 2

b) For Metering Pumps: -

- Alum 1 1c) Exhaust fans 3 0

5,0. Water Treatment Plant: -5.1. Agitators for Flash Mixer 1 0

Page 52: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 51 -5.2. Clariflocculators.

a) Flocculation Agitators. 2 0

b) Peripheral Drive. 1 0

c) Air Blowers 1 1

d) Back Wash Pumps 1 1

e) Supernatant recycling pumps 1 1

f) Sludge disposal pumps. 1 1

•g) Exhaust Fans. 4 0

h) Dewatering pump 1 0

6.0. Chlorination.

6.1 Boosting Pumps- For Post Chlorination. 1 1

Notes: -

1. The list of prime movers given as above is for information & bidders shall furnish their own list in similar pattern.

• G E N E R A L S P E C I F I C A T I O N F O R ‘ W T P1- Float switch will be provided in the clarifier instead of ultrasonic level sensor.2- Flow meter and regulator valve proposed in back wash incoming line to filter not to be provided.3- Manual gate valves of 100mm be provided for washout of filter back wash Overhead Tank. •4- 03 Nos. chlorine toners will be provided.5- Aluminum ladders of SS ladder be provided for access to back Wash tank.6- Level sensor will be provided in alum tanks as given in general specifications.7- Booster pumps shall be mono block pumps. •8- Manual valves will he provided in booster pumps. •9- No separate chlorination chamber shall be provided as mentioned in the general specification. The length of

the channel shall act as the doing & mixing zone for chlorine & water. However at chlorine dosing point an

additional width/depth of "I mximx3m SWD shall be provided. Ceiling fans in the chemical dosing area are not required.

1 0 - Inner wall of the building work shall be finished with 3 coats of white oil-bound-distemper and two coats of snow cem on cement plaster on outer face.

11- For internal lighting one 40w tube (Philips, anchor. GEC) for every 100 sft area & one bulb point for every

200 sft area shall be provided 4 nos sodium vapor lamp of 500 W shall be provided on all four sides of the purification plant.

12- Area of doors and windows shall be 20% of the covered area.

13- Pressed steel chowkhats of 14 gauges shall be provided for the doors & windows.

14- Shutter for door shall be paneled and glazed. These shutters shall be of 16 gauges MS Sheet mounted on angle iron.

Page 53: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 52 -15- Shutter for windows shall be of steel section and fully glazed, expended metal must shall be fixed: on the outer face of window and suitable grill shall be provided in all the windows.

16- Specification for railing shall be angle iron frame of section 50x50x6 mm (90cm height above top of structure) vertical post spaced @ 120cm center to center & 3 nos horizontal members of class b

20mm i/d GI pipe duly

welded & fixed with nuts & bolts etc. The railing shall be painted with one coat primer and 2 coat good quality paint.17- Railing shall be provided on the both side of walkways where there is no wall on the either side of walk way.

18- All steel components shall be given one coat of red oxide primer and two coats of finished paint of good quality.19- All cast iron pipes and fitting shall be given two coats bitumistic paint.

.f20- RCC outer face is not to be touched and to be left as per the pattern decided by Engineer-in-charge.

21- The tanks/chamber with drain & filtrate shall be collected in such a way that the entire tanks can be emptied & taken in to respective sump by gravity.

22- Entire piping used for inter connection shall be DI or as specified specifically.

23- All inter connecting pipes & channels shall be designed hydraulically for peak flow.

24- All water retaining RCC structures should be M-30 designed mix as per the relevant IS code with amendments.

25- Any design parameter not covered in DNIT shall be as per Water Supply Manual.

26- Electrical works for power supply to all motors and drives.

27- Lifting and handling equipment in all pump houses & Hoist crane/chain pully with girder.

28- Tools and plants. All incoming cables from control panel, all switchgears in control panel shall be provided. The ducts and spaces in constructed area shall be provided.

29- Whenever there is an abrupt change in levels the side/boundaries of the land allotted shall be neatly dressed with side slopes IV:3H surplus earth, if any shall be disposed of as per directions of the

engineer in charge free of cost by the contractor.

30- Some of these components may have . interfaces with the existing or up coming units wherecoordination will be required,

31- Foundation of all loads bearing structure shall be at least 1.5 m. below the existing ground level reston firm Ground.

32- Hand Cad: M.S. hand cart 900x 600x 600mm size with three steel wheels with ball bearing of approved make with rubber on top. Including excel of 40mmo and carriage arrangement likehandles etc. support angle 25x25x5 mm as per approval of Engineer in Charge.

33- All around buildings plinth protection 0.9mm wide with 75mm 1:2:4 topping overlaid on 75mrn thick 1;3:6 cement concrete. On roof of the entire buildings tile terracing as per HaryanaPVVD Specifications Shall be provided.

34- No excise duty exemption certificate will be issued for any items used for this work.

Page 54: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 53 -APPENDIX B

1. WATERAll water to be used for the work shall be clear fresh water to be obtained from a source to be approved by the Engineer-In-Charge. It shall be

entirely free from brackish salts, alkalis, acids, minerals, impurities and confirm to IS 456-2000 and shall be stored and carried in clear tanks and

vessels.

The contractor shall provide at his own expense at all time and ample supply of water for all purposes to the full satisfaction of the Engineer-In-Charge

and shall pay all charges for the supply of water in case the water is arranged by the Department.

2 CEMENT CONCRETEAll mixes shall be as per IS 456- 2000 with latest amendments and IS 3370-1965 (part 1 to 4) (latest edition). In the reinforced cement concrete the

grade of cement concrete shall be M-20 including top slab (roof) of the plant. The grade of cement concrete shall be M.15 for other cement concrete

work.

All cement concrete used in RCC work shall be poured by mixing in a mechanical mixer and shall be compacted with mechanically operated vibrators

to be arranged by the contractor at his own cost and charges.

The Engineer-in-charge may require a reasonable number of tests to be made on the concrete during the progress of work, not less than 3

standard specimens shall be made for each test. The specimen shall be cured under field conditions. The costs of testing shall be borne by the

contractor.

If the specimen fails to comply with the requirements set out in I.S. 456 above, the Engineer-in-charge will have the right to order the demolition

such work as he may think have been carried in weak concrete at the cost of the contractor and no payment shall be made for the faulty construction.

The method of making work cube test shall be according to that given in I.S. 456-2000 with latest amendments read with I.S. 516-1959. The

Engineer-in-charge shall have the right to order the test of any materials used in RCC work to determine their suitability for the purpose. The cost of

all such tests shall be borne by the contractor. All the faulty materials so found shall be removed from the site of work by the contractor at his own cost

within the period specified by the Engineer-in-charge.

Page 55: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 54 -2 (a) CEMENT:-

All the Cement shall be procured by the contractor at his own cost conforming to ISI mark OPC/PPC cement as per ISI No. 8112 packed

in conventional or HDPE. Bag of 50 Kg each bag should bear ISI certificate marked grade – 43. All Cement used in reinforcement shall be tested and

report submitted -for examination/ approval of the Engineer-in-Charge.

3. STEELAll steel used in the reinforcement shall be in accordance with IS 456-2000 with latest amendments and IS 3370 (Part I&II) 1965 with latest

amendments and Tor-steel as per IS 1785-1966 with latest amendments. All steel used in the reinforcement shall be tested and test report submitted

for the examination/ approval to the Engineer-in-charge.

4 MODE OF CONSTRUCTIONThe R.C.C. shall be cast monolithic with supporting beams steel shuttering and forms must be substantial and of unyielding built to correct dimensions

and water tight to the entire satisfaction of the Engineer-in-charge so as to preserve the concrete from damage or distortion during setting.

All reinforcement shall be as per detailed drawings and calculation duly approved by the superintending Engineer. The contractor shall

be responsible for the accurate fixing of the reinforcement and shall not place any concrete until the reinforcement has been inspected in position and

approved by the Engineer-in-charge. The contractor shall take full precaution to prevent the displacement of reinforcement during concreting.

5 TEST FOR WATER TIGHTNESS OF THE STRUCTURES:-The underground reservoir shall be absolutely watertight. No sweating shall take place after a period of 20 days of the tank being filled upto the full

supply level and kept to full during the above period. The maximum fall in the water level including that occasioned evaporation shall not be more than

6mm after 48 hours during the winter and 12mm during the summer.

1 Wherever, a reference to Indian standard appearing in this schedule, it shall be taken to mean the latest version of the standard on the date of

calling of tenders with latest amendments.

2 The specification of the handbook of the PWD specification 1990 relevant to the various materials and workman ships shall apply and shall be read

as a part of this NIT.

3. In case of any material and workmanship not described in this NIT the relevant specification in the above mentioned handbook shall apply thereof.

4 The masonry in contact with water will not be done in less than that of 1:4 cements sand mortar and masonry not in contact with water will not be

done in less than that of 1:5 cement sand mortar.

5 Thickness of all the floor of water retaining structures not subjected to any structural forces will not be less than 125mm.

Page 56: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 55 -6 Initial maintenance and supervision period will be two months which will include training of departmental staff.

7 The areas of doors, windows and ventilators will not be less than 20% of the masonry wall area not to be laid under the floors to facilitate the

maintenance work and should be terminated at one common point.

8. Water for construction: - will be arranged by the contractor himself. If arranged by the department recovery @ ½% of total cost of agreement

shall be made from the contractor.

9. Water & consumable like diesel, oil and power for trial-run for testing will be arranged by the department free of cost.

10. The contractor shall fix M.S. plates on each component of filtration plant showing the capacity size etc.

11. The contractor shall supply and fixed flow diagram duly marked on wooden board duly pained of size 3’x4’

Page 57: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 56 -

SCHEDULE-II

SPECIFICATION GENERAL CONDITIONS

1. DefinitionIn the these specifications, the terms works means the supply, erection, testing and commissioning of transformer, electrical equipments and pumpingmachinery which may be let out on contract. The term Superintending Engineer means the Superintending Engineer, P.H.E Circle, Jhajjar and theterms “Engineer-in-Charge” means the Executive Engineer, P.H.E. Division Bahadurgarh concerned of the Haryana Public Health EngineeringDepartment under whose Executive charge of the work of supply, erection, testing and commissioning of transformer electrical equipments andpumping machinery will be carried out from time to time. The term “Contractor” means the person or firm whose tender for the supply & erection oftransformer electrical equipments and pumping machinery is accepted and the term Contract means the contract covered by the contract agreementto be tendered into by the said contractor for carrying out and completion of the said work.2. Consideration for contract and extent of Works: -

The contract price payable to the contractor in respect of supply, erection, testing and commissioning of transformer, electrical equipments andpumping machinery shall be the consideration for all and every description of work done executed and performed in and about and incidental to thework described or mentioned in this schedule and in the drawings or be intended so to be whether the same shall be incidental or necessary to beultimate completion or only for the temporary purposes of the said work required only for carrying out of such precautions as the Engineer-in-Chargemay require for the protection of the public, workmen and the work and also existing building etc. or as set out in the conditions of the contract. Thework shall include the carry and erection of transformer electrical equipment and pumping machinery complete in all respects as given in thisschedule and of testing integral parts for performance at duly point by continuous running for 72 hours (seventy two hours) of each pumping set andmaking good deflects to the satisfaction of the Engineer-in-Charge. It also includes other incidental item or work material and things required to makethe work satisfactory in all respects and complying with the contractors guarantee as incorporated in schedule No. –VIII.

The contactor shall run the plant for at last three month and during the period of testing and operation of the plant. The contractor shall providelubricating oils, and other materials except the electrical energy and shall train the department maintenance staff appointed for the purpose for theproper running of the installation. But in no circumstances, shall the employees of the department be responsible for any damage done to the plant. Ifduring the running maintenance period specified it is necessary to make any adjustment or carry out further works on the plant, that the services ofthe contractor’s staff shall be continued as part of contract after the completion period, for a further period as may be required by the Engineer-in-Charge. Any additional stores, lubricating oils or other such material shall be supplied by the contractor for the extended period also.

Page 58: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 57 -For a period of 12 calendar months following the date of handing over (after 3 months running in period of the equipment) to the Engineer-in-

Charge, the contractor shall be responsible his own cost for the replacement of any broken part of parts of the equipment or any showing sign ofunder stress, or any previously undiscovered imperfection if in the opinion of the Engineer-in-Charge, such broken or otherwise imperfect parts havefailed inconsequence of faulty work man ship or of bad material.3. Drawing & Designs:-

The contractor shall submit with the tender the preliminary drawings, indicating the location/ position of all the electrical equipments & pumpingmachinery, Transformer, electrical performance above. After the acceptance of his tender he shall furnish all necessary calculation, detailedequipments drawing and pumping sets, suction and delivery pipes, sluice valves, reflex valve bell mouth starter control panel, HT, OCB, LT ACB,metering equipments, cable wiring and over head steel trays for laying of cable for each motor inside and outside the pump house and designs ofeach pumping set. If any error or omission is found in the contractor’s calculations or detailed drawings, he shall amend the design and drawingswithout any extra charge over the lump sum price tendered. The above preliminary drawings as also the detailed drawings be furnished later shall bedeemed to be the contract drawings as also include such additional drawings including all working drawings to be supplied by the contractor inresponse to the instructions of the Engineer-in-Charge in writing to the contractor from time to time in the course of the progress of execution of work.The Engineer-in-Charge shall have the right to make such amendment to any of the said drawings an opinion may be necessary during the progress,of execution of the work and such amendment shall in no way, invalidate this contract. The contractor within 30 days of the acceptance of tender orsigning of the contractor whichever is earlier, shall supply to the Engineer-in-Charge as full set of detailed design and dimensioned working drawingsin triplicate if the Engineer-in-Charge shall require to the work. The contractor shall supply the same within 30 days of receiving the notice to thateffect.

Approval of drawing and designs will not be taken as constituting any expression or opinion on the part of the Engineer-in-Charge as to theperformance of the Transformer. Electrical equipment and pumping sets duty point or in any way as relieving the contractor form his responsibilities ofobligation under the contract.

The contractor shall supply at least sex set of the finalized design and drawing at his own cost for the use of the Engineer-in-Charge beforestarting the work.4. Possession of the Site: -The Engineer-in-charge shall, as soon as practicable, after the acceptance of the tender or the execution of the contract agreement as the case maybe given to the contractor the use of the site of the respective works covered by his contract so as to enable him the commence and continue theexecution of the work included in his contract. But the non delivery of the use of such site or sites or any part thereof shall not effect the use of suchcontract of the specifications and it shall not entitle the contractor to any increased allowance in respect of money or otherwise. Time for the

Page 59: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 58 -completion of the work may be the extender in proportion to the delay, involved on allocations of the contractor but this will not entitled him to anyextra payment whatsoever it may be.5. Claims for extra:-Notwithstanding anything that may be written in clause 12 of the conditions of the contractor no payment shall be made for any charge in respect anyextra, conditions, deduction, alternations substitutions or deviations unless the instructions and directions for performance there of shall have beengiven in writing by the Engineer-in-Charge himself nor unless such instruction shall distinctly state that the matter there of is to be subjected to anextra or varied charge not unless the claim in respect thereof will be made in writing to the Engineer-in-Charge by the Contractor within period of 7days as set out in the said clause 12 referred there in above. Any charges carried without the approval of Engineer-in-Charge in writing shallconstitute breach of the conditions of the contract.6. Reinstatement and contractor to satisfy himself on all points.

