Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                

Tendernotice 1

Download as pdf or txt
Download as pdf or txt
You are on page 1of 287

Irrigation & Water Resources Department

Detailed Notice Inviting Tender


(DNIT)

GOVERNMENT OF HARYANA
Irrigation & Water Resources Department

Name of work: Estimate for bridge on river Ghaggar at RD 31000 upstream Sirsa Bhatinda railway line on
village road farwain Kalan to Budhbhana district Sirsa.
Estimate Cost: Rs 803.85 Lakhs

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 1 of 287


Irrigation & Water Resources Department

TABLE OF CONTENTS

Sr. Name of Contents


INVITATION FOR BIDS
i Press Notice
ii Detailed Notice Inviting Tender
iii Key Dates
SECTION-1
Instructions to Bidders (ITB)
SECTION-2
Qualification information
SECTION-3
Conditions of Contract& Contract Data
SECTION-4 A
Detailed Scope of Work (In case of Turn Key works)
SECTION-4 B
Technical specification of Works
SECTION-5
Drawings
SECTION-6
Bill of quantities

SECTION-7
Standard Forms Letter of Acceptance and Other Forms

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 2 of 287


Irrigation & Water Resources Department
e-Tender Notice
PRESS NOTICE
HARYANA IRRIGATION DEPARTMENT

Notice Inviting Tender No. 0623202410-21-05/IRRIGATION Dept/HRY. Dated:


25/06/2024

The Governor of Haryana invites bids from the eligible contractors online on the website:
https://etenders.hry.nic.in for the work detailed in the table.
Name of Work: Estimate for bridge on river Ghaggar at RD 31000 upstream Sirsa Bhatinda
railway line on village road farwain Kalan to Budhbhana district Sirsa.

Cost of work Rs 803.85 Lakhs


Time Limit 16 Months and 20 Days
Tenders to be received till: 05:00 hours on dated 18/07/2024
1. Bidder shall pay Rs. 1180/- as E-Service fee through Net Banking in favour of
“Society for IT initiative fund for e-Governance” payable at Chandigarh..

2. For further details and e-tendering schedule please visit website http://etenders.hry.nic.in

For and on behalf of Governor of Haryana


Executive Engineer
Irrigation & Water Resources Department
Ghaggar W.S. Divn. Sirsa
Phone No: 9991520122

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 3 of 287


Irrigation & Water Resources Department

DETAIL NOTICE INVITING TENDER

The Governor of Haryana invites the bids from the contractors who have created login ID on
the portal http://works.haryana.gov.in through online bids on the website for the work detailed in
the table below.

Sr. Name of work Cost of work Earnest money Cost of Time Date and
No (For bid limit time for bid
. unregistered document Submission.
bidders only) (in Rs.)
(in Rs.)
1 2 3 4 5 6

1. Estimate for bridge on river Rs 803.85 ₹16,07,700.00 ₹20,000.0 16 18/07/2024


Ghaggar at RD 31000 Lakhs for Contractors 0/- Months Upto 05:00
upstream Sirsa Bhatinda and 20
railway line on village road
& Days
hrs.
farwain Kalan to ₹8,03,850.00
Budhbhana district Sirsa. for Societies

1. Bidders registered on the portal https://works.haryana.gov.in are not required to deposit any
earnest money and are required to submit earnest money declaration Form as provided in
Section 7 of the bidding document.
2. Interested bidders are encouraged to get themselves registered as contractor on the portal
https://works.haryana.gov.in.
3. Interested bidders must have contractor ID on https://works.haryana.gov.in.

4. Cost of tender document fee: ₹20,000.00/-(non refundable) (to be submitted online).

5. Availability of Bid document and mode of submission:

a. Tender document is available online on http://etenders.hry.nic.in


b. 1. Earnest Money :for un-registered bidders – Online.
2. Earnest Money Declaration Form: Bidders registered by Haryana Government – the
bidder shall upload a earnest money declaration form as per format given in Section – 7
in the bidding document online, which can be generated from contractor login on
Haryana Engineering Works Portal.
c. Tender document fee ₹20,000.00/- to be paid - Online
d. Submission of Technical Bid – Online
e. Submission of Price Bid - Online

Note: Bidding shall be online only and no document shall be accepted in any physical form.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 4 of 287


Irrigation & Water Resources Department

5. In the first instance, Earnest money /Earnest money Declaration Form (as provided in Section
7) shall be opened online and checked for correctness along with tender document fee. If the
earnest money declaration form / earnest money are found in order, Technical Bid shall be
opened (Online) in the presence of such contractors who choose to be present. The Financial
offer shall be opened (Online) only, if the bidders meet the qualification criteria as per the bid
document. The date of opening of Financial Bid shall be intimated separately.

Exemption of tender document fees of the Contractors/Agencies:

• “Single tender shall normally not be considered unless there are special circumstances to
do so. In such eventuality, decision to accept the single tender shall be as prescribed in
the rules. If special circumstances are not present, tenders shall be re-called. If re-
tendering again results in a single

• Tender, its acceptance may be considered with proper justification and reasons”. Where
on first call of tender, number of bidders participate in the tender but on Technical
evaluation only one participating bidder qualifies, the tender shall be re-invited treating it
as single tender.