All land, property, fencing likely to be disturbed or damaged during the execution of the contract work, shall be made good by the contractor at hisown expenses to the satisfaction of the authorities and owners concerned.The contractor shall be deemed to have satisfied as to the dimensions, levels, character and nature of all the works, buildings, roads, land, saferbearing capacity, spring level and other things with regard to any connection they may have with the works of the contract, and shall be deemed tohave obtained his own information of all matters which could in any way influence his tender.

No claim for extra work otherwise shall be allowed in consequences of any misunderstanding, error or incorrect information on any point or of anyinaccuracies in reference thereto which may appear in the specification, nor shall the contract be nullified in consequence of any suchmisunderstanding, error, incorrect information or inaccuracies.7. STORAGE OF MATERIAL All materials, supplied, machinery or equipment, which may be exposed to the weather shall be suitably protected by the contractor to thesatisfaction of the Engineer-in- charge.8. Rejected Materials:Any material including that required for civil works or articles, fittings or electrical work or mechanical works and delivered to the site of work by orunder the orders of the contractors which the Engineer-in-charge shall find to be unsuitable or of a specification or description interior in his opining tothat required for the purpose of work shall not be used thereon by shall be removed by the purpose of work shall not be used thereon by shall beremoved by the contractor at his own cost and charges from the site of work within 24 hours of notice to that effect in writing by the Engineer-in-charge or his representative.

Page 60: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 59 -9. Services of Notice on the contractor:

Any notice, order, required or instruction which the Engineer-in-charge may wish or require to give in relation to works, shall be deemed to be dulyserved on the contractor, if recoded in the order book kept on the work, or if it shall be deemed to be duly served on the contractor if recorded in theorder book kept on the work, or if it shall be delivered personally to the contractor or any of his agent or sent by post to his office and address of suchoffice and of the contractor’s address shall be given by the contractor to the Engineer-in-charge.10. Work executed outside working hours:If the contractor shall execute any works outside ordinary working hours during the absence of the Engineer-in-charge or his authorizedrepresentative and without having previously given him sufficient notice in writing that such work was about to be executed, he will be required to takeup and reconstruct any work so executed, if ordered to do so by the Engineer-in-charge in writing under his hand.11. Engineer-in-charge and his Assistant to have access to work and store:

The Engineer-in-charge, his Assistant Engineer, Junior Engineer, Inspection Mistries, Munshies, Inspector and all other persons authorized by himshall have full access to the works and the contractor’s workshop and factories, stores, brick fields, godowns and all other places where work beingprepared or materials collected or stores for the work and shall have full power to send workman upon the work to execute any other worked in thecontract and for whose operations the contractor shall offered every reasonable facility during the working hours, provided that such operations shallbe carried on in such manner as not to impede the progress of the work included in the contract, but the department shall not be held responsible forany damage which may happen or be occasioned by any such other works.12. Pumping with dewateringThe contractor shall at his own cost and charges at all times during the period of contract provide and maintain in good working order and repair andshall operate by day and night an adequate number of pumping plants and equipment with all accessories of suitable capacity and design to fullsatisfaction of the Engineer-in-Charge and shall keep the sub soil water level trench and other excavation lowered to s sufficient extent at all timesand shall provide and construct all drains and channels required to enable the work to be completed in a proper an sound manner to the satisfactionof the Engineer-in-Charge. The provision, maintenance repair and operation of all pumping machinery arrangements and all other works keepingdown and for the disposal of such water in a manner to be approved by the Engineer-in-Charge shall be deemed to be temporary works incidental tothe construction work as set out in clause-2 herein a before. The full cost thereof be included in the lump-sum price of the contract and no otherpayment shall be made to the contractor in respect of any work he may carry out or any expenditure he may incurred in compliance with the termsand conditions of this clause.

Page 61: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 60 -13. Interference with or damage to other works:-

The contractor shall not cause any interference with the work of any other contractor engaged on the construction for the civil work and shall takeall due precaution to prevent his works people from causing the damage to the work of other contractor while in course of installing and testing theElectrical Equipments and pumping machinery.14. ExcavationAll excavation include removal of surplus soil at a suitable place and distance as approved by the Engineer-in-Charge and refilling upto the levelsshown in the drawings and disposal of surplus soil as directed. If extra excavation is required for proper execution of the type of strata met with it willbe done by the contractor without may extra cost.15. Location

The machinery is to be installed in an existing under construction pump chamber in specified site as per drawings enclosed. The number ofpumping sets to be installed in each pump chamber are shown on the drawings (300 LPM pump for dewatering of pump chamber).16. Authority From Manufacturer:In case the pumps and motor of make required as per N.I.T. are not manufactured by the tenderer authority letter from the manufacturer in the nameof tenderer authorizing to quoted foe their product with committed delivery period and quantity offered should be attached with the tender.17. Test RunThe contractor shall include in his rates cost of trouble free continue running of each individual unit for 24 hours and tourble free running of thecomplete installation for three months or 1000 hours whichever is late.18. PerformanceThe figures stated by the contractor shall be subject to no tolerance and the result shall be obtained during the official tests of the plant, if lesssatisfactory result then those granted are obtained, the Engineer-in-Charge reserves the right to reject the same or accept at reduced cost.19. Manual and InstructionsSix copies of comprehensive manual for the use by the Engineer-in-Charge before and during the erection and subsequent operation andmaintenance of the plant shall be furnished after the approval of the drawings.The contractor shall furnish and install in the pump house neatly prepared set of operating instructions securely framed and planned and shall alsofurnishes its tracings.20. GuaranteeThe tenderer shall submit with the tender guarantee certificate as given in schedule No. VIII. 21. Import License and Foreign Exchange.Import license and foreign exchange, will have to be arranged by the successful tenderer himself and this is solely his responsibility.

Page 62: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 61 -22. Local Taxes:-All toll, octroi, terminal taxes or other Municipal taxes shall be paid by the contractor on all tools & plants and materials imported or taken delivery ofby him concluding all goods and material delivered to him free on rail and those transported by him to the town from outside and he shall be entitled tono reimbursement for any payments made on account of such octroi, or terminal tax charges. This applies to materials issued from stores of theEngineer-in-charge also.

If any fresh octroi, terminal tax or other tax shall be levied or any existing octroi terminal tax to other tax shall be enhanced after the date of thecontractor’s tender, the same shall be paid by me the contractor and no extra allowances shall be given to him by reason of such them enhancedoctroi, terminal tax or other tax having been levied.23. I.S. SpecificationsI.S. standards mentioned will mean the latest with amendment upto date of opening of tenders.The tenderer shall specify the makes of all items including accessories along with detailed literature of the manufactures.The tender shall indicate as to which of the material offered will be ISI marked/ conforming to ISI.24. SubmissionDetailed specifications, sizes of all the equipments, cables etc. is to be submitted along with the technical bid.25. Erection of pumping machinery:

25.1 Safeguarding & ProtectionAll machinery, equipments, pipes, special accessories, name plates, gauge etc. supplied by the contractor shall be safeguarded by him unitcompletely erected, tested and handled over to and taken over by the Deptt. All opening shall be protected to prevent entry of foreign matter, byblinds/plugs. The machinery shall be carefully handed over in case of loss or damage to any machinery or to any part thereof, the contractor shallbear the responsibility and loss.The machinery shall be protected by the contractor against weather conditions and other chances of deterioration. If required by the Engineer-in-Charge, these are to be covered with tarpaulins and with tin or G.I. Sheets.The components, parts shall be thoroughly cleaned before assembly and assembled as per drawing and instructions contained in the supplier’sbooklets and literature for installation or as per instructions by the Engineer-in-Charge. The contractor shall be responsible for checking levels andorientation plan of all foundation diameter length and disposition of anchor bolts in accordance with above instruction well in advance of taking up theactual erection of machinery. In case of any variation in case of any variation in levels etc. The contractor shall do the necessary rectification at thisown cost.After completion of pre-erection works to the satisfaction of the Engineer-in-Charge, the contractor shall commence the erection of machinery orfoundations.

Page 63: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 62 -

25.2 GeneralThe contractor shall supply the manufactures recommendations and instructions for installation and operation so as to ensure proper erection ofmachinery and its operation. These instructions and directions of the manufactures shall be studied and checked up at site before final grouting istaken in hand.The contractor shall provide all tools and gauge for erection alignment. The contractor for the purposes of erection shall employ at his own costsuitable lifting sickles, cranes and skilled men to the satisfaction of the Engineer-in-Charge The contractor shall provide himself the nuts and sheds orgodowns for storage of his materials and labour etc.The contractors shall be responsible for arranging and executing the work of centering, scaffolding, staffing, planting, timbering, strengthening,shoring, pumping, fencing, watching and lighting at night as well as in day.The contractor shall give all necessary personal superintendence during the execution of the work and as long thereafter the Engineer-in-Charge mayconsider necessary until the expiration of the Guarantee Period” safe in separate sheet attached herein.After erection and alignment in accordance with the drawings, specification and instructions a report shall be submitted to the Engineer-in-Charge whowill check and accord approval before taking up grouting of bolts and final dressing of foundations base. Grouting shall be as per drawings,specification and instructions of the Engineer-in-Charge, charge and shall from part of erection work.Finally alignment as specified by the manufacturer, shall be carried out after piping connections are made Tolerances specified by the manufacture,shall be added to ensure that no stress are induced on the pumps by piping. The contractor shall again check the alignment by disconnecting thepiping or in the working condition or in both conditions.The drilling of holes in the base plates for fixing motors, fixing of couplings on shafts etc. and dowelling including provision of dowel pins of similararrangement for retaining the alignment shall be carried out by the contractor as part of the erection work.The contractor shall fix up pressure gauge lubricants grease cup and all other accessories as part of the unit, all machinery before erection shall becleaned, even if opening of some of the parts is required to bring it in its original condition. No extra payment for such work shall be made.25.3 Grouting under Base plates and Machine Foundation:25.3 (1) MaterialAll material required for the work shall confirm to the levintanks specifications. Neat cement shall be used for grouting shall be prepared usingPortland/ Pozzolona cement and clean fine sand thoroughly mixed with water in ratio of 1:2 or as specified.For critical application where non-shrinkable grout as required and cat led cut in drawings the mixture shall be made up 1 part clean fine sand and 1/3part of iron grout.25.3 (2) General

Page 64: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 63 -The grouting material shall solidly fill the spaces to be grouted and permanently retain its original volumes so that the base plate will be held firmly inthe set position the amount of water used in mixing shall be kept in minimum such that grout shall have a consistence took stiff to flow.25.3 (3) Preparation of surfaceThe top of foundation shall be cleaned and free of all levintance loose particles, oils or grease and shall wetted thoroughly leaving no paddies prior togrouting.All tapped pockets shall be properly vented to allow penetration of grout. The grout shall cover all shims which are to be retained.25.3 (4) PlacementAll anchor bolt holes shall be completely filled with grout. The finished surface shall flattened smooth and shall slope away from base plate(approximately at slopes of 1 in 25). After initial set is over the grout shall be kept thoroughly wetted fro minimum of 5 days. Care is also to be takenduring grouting to see that the base plants lever and alignment is not disturbed.25.3 (5) Nuts & Bolts etc.Holding down bolts of sufficient length shall be provided and fixed for setting the machinery to the foundation. All the necessary supporting joists andgirders, nuts & bolts, washers and plates shall also be provided together with jointing material for making the various joints and cost shall be includedin tender. The bolts and nuts through out shall be steel having I.S. thread and with hexagonal nuts and heads conforming to relevant ISI.26. Specification of Pump and pumping machinery26.1 PumpsHorizontal spindle split casing type centrifugal pump completed with squirrel cage induction motor set of specified makes as per makes as perschedule No. III, directly coupled, conforming in all respect to IS 1520-1972 and motor conforming in all respect to IS 325-1978, as amended uptodate. The pump set shall be capable of pumping clear, fresh water having characteristics as specified in clause 1.2 of IS 1520-1972. Each pumpmotor set shall be suitable for continuous rating and shall be supplied with suitable coupling, priming, funnel, test, cock, base plate, foundation boltsand nuts and with accessories as per clause 7.1 of 1520-1972. The pumping sets shall latest ISI code.Centrifugal Pumps: -A) Specifications:Horizontal spindle split- casing type centrifugal pumps as a whole assembled condition to be hydrostatically tested at 1.5 times theshut-off head pressure or two times the duty point pressure whichever is higher.B) Material & Construction:

As per clause 3.1(Table.1) of IS 1520-1972 as amended upto date. The Pump is to be bronze fitted as per IS-318.C) Impellers: Double suction enclosed type hydraulically and statically balances and made of stainless steel.

Page 65: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 64 -

D) Nominal speed: 1440 RPM.E) Pump Assembly:

Individual casing parts of pump as a whole in assembled condition to be hydrostatically tested at 1.5 times the shut off headpressure or two times the duty point pressure whichever is higher.

F) Efficiency:The duty point should be towards left side of best efficiency point (B.E.P.) but within the best efficiency zone. The efficiencyshould not be less than 75%.

G) Guarantee and performance: As per clause 12 of IS 1520-1972 and no extra credit shall be given for higher efficiency. Furtherpump efficiency shall be guaranteed to deliver required discharge for a range of head between (+) 10% and (-) 25% from the specifiedhead. Shut off head of the pump should also be mentioned and maintained.H) Information to be provided by the manufacturer:The performance date as per clause 27.4, performance curves certified and signed by the manufacture and tender for performance pump otherwiseoffer will be rejected.I) Accessories:Each pump shall be supplied with following accessories as per clause 7.1 of IS 1520-1972.a) Ball type air relief valve (Manufacturer’s provision)b) Tyre type coupling.c) Pressure and vacuum gauge with siphon cock as per IS 3624.d) Pressure relief valve.e) Base plate made from M.S. channel, MC 150x75 and 25mm thick M.S. plate.f) Foundation bolts and nuts.Specification of electrical equipments27 Electric Motor:The pump shall be directly coupled to A.C. three phase 415 volts 50 cycles squirrel cage induction motor on common fabricated M.S. base plate. Themotor shall be capable of operation on 415(+) 6% (-) 15% voltage having synchronous speed of not more than 1500 RPM (full load slip not to exceed

Page 66: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 65 -4%). The motor shall be totally enclosed fan cooled and of continuous rating type. The motor shall confirm to IS 325-1978. The motor shall haveclass-F, insulation according to IS 12741-1974. The H.P. of electric motor shall have a safe margin of 10% at the maximum requirement of BHPabsorbed at duty point and (+) 10% and (-) 25% of head at duty point. Rise in temperature while motor is in continuous use at rated output should notexceed as per Class-F, insulation (clause 12.1 of IS 325-1978).Dimensions and output:27.1 The dimensions and output of motor shall comply with IS 1231-1974.27.2 Winding and Insulation:The stator winding consists of synthetic enamel covered copper wire with slot insulation complying with the requirements of IS 1271-1974.27.3 Balance:All rotors are dynamically balanced to comply with the requirements of IS 4729-1968.27.4 Performance Data:The contractor shall provide the following details in a tabular form in respect of each set along with the tender.