• Those bidders shall not be required to pay tender document fees, who choose to submit
bids again on tender being re-called on account of single tender being received or single
bidder qualifies on first call.
6. Bidders shall have to pay the e-Service Fees of Rs. 1180 in favour of ‘Society for IT initiative
fund for
e-Governance through Debit Cards & Internet Banking Accounts are required to be paid online
directly through Internet Baking Accounts.
7. Last Date/ Time for receipt of bids through e-tendering: 18/07/2024 up-to 05:00 Hrs.
(time)

8. The site for the work is available.

9. Only online submission of bids is permitted, therefore; bids must be submitted online on
website
https://etenders.hry.nic.in. The technical qualification part of the bids will be opened online at
Ghaggar W.S. Divn. Sirsa on 19/07/2024 at 03:00 hrs. by the authorized officers. If the office
happens to be closed on the date of opening of the bids as specified, the bids will be opened
online on the next working day at the same time.
10. The bid for the work shall remain open for acceptance during the bid validity period to be
reckoned from the last date of ‘Submission of Online Bids. Bids as submitted online shall be
valid for 120 days from the date of bid closing i.e. from last date of submission of online bids.
In case the last day to accept the tender happens to be holiday, validity to accept tender will be
the next working day.

11. Bidders may bid for any one or more of the works mentioned in the Table above.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 5 of 287


Irrigation & Water Resources Department
12. To qualify for a package of contracts made up of this and other contracts for which bids are
invited in the same NIT, the bidder must demonstrate having experience and resources
sufficient to meet the aggregate of the qualifying criteria for the individual contracts.

13. Other details can be seen in the bidding documents. The Employer shall not be held liable for
any delays due to system failure beyond its control. Even though the system will attempt to
notify the bidders of any bid updates, the Employer shall not be liable for any information not
received by the bidder. It is the bidders’ responsibility to verify the website for the latest
information related to the tender.
14. Conditional tenders will not be entertained and are liable to be rejected.

15. In case the day of opening of tenders happens to be holiday, the tenders will be opened on the
next working day. The time, mode and place of receipt of tenders and other conditions will
remain unchanged.
16. The invitation of this tender can be cancelled without assigning any reason.
17. The societies shall produce an attested copy of the resolution of the Co-operative department
for the issuance of tenders.
18. The tender without Earnest money /Earnest money Declaration form and tender document fee
will not be opened.
19. The jurisdiction of court will be as defined as in Appendix to ITB.
20. The tender of the bidder who does not satisfy the qualification criteria in the bid documents are
liable to be rejected and financial bids will not be opened.
21. The Pre-bid meeting will be held as per the details in Appendix to ITB.
22. The bidders may note that the works are to be carried out strictly as per the applicable laws,
permits, rules and regulations. Any damages / penalties imposed by any statutory authority, like
NGT etc, on account of noncompliance of any applicable laws, permits, rules and regulations
shall have to be borne by the contractor.

23. The undersigned reserves the right to reject any or all of the bids without assigning any reason.
For and on behalf of Governor of Haryana

Executive Engineer
Irrigation & Water Resources Department
Ghaggar W.S. Divn. Sirsa
Phone No: 9991520122

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 6 of 287


Irrigation & Water Resources Department

KEY DATES

1. Date of Issue of Notice Inviting Bid : Date 25/06/2024

2. Period of availability of Bidding Documents on : From


website http://etenders.hry.nic.in 25/06/2024
To
18/07/2024

3. Time, Date of Pre-bid Meeting : Not Applicable

4. Deadline for Receiving Bids online : Date 18/07/2024 at 05:00 hrs

5. Opening of Bids : Date 19/07/2024 at 03:00 hrs


(Tender Document fee &Earnest Money Declaration
Form)

6. Time and Date for opening of Part-I of the Bid : Date 19/07/2024 at 03:00 hrs
(Technical Qualification Part)

7. Time and Date of opening of Part-II of the Bid : To be intimated.


(Financial Part) of the Bidders who Qualify in
Part I of the Bid.

8. Last Date of Bid Validity Date 15/11/2024

9. Officer inviting Bids : Executive Engineer


Ghaggar W.S. Divn. Sirsa
Irrigation & Water Resources
Department

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 7 of 287


Irrigation & Water Resources Department

Section 1: Instructions to Bidders(ITB)


Table of Clauses

A. General E. Bid Opening


1. Scope of Bid 23 Bid Opening
2. Source of Funds 24. Process to be Confidential.
3. Eligible Bidders 25. Clarification of Bids and Contacting the
4. Qualification of the Bidder Employer.
5. One Bid per Bidder 26. Examination of bids and Determination of
6. Cost of Bidding Responsiveness.
7. Site Visit 27. Correction of Errors.
28. Adjusted in bid.
B. Bidding Documents and Evaluation 29. Evaluation and Comparison of Bids.
8. Content of Bidding Documents. 30. Payment Caping Condition
9. Clarification of Bidding Documents and
Pre-Bid Meeting. F. Award of Contract
10. Amendment of Bidding Documents. 31. Award Criteria
32. Employer’s Right to Accept any Bid and
C. Preparation of Bids to Reject any or all Bids.
11. Language of Bid 33. Notification of Award and Signing of
12. Documents Comprising the Bid. Agreement.
13. Bid Prices 34. Performance Security.
14. Currencies of Bid. 35. Advances
15. Bid Validity 36. Corrupt or Fraudulent Practices.
16. Earnest money 37. Debarring.
17. Alternative Proposals by Bidders. 38. Completion of Work.
18. Format and Signing of Bid. 39. Instructions / Special Qualification
D. Online Submission of Bids Requirements (If any)
19. Bidding Through e-Tendering system.
20. Deadline for Submission of Bids.
21. Late Bids.
22. Withdrawal or modification