1) Make of Pump.2) Model & size of pump.3) Duties offered LPM/Mtrs.4) Manufacturer.5) Efficiency of pump at D.P.6) Overall efficiency of pump set at D.P.7) Shut off head (Mtrs.).8) NPSHR9) Discharge at (-) 25% Head (LPM).

10) Efficiency at (-) 25% Head.11) Discharge at (+) 10% Head (LPM).12) Efficiency at (+) 10% Head.13) Input at D.P. (KW).14) Input at (-) 25% Head K.W.15) Input at (+) 10% Head KW16) Rated Motor output (KW).

Page 67: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 66 -17) Guarantee.18) Make of Motor.19) Synchronous speed for Motor (RPM).20) Suitability at (+) 6% (-) 15% Voltage.21) Suitability at (+) 3% frequency.22) Performance Curves.23) Accessories.24) Material and construction of pumps

a) Casing (C.I.)b) Impellersc) Shaftd) Shafts sleevese) Bearing rings (Stainless steel)(Note all the material of rating as per the schedule No. 1 & specification and make of schedule No. II & III.28. C.I./D.I. Pipes and Specials:28.1 C.I./D.I. Pipes:Supply and erection of C.I./D.I. pipes & specials both to connect the suction side of the pump with the collecting tank including bellmouth and the delivery sides of the pump with the collecting tank including bell mouth and the delivery sides of the pump chamberwall shall be included in the tender by the tenderer. The pipes shall be all flanged confirming to ISI 7181-1986 and specials shall beconfirming to ISI 1536-1992 upto date 1538-1992 ISI Marked class upto date amendment and meat the velocity in the suction &delivery pipe shall not exceed 2.00 m/sec and 2.5 meters/sec. respectively. The suction and delivery pipe shall be so designed thatany of the pumps can be operated at one time and delivery pipes of each pump will be as per manufacture standard of each pumpwill be as per manufacture standard.28.2 Bell MouthOn the suction side, bell mouth of appropriate size and opening shall be provided in the collecting tank.

Page 68: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 67 -28.3 Drip Pans

Drip pans shall be provided where any dripping of off or water may occur and there shall be made of copper with a copper pipe edging and besuch that they fit neatly into place.28.4 Casting:-All casting shall be sound and inform/smooth both externally and internally be entirely free from blowholes. They shall be carefullycleared and dressed off. All bright work shall be free from air holes and spots and shall be properly cleared and finished to removetool marks.The contractor shall reject and replace and casting, which the Engineering-in-Charge consider to be not of first class appearance andquality No plugging, welding buming shall be resorted to.29. Priming Arrangement of pumps

The priming arrangement for all the pumps is to be provided by installing 5 HP vacuum pump connected to suction line, of allthe pumps with isolating brass pet valves of 40 mm dia GI ‘B’ class pipeline. The delivery line from the pump shall be lift in nearestsuction well.Also all the suction lines of the pumps shall be connected with the supply line from an overhead tank on the of pump chamber withisolating pet valves.30. Transformer30.1 The transformer shall confirm IS 2026-1962 transformer of specific KVA as per Schedule No. 1 11/440 KV 3 phase 50 cycle copper woundindoor/outdoor type. No load voltage ratio 11000/433 V with off load taping.

1. System : 11 KV/415 Volts, 3 phase 50 HZ.AC supply

2. Type : Oil immersed3. Cooling : ONAN4. Service : Outdoor/indoor (as specified in

schedule-1)5. Temperature Rise :

i) In oil by thermometer : 450 C above 450 C ambientii) In winding by resistance : 550 C above 450 C ambient.

6. No. of windings : Two

Page 69: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 68 -7. Material of windings : Copper8. Rated voltage (Line to line)

i) High voltage : 11000 voltsii) Low voltage : 415 Volts

9. Inter face connections :i) High voltage : DELTAii) Low voltage : Star (Neutral brought out for earthing)

10. Tap changing gear :i) Type of tap : OFF loadii) Tape provided on : HV windingsiii) No. of tapes : Seveniv) Range of tap : +OR-7.5% + OR-5%

+ OR-2.5% and 0v) Method of tap change : Manual/Auto

11. Terminal arrangement :i) HV : Cable box for 11 KV, XLPE cable.ii) LV : LT cable box for 3 ½ core cable (as per schedule No.

12. Percentage impedance : As per IS 202613. Accessories desired:

i) Oil conservator with filter, cap drain plug and oil level gauge.ii) Silica Gel Brother with connecting pipe and oil seal.iii) Shut off valve between conservator and main tank.iv) Explosion vent.v) Air release plug.vi) 150 mm dia dial type oil temperature indicator with maximum temperature

indicator and alarm.vii) Thermometer pocket with plug.viii) Double float buckshot hate relay with trip and alarm (if H.T. OCB required)

Page 70: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 69 -ix) Drain valve with plug.x) Filter valve with plug and adopterxi) Hand hole of sufficient size for access to interiorxii) Two grounding terminals.xiii) Tank covers lifting eyes.xiv) Un-directional rollersxv) Jacking pads, handing and lifting lugs.xvi) Neutral bushing for LV windingsxvii) PCC plinth with MS channels grouted to the plinthxviii) The transformers shall be double wound and shall comply with IS 2026-1962 or the latest and shall be suitable for serviceunder conditions of voltage frequency fluctuation/permissible under Indian Electricity Act and rules there under voltage variationallowed 10% and frequency 3%xix) Transformers shall meet the requirement shown under detailed specification and capable of being load accordance withIS 66001962 or the latest. Transformers installation should generally follow IS 1886-1961 or the latest.xx) Transformer core shall be built up of low loss non a going oriented insulated lamination, transformer tank shall be ofrobust construction fabricated (as per make strengthened). All welded joints and valves shall be tested after the fabrication of tankbarbed joints shall carry non-deteriorating gasket. The transformer shall be ‘ON’ type with fixed or removable radiators adequatelybraced to tank.xxi) Winding shall be class ‘A’ insulation with uniform insulation to earth inner turn insulation of tapped winding shall bereinforced to obtain stress distribution. The winding assembly shall be shrunk by vacuum drying and un-prenatal with on approvedinsulation transformer shall have copper winding.xxii) Tapping shall be off load and brought out from the H.V. winding and terminated in an internal manually operated tapswitch with position indicator and pad locking arrangement. Transformer out put shall remain unaffected for any tap position.xxiii) The transformer shall be supplied with ISI filling of oil conforming to IS 335-1953 or the latest.xxiv) The transformers shall be subjected to test and manufacturer’s test report should be furnished. The tenderer shall furnishfull performance data of transformer as specified in IS 2026-1962 or the latest for proper evaluation of their equipment.

Page 71: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 70 -xxv) The following per-commissioning tests shall be carried out at the site of work.a) Visual inspection for broken parts, cracks leaks, oil level, top up if oil level is low.b) Two samples of oil shall be taken from the bottom of the tank tested to with voltage of 40 KV for 60 seconds.c) The insulation resistance between H.V and L.V. winding and earthing. The test shall be carried out with 1000 volts mugger.Where ever oil sample test and I.R values are not satisfactory then transformer shall be dried and the oil or TR hydrate thentransformer shall be mounted on a plinth by the contractor. After installation the rollers shall be locked by clamps to preventmovement of transformer.xxvi) Transformer body and neutral shall be earthed as per standard conventions.31 Termination:a) 11 KV outdoor type HT bushing as per ISI suitable to terminations of 3 core XLPE cable ( as specified Schedule-1)outdoor type HT cable and box as per ISI.b) L.T cable box suitable for termination of LT cable 3½ core PVC cable and one for neutral should also in addition to cableshave provision for connecting 2 Nos. earthing tape.Note: -All the material of rating of Schedule No. 1 and specification & make of Schedule No. II & III.32. LT Panel (In Pump Chamber)

Cubical type dust proof and Vermin proof extensible type free standing, floor mounting made out of 14 gauge CRCA sheet withC- channel frame iron 75x40x6 mm base frame painted with synthetic light grey enamel paint with suitable size of cable chamber withcompression type glands to receive incoming and outgoing cables sheet steel cubical comprising of following.

1. Bus Bar Copper / Aluminum (As specified in schedule no.1)

TPN, 415 volt AC Bus Bar complete in all respect as per specification given below:The Bus Bar shall consists of hard drawn high conductivity, duly tinned copper strip size 80x10mm for phase and 40x10mm forneutral with PVC heat shrinkable sleeves of appropriate phase color. The bus bar shall be mounted bus bar insulator (of DMCMaterial) which will permit sufficient movement for compensation of temperature stresses as well proper bracing to with stand theelectromagnetic forces provided during short circuit and the bus bar and links shall be designed for a maximum temperature of7500C.

Page 72: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 71 -1. All the outgoing and incoming feeder’s connected with LT cables or bus bars complete in all respect.

2. All connection with L.T panel should of solid connections with copper strips.Note: All the material of rating of as per the and technical specifications & make of Schedule No. II & III.

33. Starter:-The starter shall be fully automatic factory manufactured at DOL starter/ Star Delta starter Air break dry type suitable for350/450 volts, three phase, 50 cycles A.C. supply confirming to IS 13947 (part I & IV) The starter shall be complete with.33.1 Star-Delta Starter:

1. SFU / MCCB 1 No.2. Contactor 3 No.3. Over load relay 1 No.4. S.P.P 1 No.5. Timer (Electronics) 1 No.6. Push Button 2 No.7. Indication On/ Off 2 No.8. Control fuse 1 no.

9.Amp. Meter with CT& 1 no.

10. Motor selector switchprotection relay

1 No.

33.2 DOL Starter:-1. SFU / MCCB 1 No.2. Contactor 1 No.3. Over load relay 1 No.4. S.P.P 1 No.5. Push Button 2 No.

Page 73: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 72 -6. Indication On/Pff 1 No.7. Control fuse 1 No.8. Amp. Meter with CT 1 No.9. Timer electronic 1 No.

33.3 Switches / MCCB’s/ MCB’sPanel mounting switches/MCCB’s/MCB’s suitable for 415 Volts 50 cycles 3 –Phase AC supply with operating mechanismhandle to IS 13947 (Part-I&II) 1993/IEC 947.Note : All the Material of rating as per technical specifications of Schedule No.2 & 3.SFUS

a) Fix contactb) Terminal & Backing plate for terminalc) Moving contact assemblyd) Archute & bridgee) H.R.C. fuses

MCCB’s / MCB’s/Change overa) Fix contactb) Terminal & Backing light plate for terminalc) Moving contact assemblyd) Archute & bridgee) Thermal/ Electronics Trip system with adjustable of S/C, O/C.f) The operating handle shall have suitable indication of ON/ OFF trip.

LTACB’sLT ACB conforming to IS 13947 (Part I & II) 1993, 4 pole interlocked horizontal draw out type/ fixed type manually operated eachcomplete with.

a) Under Voltage release.b) Shunt trip

Page 74: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 73 -c) 4 Nos. (No + No auxiliary Contact)d) Hand tripe) On & OFF indicators.f) Neutral Linkg) Draw out system (In MDO ACB only)h) 3 Nos. CT /SVA burden and class of 0.5 accuracy bearing rates of 1000/s Amp. For meter.i) Over load relayj) Earth fault relay

34. Voltmeter:-Voltmeter shall be provided on incoming of each panel with 3 way 100 sq mm with selector switch for each pump as per

IS 1248.(Note: - All the material of rating as per the schedule No.1 & specification & make of Schedule No.2 and 3)35. Amp. Meter:-

Each pumping set shall be providing amp-meter with single CTS for suitable range of meter amp. and provided one Noamp meter on incoming of each panel with 3 way and off selector switch 144 sq mm as per IS 1248.(Note: - All the material of rating as per the schedule No.1 & specification & make of Schedule No.2 and 3)

36. Indication:-The three indications with control fuse in the incomer of main LT Panel RYB.

(Note: - All the material of rating as per the schedule No.1 & specification & make of Schedule No.2 and 3).37. Voltage Drops:

In motor circuit the conductor shall be so chosen that the voltage at the terminals of motor when running under full loadconditions is not less than 90% of the voltage at the main bus bar.38. Electrical Wiring including H.T. & LT Cable:

The work of electrical wiring and cabling shall be carried out in accordance with the Indian Electricity Rules and IS732 – 1963.

The contractor shall include cost of providing and installing complete LT cable and wiring work from Meter including earthing to

Page 75: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 74 -user end.

1. The supply erection, testing and commissioning of XLPE HT cable from SEB GO switch to metering panel to HT panel toTransformers including cost of cable boxes as per specification given below.

2. XLPE cable makes (as per schedule no. III) 3 core galvanized steel strip armored cable HT/11 KV grade with aluminumconductor of standard make conforming to IS 7098 Part II 1905 including cost of thimbles solder etc.

3. In panel room the LT cable from Transformer to LT panel and LT panel to starter, starter to motor including cost of thimbles,lags, solder etc. for ISI marked cable of suitable size, 1100 Volts 3/3½/single core flexible copper cable conforming to IS 1554/relevant IS (Part I) 1993 in ground covered with sand and brick / in trench / in PVC pipe/ on steel cable trays. The maximumcurrent that will flow under normal condition of service in a motor circuit shall be taken of that corresponding to the full loadcurrent of the motor, when rates in accordance with the relevant current rating as given in IS 325-1978. The size of PVCCopper cable/ wiring used shall be capable of carrying the full load current corresponding to the rating full load of the motor. Itwill include the cost of thimbles solder etc.The maximum current that flow in the motor circuit shall be taken as that marked on the specification plate of the motor. The

size of the cable for each circuit shall be suitable for the maximum current as mentioned in the Para above.The contractor shall supply all the necessary safety equipment like extinguisher, lightening, arrestor, sand and buckets as per

requirement of Indian electricity rules / Chief electricity Inspector.39. Earthing:

All the electrical equipment such as transformers HT panel, metering panel, LT panel, switches, bus bars, starters, motors etc.shall be providing with double loop earthing with thimble connection. All lighting equipment shall be provided with single loopearthing. All connection shall be by means of soldered thimbles of approved quality. The earthing shall be done in accordance withPara 7 of IS 732-1968 and IS 3043 – 1996 all connections of the earthling system shall be visible for periodical inspection andtesting.

It is absolutely essential that the entire earthing system should be designed with regard to likely earth fault. Current based onthe rating of equipments installed.

a) Earthing with tined copper earth plate 600mm x 600mm x 3mm thick including accessories and providing enclosures with coverplate having locking arrangement and watering pipe with charcoal or coke and salt for copper plate earth electors along withearth connections from earth electrode with copper strip 32mm x 6mm thick directly is ground and surface fixed with suitablecopper strips of same size as required.

b) Earthing with G.I. pipe 4.5 mm ling and 40mm dia with masonry enclosures on the top with charcoal or coke and salt for pipeearth electrode along with earth connections from earth electrode with 4mm dia G.I. wire in 15mm dia G.I. pipe from earthelectrode as required.

c) All wiring and earthing shall be as per IE/1996 rules and shall be got approved from the Chief Electrical Inspector of HVPN.

Page 76: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 75 -

40. Inspection and Test certificate of equipmentTransformers, electrical equipments and pumping machinery sluice valves, NRV and CI/DI specials before supply shall be

inspected by an authorized firm approved by the Govt. arrangements for the initial test shall be made by the supplier atmanufacturers works and also make type and routine test certificate will be supplied at the time of initial test. In addition to the abovecontractor shall be fully responsible to show the specified duties after the machinery installation is completed at the pumping station.The testing will be done as per ISI standards. The inspection charges will be born by the department.

41. Painting Schedule:All parts of the electrical equipments and pumping machinery, base plate, accessories, piping and other iron or

steel work not finished bright shall be filled and painted with three coats of approved paint which shall be applied after erection.

42. Special Tools and SpannersThe contractor shall provide a set of polished spanners, screw driver, hammers etc for installation, one to fit on

every nut or stud on the pumping machinery and all auxiliary apparatus provided including the foundation bolts. All other specialstools or apparatus pipe clamps, required for erection or dismantling of the pumping machinery and equipment shall also be providedM.S Board shall be fixed in the control room on which all the spanners and other shall be neatly arranged.

43. Maintenance for 3 months

The contractor shall ensure trouble free running and maintenance of the equipment. Supplied for a period of 3 months and trainthe department staff during this period diesel oil mobile oil or other lubricants shall be provided by the department free of cost.

44. Inter Changeability:Corresponding parts of all apparatus supplies shall be made to standard gauge and shall be interchangeable. Threads

of all screws shall in accordance with ISI and where these are not available according British Standard.Sd/-

Executive Engineer Superintending EngineerPublic Health Engineering Division, Public Health Engineering CircleBahadurgarh. Jhajjar.

Page 77: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 76 -

HARYANA PUBLIC HEALTH BRANCHSCHEDULE NO. III

The following makes of equipments / material shall be acceptable for this job.

1. PUMPS : Kirloskar/ Matther & Platt/ Jyoti/Worthington/ Crompton

2. NON RETURN VALVES : IVC/VAG

3. SULICE VALVES : IVC/VAG

4. MOTORS : Kirloskar/ Crompton / Jyoti/ ABBSiemens / NGEF/ GEC

5. TRANSFORMER : GEC/ Crompton Greave

6. HT Switch Gear

1. HT/COB/VCB Cromption Greaves/Alsthom

2. HT Current Transformers CFT/Alsthom/Jyoti/zenith/Cromption/Skipper

3. HT/Potential Transformers Alsthom/Jyoti/Zenith/Cromption Skipper

4. Selector Switch L&T/KAYYCEE/GE/HPL

7. LTS Switch Gear

1. All Circuit Breaker : L&T / GE / Siemens/ Schnider Elect

2. MCCB / GFU / MCB : L&T/GE/MDS / Merlin Gerin

3. Contractor/ O/L Relay / Timers : L&T/GE/MDS / Merlin Gerin

4. MCB / ELCB / DB’s : L&T/GE/MDS / Merlin Gerin

5. Capacitor : L&T/GE/Siemens

Page 78: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 77 -6. Current Transformers : AE/Kappa / L&T

7. Selector Switch : L&T/GE/HPL

8. Indicating Lamps/Push Button : L&T, GE/Vecco

9. APFC Relay : L&T/ Ducati

10. Change Over Switch : HPL/L&T/ Havells

8. Cables

1. Copper Wire (Flexible : Finolex / Havells / NationalMultistrand)

2. 1100 Volt grade, PVC insulated AL : CCI/Gloster/Havells/Suraj/Plaza Conductor, Armored cables

3. 11 KV XLPE Cables : CCI/Gloster/Havells/Suraj/Plaza

4. Cables Glands : Dowells / Comet / IMI / Jainsons

5. Cables Lugs : Dowells

6. 11 KV Cable Joints Kits : Raychem/Mahindera & Mahindera/Densons / M. seal

7. Cable Boxes : Densons/ Raychem/ Univeral

8. Miscellaneous:

1. Pin / Dics Insulator : Jayshree / WS / IEC / PCL / BHEL

2. Lightening Arrestor : Atlas / GE / International / Lamco

3. Drop out fuses : National / Kiran / Jyoti / Jayshree

4. Fire Extinguishers : Minmax / safex/Vijay/ cease fire / Zenith

5. Rubber Matting : ISI Marked only

All the materials shall be conforming to relevant ISI/IEC standard.

Page 79: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 78 -The contractor should supply materials of the suggested reputed make or any other make having specifications exactly similar to one of the

suggested reputed makes. They must indicate the make that he purpose to supply and also the particular suggested reputed make to which the proposed

product to be supplied bears similarity. In case it is found that any contractor makes a claims whether intentionally or unintentionally. The Engineer-in-

Charge, may without, prejudices to any other rights and remedies available to him, direct the contractor to supply any one of the suggested reputed makes,

and in the event of his failure to comply with the directions, he may also cancel the contract, without prejudice to other rights and remedies available to him,

under the contractor first agreement preference will be given to ISI marked material.

Page 80: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 79 -

SCHEDULE NO. IVADDITIONAL TECHNICAL CONDITIONS:

1. Tenderer must be either he or himself be on ‘A’ Class electrical License Holder of the Chief Electrical Inspector Haryana for Executing, 11 KV, Electrical works or he must

have a partnership deed with a person who is holding on ‘A’ Class Electrical License from Chief Electrical Inspector Haryana or allot Electrical work to a Sub contractor who is

holding an ‘A’ Class Electrical license from Chief Electrical Inspector of Haryana.

2. The Electrifications system, HT Panel, HT cables, jointing of jointing kits, LT Cables if any metering panel shall be got inspected from the Engineer-in-Charge or his

representative before its installation. The inspecting authority may got tested the above items at works of manufacture firm if desired by the inspecting authority.

3. The contractor shall be responsible for getting inspected passed and approved the whole electrical system, or part of it from Chief Electrical inspector, Haryana and he will

make necessary payments of fee for this purpose to his office. The Department will however tender necessary assistance to the contractor in this regard.

4. All testing charges of various electrical equipments required by state Electricity Board authority will be home by the contractor.

5. The contractor shall submit the original manufacturer’s test certificate in respect of Transformer’s, tri vector meter of metering panel H.T. Panel XLPE 11 KVHT Cable &

jointing kits, OCB, ACB, CTs & PT’s pumping sets, Motors, Starters, Main Switches etc.

6. The aluminum conductor cable (Heavy) should be ISI Marked & PVC insulated armored and should be confirming to relevant IS specifications codes with latest

amendment.

7. Test Certificate:-

A test certificate from the manufacturers shall be handed over to the department before installation of the equipment specifying that the equipment conforms to relevantI.S.I/P.W.D specifications.8. Wiring Diagram:-

After completion of the work complete drawing showing connections to be various equipment is to be prepared by the tenderer and shall submit to the Deptt. along with finalbills of the work.9. Connection:

Inter connections from the bus bars chamber to the different main switches /Air Circuit breakers/MCCB’s should be through solid copper bus bar’s /AL bar’s (which isspecified in tender) of the required capacity duly insulated for which no extra payment will be made.10. The rates quoted should be F.O.R at site of work including cost of installation, freight, octroi taxes and other charges, nothing extra over and above rates will be admissible.

11. Superfluous conditions and conditional tender will be rejected.

12. Telegraphic tender and tenders without earnest money in shape of deposit at call will not be accepted.

13. The Machinery will be installed as per standard ISI/P.W.D specifications and to the entire satisfaction of the Engineer-in-Charge.

14. The quantity of electrical equipment and pumping sets can be increase/decreased by the Department.

15. The tender submitted by the firms shall be valid for 90 days ( 3 months).

16. In case any mistake is found in the NIT the same shall be rectifiable even after the opening of the tender and execution of contract agreement as per requirement and site

conditions.

Page 81: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 80 -HARYANA PUBLIC HEALTH BRANCH

SCHEDULE NO. V

CONTACT DRAWING ACCOMPANYING THE TENDER

List of drawing and catalog to be submitted by the contractor with the tender for transformer, electrical equipments and

pumping machinery.

General Arrangement of the transformers, electrical equipments and pumping machinery and other equipment offered.

Witness.__________________________ Contractor ______________________

Dated:____________________________ Dated:______ ______________

Page 82: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 81 -HARYANA PUBLIC HEALTH BRANCH

SCHEDULE NO. VI

CONTACT DRAWING ACCOMPANYING THE TENDER

List of drawing in duplicate, to be submitted by the contractor to the Engineer-in-Charge for approval during the course

of construction of work.

Completed and final to the scale, foundation plans. Completed and to the scale, other detailed dimensioned and sectional

working drawing of the transformers, panel board and line diagrams of HT/LT cables and PVC Copper wiring and pumping

machinery with suction and delivery pipe line diagrams. Any other working drawing required by Engineer-in-Charge from time to time.

COMPLETION PLANS:Three bound sets of above drawings together with the printed instructions leaflets, characteristics curves and operators

Hand Book of the various equipments installed at the work.

Witness.__________________________ Contractor ______________________

Dated:____________________________ Dated:___________________________

Page 83: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 82 -HARYANA PUBLIC HEALTH BRANCH

SCHEDULE NO. VIIThe following is the list of drawing attached with the D.N.I.T.

1. Key plan showing sites for pumping stations and transformer room.

Executive Engineer

Page 84: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 83 -HARYANA PUBLIC HEALTH BRANCH

SCHEDULE NO. VIII

GUARANTEE

I/We hereby guarantee that the transformers, electric equipment, pumping machinery switch boards, gear, distributions board,

electrical cable etc. or any other apparatus supplied are according to the latest I.S.I specifications whatever applicable on

the date of opening of tender and according to the specifications attached to the tender whenever ISI specifications do not

exist. The performance is guaranteed for the entire work for a period of one year after the date of final acceptance of the

work by the Engineer-in-Charge. The guarantee also cover for the same one year, efficient response, free from noise and

satisfactory working of the machinery and equipment supplied by me/us. If at any time, within one year after the date of final

inspection and acceptance by the Engineer-in-Charge any part of the equipment is found not to comply with the guarantee.

I/we shall at our own cost and expenses renew or replace or do whatever is necessary to remedy the fault as

required by the Engineer-in-Charge. I/We shall during the same period of one year repair promptly at our cost and

expenses all break downs or failures which have occurred in the opinion of the Engineer-in-Charge due to faulty material

and workmanship.

Witness.__________________________ Contractor ______________________

Dated:____________________________ Dated:___________________________

Executive Engineer

Page 85: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 84 -HARYANA PUBLIC HEALTH BRANCH

SCHEDULE NO. IX

AFFIDAVIT

I ____________________ son of Shri ______________________ caste __________ resident of ________________

District___________ contractor partner or share Holder (Strike out the words which is not applicable) of firm or contractor hereby declare and

solemnly affirm as under:

1. That the person/firms black listed by Haryana Govt. / Govt. of India from time to time never had any connection or interest in

any business.

2. That the said persons/firm do not have any subsisting interest in my business.

3. That the said person/firm are not the employee of my firm and are not in any way connected with my business.

Dated ______________ Deponent.

I do hereby solemnly declare and affirm that the above declaration is true and correct to the best of my knowledge and belief. No part of it is

false and it conceals nothing.

Contractor Witness Deponent

Page 86: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 85 -

Design Calculation for water purification plant of 6.00 MGD Capacity

Average formation level at water works 703.75

Average ground level at water works 701.50

Spring level at water works 691.08

Bearing capacity 0.8 kg / cm2

FSL of existing clear water tank at water works 703.65’

Page 87: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 86 -

Page 88: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 87 -

Page 89: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 88 -

Page 90: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 89 -

SCOPE OF WORK AND GENERAL CONDITIONS FOR THE OPERATION AND MAINTENANCE

Operation & Maintenance of schemes :-

1. The operation and maintenance shall be done by the contractor for the capital work to be executed under this NIT i.e. 6 MGD

water treatment plant only. This will supersede any other ambigulty mentioned in the NIT.

2. The details of civil structures, pumping machinery, D.G. sets, disinfection system, rising main, distribution system included in

scope of work under this agreement is enclosed at Annexure-A.

3. The contractor shall have to keep his operating staff around the clock at Head works so that pumping can be done as per

requirement to repair motors, pumps, starters, main switches, wiring etc. has to be carried out by the contractor immediately as

and when required to the satisfaction of Engineer-In-Charge. The spare parts used in repair, shall be of original make, the

pumping set shall be handed over in the same condition, after the completion of contractual period. The log book and various

other records shall be maintanined by the contractor. The Log book shall be securely kept in pump house and made available

to any officer of department for inspection. The comleted Log Book shall be deposited to the Junior Engineer after making all

entries. Pump house shall be cleared daily for aesthetically look. Periodical and need based preventive maintenance

(lubricating oil, grease, gland packing, gland dori, electric bulb/tubes/fans, starter oil replacement of Kitkat, fuse and spare of

starter replacement etc. shall be done by the contractor.

4. The water shall be disinfected with Bleaching powder/chlorine gas/Twin oxide/Sodium Hypo chloride with a dose of 2 PPM as

per the procedure laid down. The bleaching powder/chlorine gas/Twin oxide/Sodium Hypo chloride shall be reimbursed by the

department at prevailing rates on actual consumptions basis during the 63 months of Operation & maintenance period. Further,

the spare parts of equipments for repair and operation & maintenance of apparatus is included in scope of work.

5. Chlorinated water shall be pumped into the rising main and the distribution system, Pumping shall be such that water works is

operated at its installed capacity.

Page 91: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 90 -6. The pipe line at Head works shall be maintained by the contractor and any leakage occurred shall be repaired on the same

day. The pipes, sluice valves, etc. required in the repair of pipe line shall be supplied by the department, whereas other petty

items like couplers, nuts & bolts, C.I.D. Joints. C.I. specials lead or any other jointing material with labour required for repair etc.

shall be arranged by the contractor himself. The plan of the Head works shall be supplied by the Department showing Detail of

different structures and pipe line at Head works. The contractor is not authorized to allow any public stand post of private

connection, but he department shall be at liberty to release and number of private connections or installation of public stand

post as per the requirement from time to time. The repair/mtc. Responsibility of these additional connection shall also lie with

the contractor.

7. Motor rewinding, pump repair or other installation/WTP shall be done by the contractor at his own level, if required.

8. Water will be supplied to the inhabitants to the entire satisfaction of Engineer-in-Charge and there shall be no complaint from

the inhabitants. The timings of water supply as directed by the Engineer-in-Charge has to be adhered strictly if some change is

to be in case of interruption of electric supply, the reasons have to be recorded in the Log. Book.

9. Under ground tank shall be cleaned after 6 months to the satisfaction of Engineer. All manhole covers shall also be kept intact

and the same shall be never left to remain open.

10. The head works and the space around various units shall be kept clean, Proper illumination will be ensued at night,. There shall

be no leakage in sluice vales, pipe line, rising main and repair of the same if required shall be done by the contractor including

the filling of gland dori etc. the cost of all such repair shall be borne by the contractor.

11. The contractor is required to submit the detail of his staff, which shall be engaged for operation & mtc. At least one person from

his staff, shall be always available on the scheme. The staff should not consume alchol at water works and should not use

water works premises for any activity other than it spurpose.

12. All components of Head works, various units of machinery and equipments shall be kept in good condition by the contractor.

Any loss due to theft or negligence shall be recovered from the contractor. No new structure shall be added at the Head woks

by the contractor.

Page 92: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 91 -13. The lawns as shown on the plan should be maintained properly and it is the responsibility of the contractor for maintaining

lawns, cutting of grass bushes etc and watering.