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 8 of 287


Irrigation & Water Resources Department

A. General
1. Scope of Bid

1.1 The Employer (Appendix to ITB) on behalf of ‘Authority’ (defined in Appendix to ITB)
invites bids for the construction of Works as described in these documents and referred to as “the
Works”. The name of the works is provided in the Appendix to ITB. The bidders may submit bids
for any or all of the works detailed in the table given in the Notice Inviting Tender. Bid for each
work should be submitted separately. The bidders should refer Section 4-A for the detailed scope
of work and Section 4-B for Technical Specifications for the work.

1.2 The successful Bidder will be expected to complete the Works by the Intended
Completion Date specified in the Contract data.

1.3 Throughout these documents, the terms “bid” and “tender” and their derivatives
(bidder/tender, bid/tender, bidding/tendering etc.) are synonymous.

1.4 The jurisdiction of court will be as defined as in Appendix to ITB

2. Source of Funds

2.1 The expenditure on this project will be met from the budget provided by the Govt. of
Haryana.

3. Eligible Bidders

3.1 The Invitation for Bids is open to all bidders have created contractor Id on the portal
https://works.haryana.gov.in and eligible bidders meeting the eligibility criteria as defined in ITB.

3.2 The bidders in Joint Ventures are allowed as per the Appendix to ITB.

3.3 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices
by the Central Government, the State Government or any public undertaking, autonomous body,
authority by whatever name called under the Central or the State Government.

4. Qualification of the Bidder

A) For works put to tender upto Rs. 25.00 Lacs, a valid Registration Certificate/
contractor’s id created on Haryana Engineering Works Portal.(No technical
evaluation shall be carried out for this category). The intending bidders who are not
registered are required to submit the following documents in place of Registration:

Interested bidders who are not registered should upload the following documents at the
time of bidding:

a. Mandatory Documents
i. Proof of Constitution - Partnership deed (in case of the partnership firm
registration); or Certificate of Incorporation (in case of Private limited company,
public limited company, Public sector undertaking, Limited Liability Partnership,
registration); or Any proof substantiating constitution (in the case of society, trust,
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 9 of 287


Irrigation & Water Resources Department
AOP, Government department, local authority, statutory body registration.)
ii. PAN Card
iii. GST Certificate
iv. Undertaking of Non-Blacklisting – (Certificate that contractor has not been
blacklisted previously)
v. Proof of immovable properties/self-certification that doesn't have any property
vi. Cancelled Cheque / Proof of bank account
vii. Proof of Address
viii. Similar works experience for the category of registration
ix. The applicant himself or his employee (at least one) should be a Diploma Holder
Engineer (Civil/Electrical/Agri./Hort.) as applicable. Accordingly, self-declaration
certificate of applicant and his employee along with copy of Diploma certificate is
to be submitted.
x. In case of registration for electrical works the applicant or the employee of the
applicant should submit valid Wireman License from Chief Electrical Inspector,
Haryana

b. Optional Documents

i. TAN Number Document


ii. MSME Registration Certificate (If Applicable)
iii. Form 26AS for last three years (Provided by Income Tax Department)
iv. LLCs (Limited Liability Company) to upload last audited balance sheet
v. Change of constitution of agency
vi. Litigation History (If any)
vii. List of Abandoned works (if any)
viii. Any Other relevant documents

In case during examination it is found that any bidder for this category of works
has not submitted above mandatory documents or has submitted false documents
his bid shall be rejected.

B) For works put to tender from Rs. 25.01 Lacs to Rs. 64.00 Lacs, a valid enlistment in the
respective category on Haryana Engineering Works Portal with proof of ownership/ lease of
specified machinery/ manpower as listed in Clause 39 in section 1 of this document.

(Technical Evaluation shall be carried out as per the requirement specified in Clause 39 in
section 1 of this document and financial bid of only responsive qualifying bidders shall be
opened)

C) For works put to tender from Rs. 64.01 Lacs onwards, following qualification criteria is
required to be fulfilled:-

4.1 All bidders shall provide the Qualification Information as specified in Section-2 of this
document, Forms of Bid and the undertaking(s) as specified in Section 7. The undertaking should
be of a date after the first invitation of this tender. Initially the scanned copy of undertaking(s) shall
have to be submitted in technical bid and before signing the agreement, the original undertaking(s)
should be submitted by the bidders to the concerned Executive Engineer. The undertaking(s) in
original shall make integral part of the agreement. The bidder should also meet the requirements
mentioned in clause 39 .