14. In case of non availability of electric supply, the contractor will operate the D.G. set, if installed at water works. The cost of

diesel will be reimbursed to the contractor on the basis of its actual consumption for which the contractor will be required to

submit the details however, the complete operation & maintenance except diesel is included in the scope of work.

15. The repair & operation of sluice valves fixed for proper distribution of water supply is included in scope of work. These sluice

valves shall be operated as per direction of Engineer-in-charge.

16. No escalation of the rates shall be allowed for nay reason.

17. The contractor will be paid bimonthly as per conditions of award of work.

18. (a) The contractor whose tenders has been accepted will submit the bimonthly bill showing the amount payable to him in

duplicate to Engineer-in-charge.

(b) Contractor will have no any claim for delay in payments.

20 Recoveries will be made from the bimonthly/final bills as under :-

(a) Security including earnest money will be deducted as already mentioned on page 63.

(b) Penalty in full, if levied.

(c) Income Tax, as applicable.

(d) Expenditure in full, if any, incurred by the Public Health Department. Municipal committee, on contractor’s behalf in labour

and material or any other type.

(e) Charges in full for the service extended by the concerned Municipal Committee/ Public Health Department to the

contractor, such as residence with water sanitation ad power supply arrangement, if provided.

(f) Hire charges in full for any land or building or machinery of the Respective Municipal Committee/ Public Health Division

given to the contractor for use during the execution of the work.

(g) Any other charges if levied by the department.

Page 93: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 92 -21. Contractor’s every staff and worker must be in proper uniform as standardized by the department and should posses identity

cards.

22. Contractor will have to keep the premises of water works/ boosting station clean at all the time and will have to maintain the

plantation to give it s aesthetic lock.

23. Any labour dispute, if arises during any time of the continuation of contract shall be contractor’s liability. Contractor will have to

follow/ observe the decision given by various courts including labour court and consumer forum or any other court in this

connection.

24. In case of emergency the contractor shall have to provide the service of his employees to Executed Engineer, PWD Public

Health Engineering Division, Bahadurgarh

25. The Public Health Department is at liberty to continue the contract or break up the contract entered upon at any time of contract

validity with notice of reasonable period for which contractor shall not make any claim/ compensation against the department.

26 Staff employed/ engaged by the contractor should be medically fit.

27 Accidents on the works. The contractor shall be fully responsible for any accident that may occur to the labour on his work on

duty and report the same to the Engineer-in-Charge and concerned Govt. Department Authority and shall pay all necessary

compensation as per rules falling which it may be paid by Engineer-in-charge and concerned Govt. Department Authority and

shall pay all necessary compensation as per rules falling which it may be paid by Engineer-in-Charge from the amount payable

to contractor shall also be fully responsible for any loss to any individual or public property of Municipal committee/ Public

Health Department occurred due to him or his workers under scope of this contractor.

28. Contractor shall have to provide following insurance cover to all the employees/ staff engaged in the joint name of the

Engineer-in-Charge and the contractor. However, if the contractor desire to effect insurance with the local office of any

insurance company that will be recovered directly from the amount payable to the contractor against executed contract work

which shall be noted by the contractor from the date of work order for the following events which due to contractors risks.

(a) Fire insurance policy- Sub Station, Transformers, cables controls, motors all electrical and mechanical equipments.

Page 94: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 93 -(b) Workman compensation insurance policy personal injury or death due to vehicles of the contractor and or due to any accident

that arise at or around the site to the contractor personal policies and certificate for insurance shall be delivery b the contractor

to the Engineer for his approval before the date of actual starting of work. All such insurance shall provide for compensation

payable in the types of proportions required to rectify the loss or damage incurred.

If the contractor does no produce any of the policies and certificate as required the Engineer may effect the insurance for which

the contractor should have produced the polices and certificate and recover the premiums it has been paid from payments

otherwise due to the contractor, or if no payments is due, the payment of the premium shall be debit due.

29 The contractor shall be responsible for any labour dispute carrying out the contract and shall keep the Engineer-in-Charge

informed against any judgement, award of degree passed in pursuance to any such dispute of claim made by any of the

contractor, workman or staff.

30. Payment of the contractor will not be made till fulfill the following conditions.

(i) Submission of insurance policy to the department.

(ii) Provide safety measures for the workers engaged as per instruction issued by Engineer-in-Chief, PWD Public Health

Department Chandigarh.

(iii) Providing uniform and identity cards to all the workers.

31. The contractor should get himself registered under contract labour regulation and abolition act. 1970 including its amendments

after getting a certificate from the Engineer-in-charge.

32. The contractor shall pay not less than fair wages to labour engaged by him on the work

33. No antisocial activity will be allowed at water works/boosting station.

34 Payments Clause (Deleted)

35 Contractor will be responsible to pay the damages to the property of Public Health Department/ Municipal Committee of

individual caused by his worker/ vehicle during the course of contract, if the contractor fails to pay, the same will be recovered

from due payable to him.

Page 95: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 94 -36. The contractor / agency shall employee one senior responsible technical person at work to whom instruction would be

conveyed by the Department.

37 The contractor will set up complaint entire to receive the complaints from public as well as from the department on telephone/in

person/ by post and will provide telephone facilities at main complaint centre. He will keep proper record showing the nature of

complaint, name of the complainant location of complaint, date on which complaint received, action taken to tackle the

complaint and date on which complaint rectified. He will submit monthly report thereof to Engineer-in-charge and bimonthly

payment shall be released only after receipt of monthly report as per direction of Engineer-in-charge. The monthly report will be

submitted by contractor on 5th of each month during contract period.

38 The agency / contractor will carried out the distemper/ white washing/ painting once in a year on all the structures i.e. pump

chamber/ staff quarters and other be also carried out the painting on all machinery, pipes, minimum one in a year.

39 The contractor shall deposit the security as already mentioned on page No. 60 This amount is required for the safety and

security of the various units and equipment installed on the scheme. The department reserves the right to operate the Bank

guarantee to meet with any loss in case of damages/theft/mishandling etc. of the Govt. properties due to negligence of the

contractor. The contractor shall hand over all the units in working conditions on the completion of the contractor as he look

over.

40. The staff engaged for operation & mtc. Of the scheme, as per the scope of the work detailed separately, shall be qualified &

trained. At any time, at least one employee (chowkidar) of the contractor shall always on the scheme.

41. The electric power shall be provided by HVPN and the expense of electric charges shall be bone by the department. But the

contractor shall keep the proper record of electricity consumed. He shall compare the bills raised by HVPN with the actual

running of the electric motors. In case discrepancy is found in the bills, the matter shall be reported to the Sub Divisional

Office/Engineer-in-charge with authentic proof of the same. In case of failure of electric supply, the complaint shall be lodged

with the HVPN authorities by the contractor along with the entry in the Log Book & with report to JE/SDE. In case of major fault,

the matter has to be reported to the Executive Engineer & Sub Divisional Engineer/ Engineer-in Charge.

Page 96: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 95 -42 Adequate safety precautions for the workers employed by the contractor shall be observed as per the relevant Act any sort of

compensation due to loss of lives, due accident etc. shall be the responsibility of the contractor.

43 Following record shall be maintained and produced periodically by the contractor for proper monitoring by the Engineer-in-

charge.

(a) Log Book for the supply of drinking water to town, running of tube wells pump sets voltage and interruption of electric supply

etc.

(b) Job card of overhauling/maintenance/replacement of all electrical mechanical equipments.

(c) Record of daily consumption of bleaching powder/chlorine gas/twin oxide/sodium hypo chloride on the format prescribed by the

Engineer-in-charge. The record of daily checking of residual chlorine at the Head works, as well at tail end of distribution

system has also to be kept in the Register. In case of any epidemics spread due to potable water supply, the contract shall be

terminated & maintenance will be taken over by the department temporally for emergency period or permanents depending

upon gravity of situation. The contractor will be liable to pay the compensation in case of any causality due to supply of

unbootable water and legal action as deemed fit can be taken against him.

(d) The record for the spares used and available in stock for the mtc. of the scheme.

(e) The format of log books/ registers shall be supplied by the department.

44. The water works is prohibited area and no unauthorized person shall be allowed to enter into the water works. If any

unauthorized person is found inside the water works, it shall be considered as breach of the contract agreement. Further, no

person shall be allowed to take water from the water works direct. It shall be the responsibility of the contractor for any loss of

life or other consequence, if unauthorized persons are allowed to take water from storage tank or C.W.T.

45. In case, motor, stabilizer, transformer, DG set or any other component are damaged or burnt, it shall be the responsibility of the

contractor to get these rewind or repaired as per the standard and direction of the Engineer-in-charge free of cost. The

contractor may incorporate these charges in his offer. In case the motor/pump is not repaired in time and the scheme is closed,

compensation @ Rs. 2000/- per day shall be levied for disruption.

Page 97: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 96 -46. All tools and plants required in operation & mtc. Of the scheme shall be arranged by the contractor at his own cost.

47 The complete work as defined in scope of work includes operation & mtc. Of complete scheme starting from outlet at canal /

Distributory to consumer and what so ever, along with regular preventive maintenance of each and every unit & equipment.

48 Any associated clause, which has been left out inadvertently but it is necessary for the smooth running of the scheme will also

have to be followed by the contractor. He should include cost of such work in his offer. The offered rate shall be inclusive of all

such items.

49. In the event of strike or absence of staff employed by the contractor, the department shall be free to operate & maintain the

scheme at the risk & cost of the contract.

50. In case of unsatisfactory performance by contractor in operation & maintenance liquidated damages @ 0.25% of contract value

for work of unsatisfactory performance subject to maximum of 10% of contract value shall be levied as compensation. Decision

of Engineer-in-Charge shall be final and binding upon the contractor regarding such compensation.

51. In case of less supply of water by the contractor for a period of four weeks or more a compensation equivalent to 50% of

proportionate cost of less supply for reasons well, under control of the contractor, shall be levied. However, no compensation

shall be levied for less supply if the reasons are beyond the control of the contractor. The matter regarding less supply &

compensation shall be decided by the Executive Engineer, Public Health Division, Bahadurgarh.

52 The contractor shall repair the leakage in the pipe line on the same day of its occurrence. If he fails to repair leakage with in 24

hours of occurrence compensation @ Rs. 100/- per day per leakage shall be levied on the contractor.

53 Proper chlorination as per norms shall be ensured & contamination in distribution system due to leakage etc. shall not be

allowed. Contractor shall be solely responsible for any loss or causally on account of untreated supply of water and resultant

spreading of water borne disease. Adequate compensation to such affected towns shall be given by the contractor, if needs be.

54. Any Repair to the structures damaged due to natural calamities or ageing shall be done by the department but any repair

required due to damage caused by carelessness of the contractor shall be done by the contractor at his own cost. If the

Page 98: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 97 -contractor fails to operate & maintain the scheme for awarded period, his earnest money/ Bank Guarantee i.e. 5% of contract

value will be forfeited and action for cancellation of registration shall be taken.

55. If the working/performance is observed unsatisfactory the department is at liberty to cancel the contract agreement at any time.

The contractor shall have no right to claim any compensation of any kind due to cancellation of contract agreement.

Required Qualification fo workers and conditions for Engaging worker1. Workers to be engaged on the work under contract should posses technical qualification and experience below:-

(A) Pump Operator & Fitter Should be at least ITI Certificate Holder preferably such

as Electrical, Machinery Fitter, Turner etc.

(B) Worker carrying out work with electrical installation Supervisor’s license of wireman license with 6 months

should have experience of working with H.T. installation.

2. All the workers engaged on the work shall be the employees of the contractor and contract shall be completely responsible for

their regular payment as per minimum wages Act, EPF and their safety. Appointment /Dismissal and conditions of their

services and other liabilities regarding workers engaged under the contract shall also be the sole responsibility of the

contractor.

3. Contractor shall be responsible for the weekly offs and leaves of the worker engaged by him as per Factory Act. 1948.

4. It shall be the responsibility of the contractor that only the competent persons under the electricity Act and the rules shall be

allowed to work on the electrical installation of the plant and pumping station.

5. The works engaged by the contractor shall maintain discipline. The department reserves the right to ask the contractor to

discontinue any worker for misbehavior/ misconduct or negligence on duty. In no case the workers should be found in toxic

condition. They should be medically fit and a medical fitness certificate from the competent authority can be asked from the

contractor by the Engineer-in-charge.

Page 99: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 98 -6. The contractor shall make payment to his workers on fixed before 7th day of every month. If any complaint is received by the

department for non-payment of wages to the workers, the department reserved their right to make such payment to the workers

and dues so incurred alongwith a penalty as deem fit by the Engineer-in-charge may be deducted from the amount payable to

the contractor.

7. The contractor shall be responsible to pay the compensation to their employee their legal heir, as per workmen’s compensation

Act and as statutory rule and as applicable.

8. Executive Engineer-in-charge will have unquestionable right to ask the contract change any employee if any such is found

technically unfit for the job.

9. The contractor shall submit the list of the employees, alongwith their qualification concerned Executive Engineer, The

employees should posses identity cards signed by the contractor, if demanded, contractor shall submit the certificate showing

the qualification of the employees.

10. The contractor shall maintain the record of attendance; wages paid to the employ EPF & ESI subscription one site and should

be available at the time of inspection PHED officers as well as the authorities from Govt. organization.

11. The contractor has to provide uniform to his workers as standardized by department and should possess identity cards. All

workers must attend their du proper uniform.

12. If it is observed that the contractor has no complied with any act or rules applicable penalty of Rs. 5000/- or as decided by the

concerned Executive Engineer may imposed. In additional to above penalty / liability applicable as per the relevant as rules for

which contractor shall exclusively responsible.

13. Any decision of any court, tribunal or authority as regards any workers or the staff be binding on the contractor.

14. Employment to the workers engaged by the contractor on the work shall be entitled the contractors responsibility in no case

contractor’s workers/ employees shall has any right for employment in Public Health Engineering Department. Contractor has

to submit indemnity bond duly registered with notary public/ registrar.

Page 100: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 99 -Dnit approved for Rs. 400.00 Lacs (Rs. Four Hundred lacs)Subject to the condition given in the forwarding letter

Sd/-Executive Engineer (U),

O/o the Engineer-in-Chief , Hr.,PWD(W.S.E.S.), Panchkula

Page 101: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 100 -

Page 102: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 101 -

Page 103: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 102 -

Page 104: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 103 -

Page 105: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 104 -

Page 106: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 105 -

Page 107: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 106 -

Page 108: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 107 -

Page 109: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 108 -

Page 110: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 109 -

Page 111: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 110 -

Page 112: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 111 -

Page 113: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 112 -

Page 114: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 113 -

Page 115: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 114 -

Page 116: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 115 -

Page 117: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 116 -

Page 118: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 117 -

Page 119: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 118 -

Page 120: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 119 -

Page 121: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 120 -

Page 122: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 121 -

Page 123: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 122 -

Page 124: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 123 -

Page 125: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 124 -

Page 126: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 125 -

Page 127: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 126 -

Page 128: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 127 -

Page 129: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 128 -

Page 130: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 129 -

Page 131: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 130 -

Page 132: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 131 -

Page 133: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 132 -

Page 134: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 133 -

Page 135: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 134 -

Page 136: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 135 -

Page 137: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 136 -

Page 138: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 137 -

Page 139: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 138 -

Page 140: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 139 -

Page 141: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 140 -

Page 142: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 141 -

Page 143: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 142 -

Page 144: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 143 -

Page 145: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 144 -

Page 146: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 145 -

Page 147: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 146 -

Page 148: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 147 -

Page 149: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 148 -

Page 150: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 149 -

Page 151: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 150 -

Page 152: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 151 -

Page 153: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 152 -

Page 154: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 153 -

Page 155: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 154 -

Page 156: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 155 -

Page 157: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 156 -

Page 158: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 157 -

Page 159: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 158 -

Page 160: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 159 -

Page 161: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 160 -

Page 162: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 161 -

Page 163: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 162 -

Page 164: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 163 -

Page 165: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 164 -

Page 166: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 165 -

Memorandum

(a) General Description : As per Name of Work(b) Estimated Cost Rs. 400.00 lacs.(c) Earnest Money Rs. 800000/-(d) Security deposit -- 5% (2% Earnest money, 1% Security and2% Performance Guarantee)(e) Time allowed for the work from date of written order to commence9 (Nine) months.