4.2 All bidders participating in tenders costing more than Rs. 25.00 lacs shall include the
following information and documents with their bids in Section 2, Qualification Information unless
otherwise stated in the Appendix to ITB:

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 10 of 287


Irrigation & Water Resources Department
(a) Copies of original documents defining the constitution or legal status, place of
registration, and principal place of business; written power of attorney of the
signatory of the Bid to commit the Bidder;

(b) Total annual financial turnover of each of the last three years duly certified by
Chartered Accountant;

(c) (i) Experience in works of a similar nature and size for each of the last seven
years with certificates from the concerned officer not below the rank of
Executive Engineer or equivalent;

(ii) and details of works in progress or contractually committed with detail of


clients who may be contacted for further information on those contracts;

(d) The undertakings as per the format and language given in Section 7 of the
document. The undertakings should be of a date after the invitation of this tender.
The bids accompanying with the language deviated from the language of the draft
provided in Section 2 shall be treated as non – responsive.

4.3 All care should be taken by the bidder to submit correct information and documents in first
place. No cognizance of the documents submitted subsequently by the bidder on his own
regarding his technical bid shall be taken. However, clarification can be sought upto
the extent of clearing any doubt on the documents already submitted online.

4.4 Joint Ventures are permitted to bid for the work as defined in the Appendix to ITB. Bids
submitted by a Joint Venture (JV) shall comply with the following requirements:

a. There shall be a Joint Venture Agreement (as per the format given in Section-
7) specific for these contract packages between the constituent firms, indicating
clearly, amongst other things, the proposed distribution of responsibilities both
financial as well as technical for execution of the work amongst them. For the
purpose of this clause, the most experienced lead partner will be the one
defined. A copy of the Joint Venture agreement shall be submitted before any
award of work could be finalized.

b. The bid, and in the case of the successful bidder, the Form of Agreement, etc.,
shall be signed and / or executed in such a manner as may be required for
making it legally binding on all partners (including operative parts of the
ensuing Contract in respect of Agreement of Arbitration, etc.). On award of
work, the Form of Agreement and Contract Documents shall be signed by all
partners of the Joint Venture to conclude Contract Agreement.

c. Lead partner shall be nominated as being partner-in-charge; and this


authorization shall be evidenced by submitting a power of attorney signed by
the legally authorized signatories of all the partners.

d. The partner-in-charge shall be authorized to incur liabilities and to receive


instructions for and on behalf of the partners of the Joint Venture, whether
jointly or severally,and entire execution of the Contract (including payment)
shall be carried out exclusively through the partner-in-charge. A copy of the said
authorization shall be furnished in this Bid.

e. All partners of the Joint Venture shall be liable jointly and severally for the
execution of the Contract in accordance with the Contract terms, and a relevant

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 11 of 287


Irrigation & Water Resources Department
statement to this effect shall be included in the authorization mentioned under
sub clause I above as well as in the Form of Tender and the Form of Agreement
(in case of a successful bidder).

f. In the event of default by any partner, in the execution of his part of Contract,
the Employer shall be so notified within 30 days by the partner-in-charge, or in
the case of the partner-in-charge being the defaulter, by the partner nominated
as partner-in-charge of the remaining Joint Venture. The partner-in-charge shall,
within 60 days of the said notice, assign the work of the defaulting partner to
any other equally competent party acceptable to the Employer to ensure the
execution of that part of the Contract, as envisaged at the time of bid. Failure to
comply with the above provisions will make the Contractor liable for action by
the Employer under the Conditions of Contract. If the Most Experienced i.e.
Lead Partner defined as such in the Communication approving the qualification
defaults, it shall be construed as default of the Contractor and Employer will
take action under the Conditions of Contract.

g. Not with standing the permission to assigning the responsibilities of the


defaulting partner to any other equally competent party acceptable to the
Employer as mentioned in sub clause (f) above, all the partners of the Joint
Venture will retain the full and undivided responsibility for the performance of
their obligations under the Contract and/ or for satisfactory completion of the
Works.

h. The bid submitted shall include all the relevant information as required under
the provisions of Sub-Clause 4.5 D of ITB and furnished separately for each
partner.

4.5 Qualification Criteria [applicable as per cost of work put to tender]

4.5A To qualify for award of the contract, each bidder in its name should have :-

i) Minimum average annual financial turnover (as certified by the Chartered


Accountant) during the last three years, ending 31st March of the previous financial
year, should not be less than 30% of the value of work. The turn over shall be
updated to price level of the last financial year at the rate of 8% per year
compounded yearly.

ii) Experience of having successfully completed or substantially completed similar


works (i.e. road/bridge/building works/airport runway/PHED/ IWRD works/) as
applicable for that type of tender during the last seven years ending last day of
month previous to the one in which bids are invited should be either of the
following:-
(a) Three similar works each costing not less than 40% of the value of work.
or
(b) Two similar works each costing not less than 50% of the value of work.
or
(c) One similar work costing not less than 80% of the value of work.

The amount of works shall be updated to price level of the last financial year at the rate of
8% per year compounded yearly.

Note 1:- The works may have been executed by the applicant as Prime contractor or as a member
of Joint Venture As contractor, he should have acquired the experience of execution of all major

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 12 of 287


Irrigation & Water Resources Department
items of works under the proposed contract. In case a project has been executed by a Joint Venture,
the turnover or experience shall be evaluated in proportion to their participation of the Joint
Venture. In case of experience as a sub contractor, the certificate from the Principal Employer
shall have to be furnished.