In case this tender is accepted I/we hereby agree to abide by and fulfillall terms and provisions of the said conditions of contract annexedhereto so far as applicable, or in default there of forfeit to and pay to theHaryana, Public Health Engineering Department or its successor inoffice the sums of money mentioned in the said conditions.

The sum of Rs. 800000/- "Deposited vide Deposit at call in the name of

Executive Engineer Bahadurgarh

_________________________________________________________ dated

___________________________________ as earnest money, the full value

of which is to be absolutely forfeited to the Haryana Public Health

Engineering Department or its successor in office without prejudice to

any other rights or remedies of the said Haryana Public Health

Engineering Department or its successor in office. Should I/We fail to

commence the work specified in the above memorandum the said

sum of Rs. ____________________ shall be retained by the Haryana

Public Health Engineering Department on account of the security

Page 167: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 166 -deposit specified in clause-I of the said conditions of contract. Should

I/we withdraw or modify the tender within three calendar months

from the date of opening of tender, my/our earnest money will stand

forfeited to Haryana Public Health Engineering Department and in

both the cases any expenses which may be incurred in excess of the sum

which could have been paid to the original contractor if the whole work

had been executed by him (of amount of which excess the certificate in

writing the Executive Engineer shall be final and conclusive) shall be

borne and paid by the original contractor and may be deducted from

any money due to him by Government under the contractor or

otherwise or from the proceeds of sale of his property or a sufficient

part thereof.

The above tender is hereby accepted by me for and on behalf of theGovernor of Haryana.

Dated the Day of 20

Executive EngineerPublic Health Engineering Division

Bahadurgarh

*Strike out (b) if any cash security depositis taken

*Signature of contractor beforesubmission of tender .

*Signature of witness contractor'ssignature

*Signature of officer by whom accepted.

Page 168: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 167 -CONDITIONS OF CONTRACT

This will be thesamepercentage asthat in the (c)

Clause-1: The person/persons whose tender may beaccepted (here-in-after called the contractor). shall permit theExecutive Engineer__________________________ Water Supply& Sanitation Division. Haryana ____________ hereinaftercalled the Engineer-in-Charge at the time of making anypayment to him for work done under the contract to deductsuch sum as 5% of all money so payable in addition to 5% ofthe estimated cost of work already deposited as security beforecommencement of the work including earnest money. Suchdeductions to be held by Government by way of securitydeposits.

Compensationof delay

Clause 2: The time allowed for carrying out of work asentered in the tender shall be strictly observed by thecontractor, and shall be reckoned from the date on which theorder to commence work is given to the contractor, The workshall throughout the stipulated period of the contract on thepart of the contractor) and the contractor shall pay ascompensation an amount equal to one percent which theExecutive Engineer may levy on the amount of the estimatedcost of the whole work as shown by the tender for every daythat the work remains uncommenced, work the contractorshall be bound, in all cases in which the time allowed for anywork exceeds one month to complete one-fourth of the wholeof the work before one fourth of the whole time allowed underthe contract has elapsed, one half of the work before one half ofsuch time has elapsed and three fourth of the work beforethree fourth of such time has elapsed. In the event of thecontractor failing to comply with this condition he shall beliable to pay as compensation an amount equal to one percentwhich the Executive Engineer, may levy on the aid estimatedcost of the whole work for every day that due quantity of workremains incomplete provided always that the amount of

Page 169: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 168 -compensation to be paid under the provisions of this clauseshall not exceed ten percent of the estimated cost of the workas shown in the tender. The Superintending Engineer onrepresentation in writing from the contractor, may reduce theamount of compensation and his decision in writing shall befinal.

Action whenwhole securitydeposit isforfeited.

Clause 3: In any case in which under any clause orclauses of this contract the contractor shall have renderedhimself liable to pay compensation amounting to the whole ofhis security deposit (whether paid in one sum or deducted byinstallments) the Executive Engineer on behalf of theGovernment shall have power to adopt any of the followingcourses, as he may deem best suited to the interests ofGovernment:

(a) To rescind the contract (of which rescission notice inwritten to the contractor under the hand of theExecutive Engineer shall be conclusive evidence) andin which case the security of the contractor shall standforfeited, and be absolutely at the disposal ofGovernment and any expenses which may be incurredin excess of the sum which would have been paid tothe original contractor if the whole work had beenexecuted by him (of amount of which excess thecertificate in writing the Executive Engineer shall befinal and conclusive) shall be borne and paid by theoriginal contractor and may be deducted from anymoney due to him by Government under the contractor otherwise or from the proceeds of sale of hisproperty or a sufficient part thereof.

(b) To employ labour paid by the Public WorksDepartment and to supply materials to carry out thework, or any part of the work debiting the contractorwith the cost of the labour and the price of the

Page 170: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 169 -materials (of the amount of which cost and price acertificate of the Executive Engineer shall be final andconclusive against the contractor) and crediting himwith the value of the work done, in all respects in thesame manner and at the same rates as if it had beencarried out by the contractor under the terms of hiscontract: the certificate of the Executive Engineer as tothe value of the work done shall be final.

(c) To measure up the work of the contractor and to takesuch part thereof as shall be unexecuted out of hishands, and to give it to another contractor to complete,in which case any expenses which may be incurred inexcess of the sum which would have been paid to theoriginal contractor if the whole work had beenexecuted by him (of amount of which excess thecertificate in writing the Executive Engineer shall befinal and conclusive) shall be borne and paid by theoriginal contractor and may be deducted from anymoney due to him by Government under the contractor otherwise or from the proceeds of sale of hisproperty or a sufficient part thereof.

In the event of any of the 'above courses being adoptedby Executive Engineer. The contractor shall have no claim tocompensation for any loss sustained by him by reason of hishaving purchased or procured any materials, or entered intoany engagement or made any advances on account of or with aview to the execution of the work or the performance of thecontract. And in case the contract shall be rescinded under theprovision aforesaid the contractor shall not be entitled torecover or be paid any sum for any work therefore actuallyperformed under this contact, unless and until the ExecutiveEngineer will have certified in writing the performance of suchwork and the value payable in respect thereof, and he shallonly be entitled to be paid the value so certified.

Page 171: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 170 -

Clause 4: In any case in which any of the powersconferred upon the Executive Engineer by clause-3 hereof,shall become exercisable and the same are not exercised, thenon-exercise thereof shall not constitute a waiver of any of theconditions hereof and such powers shall not withstanding beexercisable in the event of any future case of default by thecontractor for which by any clause of clauses hereof he isdeclared liable to pay compensation amounting to the whole ofhis security deposit and the liability of the contractor of pastand future case of compensation shall remain unaffected. Inthe event of the Executive Engineer putting in force either ofthe powers(a) or (c) vested in him under the proceeding clausehe may, if he so desires take possession of all or any tools,plant material and stores in or upon the work or the site thereof or belonging to the contractor, or procured by him andintended to be used for the execution of the work on any partthereof paying or allowing for the same in account at thecontract rates, or in case of these not being applicable at currentmarket rates to be certified by the Executive Engineer whosecertificate hereof shall be final otherwise the ExecutiveEngineer may by notice in writing to the contractor or his clerkof the works, foreman or other authorized agent require him toremove such tools plant materials, or stores from the premises(within a time to be specified in such notice) and in the event ofthe contractor failing to comply with any such requisition, theExecutive Engineer may remove them at the contractor'sexpenses or sell them by auction or private sale on account ofthe contractor and at his risk in all respect and the certificate ofthe Executive Engineer as to the expense of any such removal,and the amount of the proceeds and expense of any such saleshall be final and conclusive against the contractor.

Clause 5: If the contractor shall desire an extension ofthe time for completion of the work on the grounds of his

Page 172: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 171 -having been unavoidably hindered in its execution or anyother ground, he shall apply in writing to the SuperintendingEngineer Public Health Engineering Circle, Jhajjar through theExecutive Engineer Public Health Engineering DivisionBahadurgarh with in 30 days of the date of the hindrance onaccount or which he desires such extension as aforesaid butbefore the expiry of contract period and the ExecutiveEngineer/Superintending Engineer shall, if in his opinion(which shall be final) reasonable grounds have been shown,thereof authorize, such extension of time. If any, as may in hisopinion be necessary or proper.

Clause 5-A: The contractor shall deliver in the office ofthe Executive Engineer on or before the 10th day of everymonth during the continuance of the work covered by thiscontract, a return showing details of any work claimed for asextra, and such return shall also contain the value of such workas claimed by contractor value of which shall be based uponthe rates and prices mentioned in the contract or in theschedule of rates in force at that time. The contractor shallinclude in such monthly return particulars of all claims ofwhatever kind and however arising which at the date thereforehe has or may claim to have against the Executive Engineerunder or in respect. of in any manner arising out of theexecution of work and the contractor shall be deemed to havewaived all claims not included in such return and will have noright to enforce any such claims not so included, whatsoeverbe the circumstances.

Contractor tosubmitreturns everymonth forany workclaimed asextra.District ratesmeans theHaryanaPWDBuilding andRoad Branchrates for thatDistrict.

Clause 6-A: Without prejudice to the rights ofGovernment under any clause hereinafter contained oncompletion of the work, the contractor shall be furnished witha certificate by the Executive Engineer (hereinafter called theEngineer-in-Charge) of such completion: but no such certificateshall be given. not shall the work be considered to be complete

Finalcertificate

Page 173: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 172 -until the contractor shall have removed from the premises onwhich the work shall be executed all scaffolding, surplusmaterials and rubbish and cleaned off the dirt from all woodworks, doors window, wall floors or other parts of anybuilding in upon or about which the work is to be executed ofwhich he may have had possession for the purpose of theexecution thereof and the measurements in the said certificateshall be binding and conclusive against the contractor, if thecontractor shall fail to comply with the requirements of thisclause as to removal of scaffolding, surplus materials andrubbish, and cleaning off dirt on or before the date fixed for thecompletion of the work, the Engineer-in-Charge may at theexpense of the contractor, remove such scaffolding or surplusmaterials and rubbish and dispose off the same as he thinks fitand clean off such dirt aforesaid; and the contractor shallforthwith pay the amount of all expenses so incurred and shallhave no claim in respect of any such scaffolding or surplusmaterials as aforesaid except for any sum actually realized bythe sale thereof less any expense incurred by the Engineer-in-Charge in connection therewith.

Payment onintermediatecertificate to beregarded asadvances

Clause 7: No payment shall be made for work estimatedto cost less than rupees one thousand till after the whole of theworks shall have been completed and a certificate ofcompletion given. But in case of works estimate to cost morethan rupees one thousand, the contractor shall be submittingthe bill thereof, be entitled to receive a monthly paymentproportionate to the part thereof then approved and passed bythe Engineer-in-Charge whose certificate of such approval andpassing of the sum so payable shall be final and conclusiveways of advance against the final payments only and not aspayments for work actually done and completed and shall notpreclude the requiring of bad. Unsounded and imperfect orunskillful work to be removed and taken away andreconstructed or re-erected, or be considered as an admission

Page 174: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 173 -of the due performance of the contract or any part thereof inany respect or the accruing of any claim, nor shall it conclude,determine or affecting any way the powers of the Engineer-in-Charge, under these conditions or any of them as to the finalsettlement and adjustment of the accounts or otherwise, or inany other way vary or affect the contract. The final bill shall besubmitted by the contractor within one month of the date fixedfor completion of the work otherwise the Engineer-in-Charge'scertificate of the measurement and of the total amount payablefor the work accordingly shall be final and binding on allparties.

Security to bereleased 3months afterthe payment offinal bill.

Clause 7(a): The deductions referred to in clause 1hereinbefore or such part thereof as may be due to thecontractor under this contract shall be payable to the contractorafter a period of three months has lapsed after payment of finalbill.

Bill to besubmitted inmonthly.

Clause 8: A bill shall be submitted by the contractoreach month on or before the date fixed by the Engineer-in-Charge for all work executed in the previous month and theEngineer-in-Charge shall take or cause to be taken the requisitemeasurement for the purpose of having the same verified, andthe claim, as far as admissible, adjusted if possible, before theexpiry of ten days from the presentation of the bill. If thecontractor does not submit the bill within the time fixed asaforesaid, the Engineer-in-Charge may depute as subordinateto measure up the said work in the presence of the contractorwhose counter signature to the measurement list will besufficient warrant and Engineer-in-Charge may prepare a billfrom such list which shall be binding on the contractor in allrespects

.Bill to be onprinted format

Clause 9: The contractor shall submit all bills intriplicate on the printed forms to be has from the office of theEngineer-in-Charge and the charges in the bills shall always be

Page 175: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 174 -entered at the rates specified in tender on in the case of anyextra work ordered in pursuance of these conditions and notmentioned or provided for in the tender at the rates hereinafterprovided for such work.

Stores suppliedbyGovernment

Clause 10: If the specification of estimate of the workprovides for the use of any special description of materials tobe supplied from the Engineer-in-Charge's store or if it isrequired that the contractor shall use certain stores to beprovided by the Engineer-in-Charge (such materials and storesand the price of be charged therefore as hereinafter mentionedbeing so far as practicable for the convenience of thecontractor. But not so as in any way to control the meaning ofeffect of this contract, specified in the schedule, ormemorandum here to annexed), the contractor shall besupplied with such materials and stores as required from timeto time to be used by him for the purposes of the contract onlyand the value of the full quantity of materials and stores sosupplied at the rates specified in the said schedule ormemorandum may be set off or deducted form any sums thendue, or thereafter to become due to the contractor under thecontract or otherwise, against or from the security deposit, orthe proceeds of sale thereof, if the same is held in Governmentsecurities, the same or a sufficient portion thereof being in thiscase sold for the purpose. All materials supplied to thecontractor, shall remain the property of the contractor, butshall not on any account be removed from the site of the workwithout the written permission of the Engineer-in-Charge andshall at the time of completion or determination of the contractshall be returned to the Engineer-in-Charge's store and shallhave no claims for compensation on account of any suchmaterials so supplied to him as aforesaid being unused by himor for any wastage in or damage to any such materials.

Clause 11: The contractor shall execute the whole and Works to be

Page 176: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 175 -every part of the work in the most substantial and workmanlike manner, and both as regards materials and otherwise inevery respect in strict accordance with the specification. Thecontractor shall also conform exactly, fully to the designs,contract drawings and instructions in writing relating to thework signed by the Engineer-in-Charge and lodged in hisoffice, and to which the contractor shall be entitled to haveaccess at such office, or at the site of the work for the purposeof inspection during office hours, and the contractor shall if heso requires be entitled at his own expense to make or cause tobe made copies of the specifications, and of all such designs,drawings and instructions as aforesaid.

executed inaccordancewithspecificationdrawingorders etc.

Clause 11(a): The Engineer-in-Charge shall have fullpowers at all times to object to the employment of anyworkman, foreman or other employees on the works by thecontractor and if the contractor shall receive notice in writingfrom the Engineer-in-Charge requesting the removal of anysuch man or men from the work, the contractor shall complywith the request forthwith.

Removal ofemployer'sworkman.

No such workman, foreman or other employee after hisremoval from the works by request of the Engineer-in-Chargeshall be re-employed or re-instated on the work by thecontractor at any time except with the prior approval inwriting of the Engineer-in-Charge.

The contractor shall not be entitled to demand thereason from the Engineer-in-Charge for requiring the removalof any such workman, or foreman or other employees.

Clause 12: The Engineer-in-Charge shall have power tomake any alterations in or omissions from or additions to orsubstitutions for the original specifications, drawings, designsand instructions that may appear to him to be necessary or

Alteration inspecificationsand designs

Page 177: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 176 -advisable during the progress of the work and the contractorshall be bound to carry out the work in accordance with anyinstructions which may be given to him in writing signed bythe Engineer-in-Charge and such alterations, omissions,additions or substitutions shall not invalidate the contract andany altered, additional or substituted work which thecontractor may be directed to do in the manner above specifiedas part of the work shall be carried out by the contractor on thesame conditions in all respects on which he agreed to do themain work and at the same rates as are specified in the tenderfor the main work. The time for the completion of the workshall be extended in the proportion that the altered, additionalor substituted work bears to the original contract work, and thecertificate of the Engineer-in-Charge shall be conclusive as tosuch proportion. And if the altered, additional or substitutedwork includes any class of work, for which no rate is specifiedin this contract, then such class of work shall be carried out atthe rates entered in the Haryana schedule of rates subject to thesame percentage above or below as for the items included inthe contract, and if such class of work is not entered in theHaryana schedule of rates. The contractor shall within sevendays of the date of his receipt of the order to carry out of work,inform the Engineer-in-Charge of the rate he intends to chargefor such a class of work, and if the Engineer-in-Charge doesnot agree to this rate he shall by notice in writing, be at libertyto cancel his order to carry out such class of work, and arrangeto carry it out in such manner as he may consider advisable,provided always that if the contractor shall commence work orincur any expenditure in regard thereto before the rates shallhave been determined as lastly hereinbefore mentioned thenand in such case he shall only be entitled to be paid in respectof the work carried out or expenditure incurred by him prior tothe date of determination of the rates as aforesaid according tosuch rates as shall be communicated by the Engineer-in-Charge, after getting the same decided by the competent

Do notinvalidatecontracts.

Extension oftime ofconsequenceof alteration

Rates of worknot inestimate orschedule ofrates of theDistrict .

Page 178: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 177 -authority.

Nocompensationfor alteration inor restriction ofwork to becarried out

Clause 13: If at any time after the commencement of thework, if the Government shall for any reason, whatsoever, notrequires the whole work thereof as specified in the tender to becarried out, the Engineer-in-Charge shall give notice in writingof the fact to the contractor who shall have no claim to haveany payment of compensation, whatsoever on account of anyprofit or advantage, which he might have derived from theexecution of the work in full, but which he did not derive inconsequence of the full amount of the work not having beencarried out, neither shall be have any claim compensation byreason of any alteration having been made in the originalspecification, drawings, designs and instructions which shallinvolve any curtailment of the works as originallycontemplated,

Action andcompensationpayable in caseof bad work

Clause 14: If at shall appear to the Engineer-in-Chargeor his subordinate incharge of the work, that any work hasbeen executed with unsounded, imperfect or unskillfulworkmanship, or with materials of any inferior description, orthat any materials or articles provided by him for the executionof the work are unsound, or of a quality inferior to thatcontracted for, or otherwise not in accordance with thecontract, the contractor shall on demand in writing form theEngineer-in-charge specifying the work materials or articlescomplained of not with standing that the same may have beeninadvertently passed, certified and for, forthwith rectify orremove and reconstruct the work so specified in whole or inpart, as the case may require or as the case maybe, remove thematerial or articles so specified and provide other proper andsuitable materials or articles at this own charge and cost and inthe event of his failing to do so within a period to be specifiedby the Engineer-in-Charge in his demand aforesaid, thecontractor shall be liable to pay compensation at the' rate of

Page 179: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 178 -one percent on the amount of the estimated cost of the workcovered by this contract for everyday not exceeding ten days,while his failure to do so shall continue and in the case of anysuch failure, the Engineer-in-Charge may certify or removeand re-execute the work or remove and replace with othermaterials, or articles complained of, as the case may be, a therisk and expense in all respects of the contractor.

Works to beopen toinspectionContractor orresponsibleAgent to bepresent

Clause 15: All work under or in course of execution orexecuted in pursuance of the contract shall at all times be opento the inspection and supervision of the Engineer-in-Chargeand his subordinates and the contractors shall at the all times,during the usual working hours, and at all other times atwhich reasonable notice of the intention of the Engineer-in-Charge or his subordinate to visit the works shall have beengiven to the contractor, either himself be present to receiveorders and instructions, or have a responsible agent dulyaccredited in writing, present for that purpose, orders given tothe contractor's agent shall be considered to have the sameforce as if they had been given to the contractor himself.

Notice to begiven beforeworks coveredup

Clause 16: The contractor shall give not less than fivedays 'notice in writing to the Engineer-in-Charge or hissubordinate-in-charge of the work before covering up orotherwise placing beyond the reach of the measurement anywork that the same may be measured and correct dimensionsthereof be taken before the same is so covered up or placedbeyond the reach of measurement and shall not cover up orplace beyond the reach of measurement 'any work, without theconsent in writing of the Engineer-in-Charge or hissubordinate-in-charge of the work, if any work shall becovered up or placed beyond the reach or the measurementwithout such notice having been given or consent obtained thesame shall be uncovered at the contractor's expense, or indefault thereof, no payment shall be made for such

Page 180: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 179 -work/materials with which the same was executed.

Contractorliable fordamage doneand forimperfectionsfor 3 monthsafter certificate

Clause 17: If the contractor and his work people, or hisservant shall break, deface injury or destroy any part ofbuilding, in which they may be working or any building, roadfence, enclosure or grass and or cultivated ground contiguousto premises on which the work or any part of it is beingexecuted or if any damage shall happen to the work, while inprogress from any cause whatever or any imperfectionsbecome apparent in it within three months after a certificatefinal or other of its completion shall have been given by theEngineer-in-Charge as aforesaid, the contractor shall make thesame good at his own expense, or in default, the Engineer-in-Charge may cause the same to be made good by otherworkmen, and deduct the expense, of which the certificate ofthe Engineer-in-Charge shall be final, from any sums that maybe then or any time thereafter may become due to thecontractor or from his security deposit or the proceeds or salethereof or of a sufficient portion thereof.

Contractor tosupply plantladders.Scaffolding etc.

Clause 18: the contractor shall supply at his own cost allmaterials (except such special materials if any, as may inaccordance with the contract b supplied from the Engineer-in-Charge's store), plants, tools, appliances, implements, laddersetc. scaffolding and temporary works requisite or proper forthe execution of the work, whether original, altered orsubstituted and whether included in the Specification or otherdocuments forming part of the contract or referred to in theseconditions or not, which may be necessary fro the purpose ofsatisfying or complying with the requirements of the Engineer-in-Charge as to matter as to which under these condition he isentitled to be satisfied, or which he is entitled to requiretogether with carriage thereof to and from the work. Thecontractor shall also supply without, charge the requisitenumber of persons with the means and materials necessary for

Page 181: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 180 -the purpose of setting out works, and counting, weighing andassigning in the measurement or examination at any time andfrom time to time of the work or materials. Failing his so doingthe same may be provided by the Engineer-in-Charge at theexpense of the contractor and the expenses may be deductedfrom any money due to the contractor under the contractor orfrom his security deposit or the proceeds of sale of his propertyor a sufficient portion thereof.

The contractor shall also provide all necessary fencingand lights, required to protect the public form accident andshall be bound to bear the expenses of defence of every suit,action or other proceedings at law that may be brought by anyperson for injury sustained owing to neglect to the aboveprecaution, and to pay any damage, and costs which may beawarded in any such suit, action, or proceedings to any suchpersons or which may with the consent of the contractor bepaid to compromise any claim by any such person.

And be liablefor damagesestimatingfrom non-provision oflight, fencingetc.

Clause 18(a): The final bill of the contractor shall not bepaid unless or until he furnishes to the satisfaction of theEngineer-in-Charge a proof of the price of the earth used forthe works having been fully paid to the owners of the landfrom which the earth was removed or of the matter havingbeen amicably settled with them, the contractor shall also beliable to indemnify the Government against all claims made,proceedings and actions taken by any persons in respect of theprice of the earth removed by the contractor from his land forthe work against all losses, damages, cost and expenses whichthe Government may suffer or incur as a result of such claims.

Clause 19(a): No labourer below the age of 12 years shallbe employed on the work.

Labour

Clause 19(b): The contractor shall pay his labourers not

Page 182: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 181 -less than the wages paid for similar work in neighborhood.

Clause 20: No work shall be done on Sunday withoutthe sanction in writing of the Engineer-in-Charge.

Works onSundays

Clause 20(a): In every case in which by virtue of theprovisions of section 12, sub-section (1) of Workman'sCompensation Act, 1923, Government is obliged to paycompensation to a workman employed by the contractor, inexecution of the work, Government will recover from thecontractor, the amount of the compensation so paid andwithout the prejudice to the rights of Government Undersection 12, Sub-section (2) of the act, Government shall be atliberty to recover such amount or any part thereof bydeducting it from the security deposit or from any sum due byGovernment to contractor whether under this contract orotherwise.

Contractorliable forpayment ofcompensationto injuredworkman orin case ofdeath hisrelations.

Government shall no be bound to contest any claimmade against it under section 12, subsection (1) of the said Act-except on the written request of the contractor and Upon hisgiving to Government full security for all costs for whichGovernment might become liable in consequence of contestingsuch claim.

Clause 21: The contract shall no be assigned or subletwithout the written approval of Engineer-in-Charge. And if thecontractor shall assign or sublet his contract or attempt to do soor become insolvent or commence any insolvency proceedingsor make any composition with his creditors or attempt to do soor if any bribe, gratuity, gift, loan, requisite reward ofadvantage, pecuniary or otherwise: shall either directly orindirectly by given promised or offered by the contractor orany of his servant or agents to any public officer or person inthe employment of Government in any relating to his office or

Work not tobe sublet.

Contract maybe rescindand securitydepositforfeited forsub-lettingbribing or if

Page 183: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 182 -employment or any such officer or person shall become in anyway directly or indirectly interested in the contract, theEngineer-in-Charge may thereupon by notice in writingrescind the contract and the security deposit of the contractorshall there upon stand forfeited and be absolutely at thedisposal of Government and the same consequence shallensure, as if the contract had been rescinded under clause-3hereof, and in addition the contractor shall not be entitled torecover or be paid for any work therefore actually performedunder the contract.

contractbecomesinsolvent.

Sum payableby way ofcompensationto beconsidered asreasonable ascompensationwith ourreference toactual loss.

Clause 22: all sums payable by way of compensationunder any of these conditions shall be considered as reasonablecompensation to be applied to the use of Government withoutreference to the actual loss or damage sustained, and whetheror no any damage shall have been sustained.

Deduction ofamounts dueto Governmenton any accountwhatsoever tobe permissiblefor sumspayable to acontractor

Clause 22(a): Any excess payment made to thecontractor inadvertently or otherwise under this contract onany account whatever and any other sum bond to be due toGovernment by the contractor in respect of this contract or anyother contract or work order or on any account whatever, maybe deducted from sum whatever, payable by Government tothe contractor either in respect of this contract or any workorder or contract or any other account by any other departmentof the Government.

Changes inconstitution offirm

Clause 23: In the case of tender by partners, any changein the constitution of the firm shall be forthwith notified by thecontractor to the Engineer-in-Charge for his information.

Works to beunderdirections ofSuperintendingEngineerClaims forpayment of anextra ordinarynature to bereferred toGovernmentfor decisionArbitration

4. The arbitrator shall award separately giving hisaward against each claim and dispute raised by either partyincluding any counter-claims individually and that any lump-sum award shall not be legally enforceable.

(c) of its non-commencement within 6 months from the

Page 184: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 183 -date of abandonment, or written orders to commence the workas applicable, or

(d) of the completion of the work through anyalternative agency or means after withdrawal of the work fromthe contractor in whole or in part and/or its rescission, or

(e) of receiving an intimation from the ExecutiveEngineer Incharge or the work that final payment due to orrecovery from the contractor had been determined which hemay acknowledge and/or receive.

Whichever of (a) to (e) above is the latest.

If the matter is not referred to arbitration within theperiod prescribed above all the rights and claims of any partyunder the contract shall be deemed to have been forfeited andabsolutely barred by time even for civil litigationnotwithstanding.

10. It is also a terms of this arbitration agreement thatno question relating to this contract shall be brought before anyCivil Court without first involving and completing thearbitration proceedings as above if the scope of the arbitrationspecified herein coves issues that can be brought before thearbitration i.e. any matter that can be referred to arbitrationshall not be brought before a Civil Court. The pendency ofarbitration proceedings shall not disentitle the Government toterminate the contractor and make alternative arrangement forthe completion of the work.

11. The arbitrator shall be deemed to have entered onthe reference on the day he issues notices to the parties fixingthe first date of hearing. The arbitrator may from time to timewith the consent of the parties enlarge the initial time for

Page 185: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 184 -making and publishing the awards.

12. It is also a terms of this arbitration agreement thatsubject to the stipulation herein mentioned, the arbitrationproceedings shall be conducted in accordance with theprovisions of the arbitration Act or any other latest law in forcefor the time being, Indian arbitration and Reconciliation Act of1996 shall be applicable on this contract.

State ofEuropeanAmericanmanufacture tobe obtainedfrom Govt.

Clause 26: The contractor shall obtain from the stores ofthe Engineer-in-Charge all stores and articles of European orAmerican manufacture which may be required there of or inconnection therewith unless he has obtained permission inwriting from the Engineer-in-Charge to obtain such stores andarticles else where. The value of such stores and articles as maybe supplied to the contractor by the Engineer-in-Charge will bedebited to the contractor in his account at the rate shown in theschedule attached to the contract, and if they are not entered inthe schedule they win be debited at cost price which for thepurposes of this contract shall include the cost of carriage andall other expenses whatsoever which shall have been incurredin obtaining delivery of the same at the stores aforesaid.

Fluctuations inRailwayfreight.