Note 2:- Substantially completed works means those works which are at least 95% completed as
on the date of submission (i.e. gross value of work done upto the last date of submission is 95% or
more of the original contract price or enhanced contract price as the case may be) and continuing
satisfactorily.

Note 3:-Similar works means road work for road tender, building work for building tender, bridge
work for bridge tender and so on.
For these, a certificate from the employer shall be submitted along with qualification
information clearly mentioning the name of work, Contract Value, billing amount. Date of
commencement of works, satisfactory performance of the Contractor and any other relevant
information.

4.5 B Each bidder must produce:

(i) An affidavit (format affidavit to be attached) in the prescribed format


given in this document in Section 7. The affidavit should be of a date later
then the date of calling of tender; and
(ii) Such other certificates as defined in the Appendix to ITB. Failure to
produce the certificates shall make the bid non-responsive.

4.5 C To qualify for a package of contracts made up of this and other contracts for which
bids are invited in the Notice Inviting Tender, the bidder must demonstrate having
experience and resources sufficient to meet the aggregate of the qualifying criteria for
the individual contracts.

4.5 D If bidder is a Joint Venture, the partners would be limited to three (including lead
partner). Joint Venture firm shall be jointly and severally responsible for completion
of the project. Joint Venture must fulfill the following minimum qualification
requirement.

i. The lead partner shall meet not less than 50% of qualification criteria given in
sub-clause 4.5 A (i) & (ii) of ITB above.

ii. Each of the remaining partners shall meet not less than 25% of all the criteria
given in sub-clause 4.5 A (i) & (ii) of ITB above.

iii. The Joint Venture must also collectively satisfy the subject of the criteria of
Clause 4.5 B and 4.5 C of ITB for this purpose the relevant figures for each of the
partners shall be added together to arrive at the Joint Venture total capacity
which shall be 100% or more.

iv. In the event that the Employer has caused to disqualify under Clause 4.7 of
ITB below all of the Joint Venture partners will be disqualified.

v. Joint Venture Applicants shall provide a certified copy of the Joint Venture
Agreement in demonstration of the partners undertaking joint and several
liabilities for the performance of any contract entered into before award of work.

vi. The available bid capacity of the JV as required under Clause 4.6 of ITB below will

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 13 of 287


Irrigation & Water Resources Department
be applied for each partner to the extent of his proposed participation in the
execution of the work. The total bid capacity available shall be more than
estimated contract value.
vii. The Sub-Contractors’ experience and resources shall not be taken into account in
determining the bidder’s compliance with the qualifying criteria.

4.5. E Any other requirement as specified elsewhere in the ITB.

4.6 Bidders who meet the minimum qualification criteria will be qualified only if their
available bid capacity for construction work is equal to or more than the total bid
value.The available bid capacity will be calculated as under:

Assessed Available Bid Capacity = (A*N*2- B) Where

A = Maximum value of financial turnover (as certified by the Charted Accountant) in


any one year during the last three years (updated to price level of the last financial
year at the rate of 8% per year compounded yearly).

N = Number of years prescribed for completion of the works for which bids are invited
(period up to 6 months to be taken as ½ and more than 6 months as 1 in a year).

B = Value, at the current price level (compounded yearly @8% per year), of existing
commitments and on-going works to be completed during the period of
completion of the works for which bids are invited.

4.7 Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified if they have:

· made misleading or false representations in the forms, statements, affidavits


and attachments submitted in proof of the qualification requirements; and/or
· record of poor performance such as abandoning the works, not properly
completing the contract, inordinate delays in completion, litigation history, or
financial failures etc: and/or.
· participated in the previous bidding for the same work and had quoted
unreasonably high bid prices and could not furnish rational justification to the
employer.

5. One Bid per Bidder

5.1 Each Bidder shall submit only one Bid for one work. A Bidder who submits more than one
Bid for one work will cause the proposals with the Bidder's participation to be disqualified.

6. Cost of Bidding

6.1 The Bidder shall bear all costs associated with the preparation and submission of his Bid,
and the Employer will, in no case, be responsible or liable for those costs.

7. Site Visit

7.1 The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine
the Site of Works and its surroundings and obtain all information that may be necessary for
preparing the Bid and entering into a contract for construction of the Works. The costs of visiting
the Site shall be at the Bidder’s own expense. The Bidder acknowledges that prior to the
submission of the bid, the Bidder/Contractor has, after a complete and careful examination, made
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 14 of 287


Irrigation & Water Resources Department
an independent evaluation of the Scope of the Project, Specifications and Standards of design,
construction and maintenance, Site, local conditions, physical qualities of ground, subsoil and
geology, suitability and availability of access routes to the Site and all information provided by the
Employer or obtained, procured or gathered otherwise, and has determined to its satisfaction the
accuracy or otherwise thereof and the nature and extent of difficulties, risks and hazards as are
likely to arise or may be faced by it in the course of performance of its obligations hereunder. The
Employer makes no representation whatsoever, express, implicit or otherwise, regarding the
accuracy, adequacy, correctness, reliability and/or completeness of any assessment assumptions,
statement or information provided by it and the Bidder confirms that it shall have no claim
whatsoever against the Employer in this regard.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 15 of 287


Irrigation & Water Resources Department

B. BIDDING DOCUMENTS
8. Content of Bidding Documents

8.1 The set of bidding documents comprises the documents listed below and addenda issued in
accordance with Clause 10 of ITB.