Clause 26(a): Any fluctuations in Railway rates whichmay occur during the subsistence of and affecting freights ofany material to be supplied under this contract shall bebrought to the notice of the Engineer-in-Charge by thecontractor within fifteen days from such date withoutprejudice to the rights of Government, should the contractorfail to comply with the above requirement any excess or shortcharge on account of such increase or decrease shall be inconsequence of fluctuation in railway freight when suchrailway freight is on account of material which is required by acontractor in the manufacture of an article to be suppliedunder this contract e.g. fluctuation of railway freight on coalrequired for burning bricks will not be taken into consideration

Page 186: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 185 -or for an article which forms part of a finished work forpurpose of this clause. Similarly no alteration in rates will beallowed when a manufacture article is transported by rail fromplace A to place B to form part of a finished work.

Clause 27: The contractor shall be responsible formaking his own arrangements for securing priorities andlicence for material and transportation required for the worksand Engineer-in-Charge shall not be held responsible in anyway for making such arrangements for any of them.

Clause 28: In the case of any clause of work for whichthere is no such specification as is mentioned in rule 1, suchwork shall be carried out in accordance with the P.W.D.specifications, and in the event of there being no P.W.D.specification, then in such case the work shall be carried out inall respects in accordance with the instructions andrequirements of the Engineer-in-Charge.

Action wherenospecification

Clause 29: The Expression “work” or “works” whereused in these conditions shall unless there be something eitherin the subject or context repugnant such constructions beconstructed and taken to mean the work by or by virtue of thecontract contracted to be executed whether temporary orpermanent and whether original, altered, substituted oradditional.

Definition ofwork.

Clause 30: The percentage referred to at page (3) of thetender will be calculated on the gross amount (value offinished work including cost of materials whether purchasedform Government or direct of (1) the items of works to whichthe rates in the tender apply and also (2) the items of work towhich rates exist in the Schedule of rates of the district.

Clause 31: The terms and conditions of the agreementhave been explained to me/us and I/we clearly understandthem.

Page 187: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 186 -

ADDITIONAL CLAUSEClause 32: The contractor states that he is not related to any of

the officers employed by the Haryana P.W.D.Clause 33: No pit shall be dug by the contractor near the site of

the work for taking out earth for use on the work. In case of default,the pit so dug will be filled in by the Department at the cost of thecontractor.

Clause 34: Fair wage clause attached.Clause 35: The contractor shall have to pay sales tax to Excise

and Taxation Department in accordance with the rules in force formtime to time.

Clause 36: All payments for work done under this contractshall be made by cheque to the contractor. The work covered by thiscontract as shown on plans which have been signed by the contractorare annexed herewith.

Clause 37: Should the tenderer withdraw or modify his tenderwithin three months from the date of opening of tender he is liable toblack listed and earnest money forfeited.

Clause 38: All royalty and compensation for building stone,bajri and stone metal etc. should be included in the rates to be quotedand is payable by the contactor.

Clause 39: The rates given are for the finished work inclusive ofExcise duty, Octroi charges, sales taxes, service tax etc.

Clause 40: It will be the responsibility of the contractor toensure that the trees at the site of work and in the vicinity or their fruitetc., are not damaged by his labour or agent. The cost of such damage,if any, will be at the discretion of the Engineer-in-Charge and shall bededucted from the bill of the contractor.

Clause 41: The contractor shall provide at his own cost separatelatrine, bathing enclosures and platform for use of the man andwomen labour and keep them clean to the satisfaction of the Engineer-in-Charge. He should also arrange at his own expenses for cleandrinking water, housing, medical facilities necessary for the welfare ofthe labour employed at his work, in case of his failure the same shall

Page 188: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 187 -be provided by Government at contractor’s cost. At dispute regardingthis will be settled by the Engineer-in-Charge whose decision will bebinding.

Clause 42: Any material left on the site of work after one monthform the date of completion of the work shall become the property ofthe Government and no payment shall be made for it.

Clause 43: The amount of the work can be increased ordecreased according to the requirement of the department and noclam whatsoever on this account will be entertained.

Clause 44: The department reserve option to take away anyitems of the work or part thereof any time during the currency of thecontract and re-allot it to another agency with due notice to thecontractor without liability or compensation.

Clause 45: It is not obligatory on the contractor to employlabour through Employment Exchange but he may avail of thefacilities offered by the Employment Exchange in case he wishes to doso.

Clause 46: No claim on account of fluctuation in prices due towar or any other cause will be entertained.

Clause 47: The contractor shall be liable to make good alldamages caused by breakage from the moment the stores, pipes andfittings etc. are handed over to his charge.

Clause 48: No compensation whatever will be payable onaccount of any delay or default in the supply of material mentioned inthe “List of material to be issued to the contractor” by the departmentand consequent delay in the execution of work.

Clause 49: The contractor will inform the C.M.O. about theemployment of labourer on the work for carrying out Malariasurveillance.

Clause 50: No premium shall be payable on Non-scheduleitems. Whether depicted in enclosed schedule of rates or not.Contractor will quote his separate rates as depicted on page No. 6 ofthe tender form.

Clause 51: Sales Tax/Income Tax will be deducted from grosspayment as per Government Instructions.

Page 189: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 188 -Clause 52: Labour cess Charge @ 1% will be deducted from

gross payment.FAIR WAGES CLAUSES

(a) The contractor shall pay not less than fair wage to labourengaged by him on the work. Explanation: Fair Wage means wagewhether for time or piece work notified at the time or inviting tendersof the work and where such wages have not been so notified, thewages prescribed by the Public Works Department, Building andRoads Branch, Haryana for the district in which the work is done.

(b) The contractor shall notwithstanding the provisions of anyagreement to the contrary, caused to be paid fair wages to labourers,indirectly engaged on the work including any labour engaged by hissub-contractors in connection with the said work, as if the labourershad been directly employed by him.

(c) In respect of labour directly employed on the works for theperformances of the contractor’s part of this agreement the contractshall comply with or cause to be complied with the Haryana PublicWorks Department Contractor’s Labour’s Regulations made byGovernment from time to time in regard to payment of wages perioddeductions from wages recovery of wages not paid and deductionsunauthorizedly made maintenance of wage book, wage slip,publication of wages and other terms of employment inspection andsubmission of periodical returns and all other matters of alike nature.

(d) The Executive Engineer or Sub Divisional Engineerconcerned shall have the right to deduct, form the moneys due to thecontractor’s any sum required or estimated to be required for makinggood the loss suffered by a worker or workers by reason of non-fulfillment of the conditions of the contract for benefit of the workers,non payment of wages or deductions made from his or their wages,which are not justified by the terms of the contract for non observanceof the regulations referred to in clause (‘c’ above)

(e) Vis-à-vis the Haryana Government, the contractor, shall beprimarily liable for all payments to be made under and for theobservance of the regulations aforesaid without prejudice to his rightto claim indemnity from his sub-contractors.

Page 190: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 189 -(f) The regulations aforesaid shall be deemed to be a part of

this contract.(g) Attendance card should invariably be issued by the

contractors to their workers which should be returned to thecontractors concerned at the time of receiving payment of their wages.

(h) Before making payment to the contractors the authoritiesconcerned should obtain a certificate from the contractors that he hasmade payment to all the workers connected with the execution of thework for which the payment is being made.

(i) Contractors employing 50 or more workers on the site of aparticular work, should provide facilities of housing, latrines, waterand light to their workers at their own expense.

(j) The normal working house of workers employed bycontractors for the execution of work allotted to them should be 8hours per day with a break of 2 hours during summer, one hourduring winter after continuous work of 4 hours at the elates. Thespread over should in no case exceed 10 hours, workers workingbeyond these hours should be paid over time wages at the double theordinary rate or their wages calculated by the hour.

HARYANA PUBLIC WORKS DEPARTMENT

Contractor’s Labour Regulation1. Short Title.

These regulations may be called Haryana (1) Public WorksDepartment Contractor’s labour Regulations.2. Definition.

In these regulations, unless otherwise expressed or indicatedthe following words and expressions shall have the meaning herebyassigned to them respectively, that is to say.

(1) Labour means workers employed by a Public WorksDepartment Contractor’s directly or indirectly a sub-contractor otherpersons or by an agent on his behalf.

(2) Fair wages means whether for items or piece work, notified

Page 191: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 190 -at the time of inviting tenders for the work and where such wageshave not been so notified the wages prescribed by the Public WorksDepartment for the district in which the work is done.

(3) Contractor shall include every person whether a sub-contractor or headman or agent employing labour on the work, takenon contract.

(4) “Wages” shall have the same meaning as defined in thepayment of Wages Act and includes time and piece rate wages.3. Display of notice regarded wages etc.

The contractor shall before he commences his work oncontract, display and correctly maintain and continue to display andcorrectly maintain a clean and legible condition at conspicuous placeson the work notice in English and in the Local Language spoken bythe majority of the workers giving the rate of wages which have beencertified by the Executive Engineer, the Superintending Engineer, theChief Engineer or Regional Labour Commissioner as fair wages andthe hours of work for which such wages are earned and a copy of suchnotices to the District Labour Welfare Officer.4. Payment of Wages.

(I) Wages due to every worker be paid to him direct.(ii) All wages shall be paid in current coin or currency or in

both.5. Fixation of Wage Periods.

(I) The contractor shall fix the wage periods in respect ofwhich the wages shall be payable.

(II) No wage period shall exceed one moth(III) Wages of every workman employed on the contract shall

be paid before the expiry of ten days after the last of thewage period in respect of which the wages are payable.

(IV) When the employment of any worker is terminated by oron behalf of the contractor. The wages earned by himshall be paid before the expiry of succeeding the one onwhich his employment is terminated.

(V) All payment of wages shall be made on a working dayexcept the work is completed before the expiry of the

Page 192: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 191 -wages period in which case final payment shall be madewithin 48 hours of the last working day.

Notes: - The terms working day mean a day, on which the workon which the labour is employed is in progress.

6. Wages Books and Wages Slip etc.A) The contractor shall maintain a wage book of each

worker in such a form as may be convenient but the sameshall include the following particulars.

I) Rate of daily or monthly wages.II) Nature of work for which employed.III) Total number of days worked during each wage period.IV) Total amount payable for the work during each wage

period.V) All deductions made from the wages with an indication

in each case of the ground for which the deductions ismade from the wage.

VI) Wages actually paid for each wage period.B) The contractor shall also maintain a wage slip for each

worker employed on the work. The wage slip shallcontain all the particulars given in the wage book.

C) The Executive Engineer, may grant exemption from themaintenance of Wage Book and Wage Slips to acontractor who in his opinion, may not directly orindirectly employ more than 50 persons on the work.

7. Fine and deductions which may be made from wages.1. The wages of workers shall be paid to him without any

deduction of any kind except the following.(a) Fines.(b) Deductions for absence from duty viz., from the place or

places where by the terms of his employment is requiredto work.

The amount of deduction shall be in proportion to theperiod for which he was absent.

(c) Deductions for damage to or loss of goods, expressly,entrusted to the employed person for custody, or for loss

Page 193: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 192 -of money for which he is required to account, where suchdamage or loss is directly attributable to his neglect ordefault.

(d) Any other deductions which the Government may fromtime to time allow.

2. No fine shall be imposed on a worker and no deductionfor damage or loss be made until the worker has beengiven an opportunity of showing cause against such finesor deductions.

3. The total amount of fine which may be imposed in anyone wage period on a worker shall not exceed an amountequal to half an anna in a rupee of the wage payable tohim in respect of that wage period.

4. No fine imposed on any worker shall be recovered fromhim by installments, or after the expiry of 60 days fromthe date in which it was imposed.

8. Register of Fine etc.1. The contractor shall maintain a Register of fine and of all

deductions for damage or loss. Such Register shallmaintain the reason for which fine was imposed ordeduction for damage or loss was made.

2. The contractor shall maintain, both in English and LocalLanguage, a list approved by the Chief LabourCommissioner clearly stating the acts and commissionsfor which penalty of fine may be imposed on workmenand display it is a good conditions at a conspicuous placeon the work.

9. Preservation of Registers.The wage book, the wage slips and the Register of fines,

deductions required to be maintained under these regulations shall bepreserved for 12 months after the date of last entry made in them.10. Power of Labour Welfare Officer to make Investigation Enquiry.

The Labour Welfare Officer or any person authorized by theGovernment on their behalf shall have to make enquiries with a viewto ascertaining and enforcing due and proper observance of the fair

Page 194: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 193 -wage clause and provisions of these Regulations. He shall beinvestigation into any complaint regarding the default made by thecontractor or sub-contractor in regard to such provision.11. Report of Labour Welfare Officer.

The Labour Welfare Officer or any other persons authorized asaforesaid shall submit a report of the result of his investigation orenquiry to the Executive Engineer concerned, indicating the extent ifany to which the default has been committed and the amount of finerecoverable in respect of the acts of omission and commission of thelabourer with a note that necessary deduction form the contractor’sbill be made and the wages and other dues be paid to the labourersconcerned.

Page 195: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 194 -12. Appeal against the decision of Labour Welfare Officer.

Any person aggrieved to the decision and recommendation ofLabour Welfare Officer or other person so authorized may appealagainst such decision to the Regional Labour Commissioner within 30days from the date of decision forwarding simultaneously a copy ofhis appeal to Executive Engineer concerned but subject to such appeal,the decision of the Labour Welfare Officer shall be final and bindingupon the contractor.

13. Representation of Parties.(1) A workman shall be entitled to be represented in any

investigation or inquiry under these regulations by:(i) An officer of a registered Trade Union to which he is a

member.(ii) An officer of Federation of Trade Unions to which the trade

union referred it in clause (a) is affiliated.(iii) Where the worker is not a member of any registered union,

an officer or registered trade union connected with, or byany other workman employed in the industry in which theworker is employed.

(2) An employer shall be entitled to be represented in anyinvestigation or inquiry under these regulations by:

(a) An officer of an association of employers of which he is amember.

(b) An officer of an association of employees to which theassociation referred to in clause (a) is affiliated.

(c) Where the employer is not a member of any association ofemployees by an officer of an association of employersconnected with or by any other employer is engaged.

14. Inspection of BooksThe contractor shall allow inspection of Wage Book, the WageSlip and Register of Fines and deduction to any of his workersor his agent at a convenient time and place after notice is

Page 196: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 195 -received or to the Labour Welfare Officer or any other personauthorized by the Government on his behalf.

15. Submission of returnsThe contractor will follow the contract labour (Regulation andAbolition Act 1970) and the contract labour (Regulations andAbolition Central Rule 1971) enforced by Haryana Labour andEmployment Department Memo No. 12 (26-78-4-labour dated10-06-1979).The contractor shall submit periodical returns as specifiedfrom time to time.

16. Licencing of ContractorEvery contractor who employs or who employed on any dayof the proceeding 12 calendar months 20 or more workmen iscovered by the Act and is required to obtain a licence. Thecontractor should obtain the necessary licence as requiredunder section 12 of contract labour (Regulation and AbolitionAct 1970) before commencing the work.

17. AmendmentsThe Haryana Government may from time to time amend theseregulations on any questions as to application, interpretationor effect of these regulations. The decision of the LabourCommissioner to Haryana Government in that behalf shall befinal.

Page 197: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 196 -

Page 198: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 197 -

Page 199: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 198 -

Page 200: GOVERNMENT OF HARYANAharyanaphed.etenders.in/tpoimages/haryanaphed/tender/... · 2012-06-23 · GOVERNMENT OF HARYANA Public Health Engineering Department. TENDER and CONTRACT DOCUMENT

-Sd-Contractor Witness Executive Engineer

- 199 -