1. Detail Notice Inviting Tender

2. Instructions to Bidders including Appendix to bid

3. Qualification Information and other forms

4. Conditions of Contract (Part I General Conditions of Contract, and Contract Data;


Part II Special Conditions of Contract)

5 Technical Specifications

6 Drawings

7 Bill of Quantities

8 Form of Acceptance, Form of Agreement, Issue of Notice to Proceed with the


Work,

9 Forms of Securities and Form of Unconditional Bank Guarantee.

8.2 The bidder is expected to examine carefully all instructions, conditions of contract, contract
data, forms, terms and specifications, bill of quantities, forms and drawings in the Bid Document.
Failure to comply with the requirements of Bid Documents shall be at the bidder’s own risk.
Pursuant to clause 26 hereof, bids, which are not substantially responsive to the requirements of
the Bid Documents, shall be rejected.

9. Clarification of Bidding Documents and Pre-bid Meeting

9.1 A prospective bidder requiring any clarification of the bidding documents may notify the
Employer in writing or through email at the Employer’s address indicated in the invitation to bid.
The Employer will respond to any request for clarification which he receives earlier than 10 days
prior to the deadline for submission of bids. Copies of the Employer’s response will be put on
website including a description of the enquiry but without identifying its source.

9.2 If a pre-bid meeting is to be held, the bidder or his authorized representative is invited to
attend it. Its date, time and address are given in the Appendix to ITB.

9.3 The purpose of the meeting will be to clarify issues and to answer questions on any matter
that may be raised at that stage.

9.4 Minutes of the meeting, including the text of the questions raised (without identifying the
source of the enquiry) and the responses given will be uploaded for information of the public or
other bidders. Any modifications of the bidding documents listed in Clause 8.1 of ITB, which may
become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively
through the issue of an Addendum pursuant to Clause 10 of ITB and not through the minutes of
the pre-bid meeting.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 16 of 287


Irrigation & Water Resources Department

9.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.

10. Amendment of Bidding Documents

10.1 Before the deadline for submission of bids, the Employer may modify the bidding
documents by issuing corrigendum.

10.2 Any addendum/corrigendum thus issued shall be part of the bidding documents and put on
website only and shall be deemed to have been communicated to all the bidders. The Employer
will assume no responsibility in this regard.

10.3 To give prospective bidders reasonable time in which to take an addendum into account in
preparing their bids, the Employer shall extend, as necessary, the deadline for submission of bids,
in accordance with Clause 20.2 of ITB.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 17 of 287


Irrigation & Water Resources Department

C. PREPARATION OF BIDS

11. Language of Bid

11.1 All documents relating to the Bid shall be in English language.

12. Documents Comprising the Bid

12.1 The Bid submitted by the Bidder shall be in two separate parts:

Part I Technical bid This shall be named Technical Qualification Part of Bid and shall comprise
of:

i) The cost of the bidding documents.

ii) The Earnest money in any of the forms as specified in clause 16 of ITB or
Earnest Money declaration form specified in Section-7 as applicable.

iii) Authorized address and contact details of the Bidder having the following
information:
a. Address of communication:
Telephone No.(s):
Office:
Mobile No.:

b. Facsimile (FAX) No.:

c. Electronic Mail Identification (E-mail ID):

iv) Qualification information, supporting documents as specified in ITB.

v) Any other information/documents required to be completed and submitted by


bidders, as specified in the Appendix to ITB, and

vi) Scanned copy of the affidavit (on the format given in Section 7 of bid
document).

Part II. Financial Bid:- It shall be named Financial Bid and shall comprise of:

(i) Priced bill of quantities for items specified in Section 6;

12.2 The following documents, which are not submitted with the bid, will be deemed to be part
of the bid.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 18 of 287


Irrigation & Water Resources Department

Section Particulars
1. Detail Notice Inviting Tender
2. Instructions to Bidders
3. Conditions of Contract
4. Contract Data
5. Technical Specifications
6. Drawings
13. Bid Prices

13.1 The Contract shall be for the whole Works, as described in Clause 1.1 of ITB, based on
the priced Bill of Quantities submitted by the Bidder.

13.2 For item rate tenders, the bidder shall fill in item rate at its appropriate place in figures.
Items for which no rate or price is entered by the bidder will not be paid for by the employer. Such
item, where the bidder does not quote the price or leaves it blank, will be treated as item to be
executed free of cost item from the contractor.

13.3 For percentage rate tender, the bidder shall make its due diligence and quote a single
percentage above or below HSR items including any premium if applicable and individual rate for
NS items which are in the BOQ but not in HSR. NS Items in the BOQ, for which no rate or price is
entered by the bidder will not be paid for by the Employer and considered as nil rate items.

13.4 All duties, taxes (excluding GST) , royalties, compensation, cost and other levies payable
by the Contractor under the Contract or to execute item(s) of work or for any other cause,
shall be included in the rates, prices, and total Bid price submitted by the Bidder online.
The GST amount shall be reimbursed on production of proof of deposit of GST with Govt.
for the previous payment.

13.5 The rates and prices quoted by the bidder are subject to adjustment during the performance
of the Contract in accordance with the provision of Clause 42 A of the Conditions of
Contract.

14. Currencies of Bid

14.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees.

15. Bid Validity


15.1 Online Bids shall remain valid for a period of not less than 120 days after the deadline date
for bid submission specified in ITB. A bid valid for a shorter period shall be rejected by the
Employer as non-responsive.

15.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may
request that the bidders may extend the period of validity for a specified additional period. The
request and the bidders’ responses shall be made in writing or by email. A bidder may refuse the
request without forfeiting his Earnest money. A bidder agreeing to the request will not be required
or permitted to modify his bid, but will be required to extend the validity of his Earnest money for
a period of the extension, and in compliance with Clause 16 of ITB in all respects.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 19 of 287


Irrigation & Water Resources Department
16. Earnest money and Earnest money declaration Form

16.1. The Bidder who does not have contractor id on HEWP can not participate in tendering
process. Bidders who have contractor ID but have not registered on HEWP can participate in
tendering process by paying the earnest money through online payment on the portal. Bidders who
have contractor Id and are registered on HEWP and also have deposited one time deposit are
eligible for participation in the tender by annexing bid specific Earnest Money Declaration Form
generated from HEWP.

16.2. The bidder who is registered as contractor with Haryana Government and is
availing the exemption available for earnest money, shall upload bid specific
Earnest Money Declaration form duly downloaded from HEWP.

16.3 Any bid from the registered bidders not accompanied by an acceptable Earnest
Money Declaration form (in case exemption is availed) as above or not secured as
indicated in Sub-Clauses 16.1 above shall be rejected by the Employer as non-
responsive.

16.4. The successful bidder shall be de-registered with forfeiture of his/its one time
deposit of EMD exemption amount on HEWP and further barred from participation
in future bidding for a period of 2 years, in case of failure to submit the
Performance Bank Guarantee as per Clause 34 of this document.

17. Alternative Proposals by Bidders

17.1 Bidders shall submit offers that comply with the requirements of the bidding documents,
including the Bill of Quantities and the basic technical design as indicated in the drawings and
specifications. Conditional offer or alternative proposals will be rejected as non-responsive.

18. Format and Signing of Bid


Deleted

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 20 of 287


Irrigation & Water Resources Department

D. ONLINE SUBMISSION OF BIDS

19. Bidding through E-Tendering System

Instructions to bidder on Electronic Tendering System

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

19.1 Registration of bidders on eProcurement Portal:-

All the bidders intending to participate in the tenders processed online are required to get registered
on the centralized e – Procurement Portal i.e. https://etenders.hry.nic.in. Please visit the website for
more details.

19.2 Obtaining a Digital Certificate:

19. 2.1 The Bids submitted online should be encrypted and signed electronically with a Digital
Certificate to establish the identity of the bidder bidding online. These Digital Certificates are
issued by an Approved Certifying Authority, by the Controller of Certifying Authorities,
Government of India.

19.2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s PAN
Card) and Address proofs and verification form duly attested by the Bank Manager / Post Master /
Gazetted Officer. Only upon the receipt of the required documents, a digital certificate can be
issued. For more details please visit the website – https://etenders.hry.nic.in.

19.2.3 The bidders may obtain Class-II or III digital signature certificate from any Certifying
Authority or Sub-certifying Authority authorized by the Controller of Certifying Authorities or
may obtain information and application format and documents required for the issue of digital
certificate from the authority.

19.2.4 The bidder must ensure that he/she comply by the online available important guidelines at
the portal https://etenders.hry.nic.in for Digital Signature Certificate (DSC) including the e-Token
carrying DSCs.
19.2.5 Bid for a particular tender must be submitted online using the digital certificate (Encryption
& Signing), which is used to encrypt and sign the data during the stage of bid preparation. In case,
during the process of a particular tender, the user loses his digital certificate (due to virus attack,
hardware problem, operating system or any other problem) he will not be able to submit the bid
online.

Hence, the users are advised to keep a backup of the certificate and also keep the copies at safe
place under proper security (for its use in case of emergencies).

19.2.6 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-objection
certificate/power of attorney /lawful authorization to that User. The firm has to authorize a specific
individual through an authorization certificate signed by all partners to use the digital certificate as
per Indian Information 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 in the department
tenders as per Information Technology Act 2000. The digital signature of this authorized user will
be binding on the firm.
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 21 of 287


Irrigation & Water Resources Department

19.2.7 In case of any change in the authorization, it shall be the responsibility of management /
partners of the firm to inform the certifying authority about the change and to obtain the digital
signatures of the new person / user on behalf of the firm / company. The procedure for application
of a digital certificate however will remain the same for the new user.

19.2.8 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.

19.3 Pre-requisites for online bidding:

In order to bid online on the portal http://etenders.hry.nic.in, the user machine must be
updated with the latest Java & DC setup. The link for downloading latest java applet & DC setup
are available on the Home page of the e-tendering Portal.

19.4 Online Viewing of Detailed Notice Inviting Tenders:

The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the
tenders floated through the single portal e-Tender system on the Home Page at
http://etenders.hry.nic.in

19.5 Download of Tender Documents:

The tender documents can be downloaded free of cost from the e-Tender portal
http://etenders.hry.nic.in

19.6 Key Dates:

The bidders are strictly advised to follow dates and times as indicated in the online Notice
Inviting Tenders. The date and time shall be binding on all bidders. All online activities are time
tracked and the system enforces time locks that ensure that no activity or transaction can take place
outside the start and end dates and the time of the stage as defined in the online Notice Inviting
Tenders.

19.7 Online Payment of eService fee & Bid Preparation & Submission (PQQ/ Technical &
Commercial /Price Bid):

i) Online Payment e-Service fee:

The online payment for eService fee can be done using the secure electronic payment
gateway by bidders/ Vendors online directly through Debit Cards & Internet Banking Accounts.
The secure electronic payments gateway is an online interface between contractors and Debit card /
online payment authorization networks.

ii) PREPARATION & SUBMISSION Of online APPLICATIONS/BIDS:

Detailed Tender documents may be downloaded from e-Tenders website


(http://etenders.hry.nic.in) and tender mandatorily be submitted online.
Scan copy of Documents to be submitted/uploaded for Prequalification or Technical bid under
online. The required documents (refer to DNIT) shall be prepared and scanned in different file
formats (in PDF /JPEG/MS WORD format such that file size is not exceed more than 10 MB)
and uploaded during the on-line submission of Technical Bid.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 22 of 287


Irrigation & Water Resources Department
FINANCIAL or Price Bid PROPOSAL shall be submitted mandatorily online in the Excel Format.

19.8 ASSISTANCE TO THE BIDDERS:-

In case of any query regarding process of e-tenders and for undertaking training purpose,
the intended bidder can also avail the following and can contact service provider as per below:

Office Timings of Help-desk support for Single e-TenderPortal of Government of


Haryana- Technical Support Assistance will be available over telephone Monday to Friday (09:00
am. To 5:00 pm) 0172-2700275 also contact to help desk team of Delhi (24 x 7) as given below
0120-4001002
0120-4200462
0120-4001005
0120-6277787
All queries would require to be registered at our official email support as under (only those
queries which are sent through email along with appropriate screen shots or error description will
be considered as registered with the Help-desk)

(a) Technical:– Support e proc (at) nic (dot) in


(b) Policy Related:- cppp-doc(at) nic (dot) in

Important Note:-

(a) Any intending bidder can contact the helpdesk on or before prior to 4 hours of the
scheduled closing date &time of respective Tender event.
(b) For queries pertaining to e-Payment, please contact the help desk atleast 2 business days
prior to the closing date&time of Tender event.
(c) Help-desk support will remain closed during lunch break i.e. from 1:30 PMupto 2:15 PM
on each working day.

Schedule for Training

Haryana e-Tender Help Desk Office will remain closed on Saturday, Sunday and National
Holidays.

NOTE:- Bidders participating in online tenders shall check the validity of his/her Digital
Signature Certificate before participating in the online Tenders at the portal
http://etenders.hry.nic.in.
For help manual please refer to the ‘Home Page’ of the e-Tender website at
https://etenders.hry.nic.in and click on the available link ‘How to ...? to download the file.

20. Deadline for Submission of Bids

20.1 Complete Bids in two parts as per clause 19 above must be submitted by the Bidder online
not later than the date and time indicated in the Appendix to ITB.

20.2 The Employer may extend the deadline for submission of bids by issuing an amendment in
accordance with Clause 10.3 of ITB. In such case all rights and obligations of the Employer and
the bidders previously subject to the original deadline will then be subject to the new deadline.

21. Late Bids

21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be
returned unopened to the bidder.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 23 of 287


Irrigation & Water Resources Department

22. Withdrawal or modification

22.1 No bid shall be modified or withdrawn after the deadline of submission of bids.

22.2 Withdrawal or modification of a bid between the deadline for submission of bids and the
expiration of the original period of bid validity specified in clause 15.1 above or as extended
pursuant to Clause 15.2 may result in the forfeiture of the Earnest money pursuant to Clause 16 or
invite action as per Earnest Money declaration undertaking.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 24 of 287


Irrigation & Water Resources Department

E. Bid Opening and Evaluation

23. Bid Opening

23.1 The Employer inviting the bids or its authorized representative will open the bids online in
the presence of the bidders or their representatives who choose to attend at time, date and the place
specified in Appendix to ITB. The bids shall be evaluated by committee generated online by the
system.

23.2 In the event of the specified date for the Opening of bids being declared a holiday for the
Employer, the Bids will be opened at the appointed time and location on the next working day.

23.3 The file containing the Part-I of the bid will be opened first.

23.4 The amount, form and validity of the cost of bidding document and earnest money
furnished with each bid will be announced. If the cost of bidding document and earnest money
furnished does not conform to the amount and validity period as specified in the Invitation for Bid,
and has not been furnished in the form specified in Clause 16, the remaining technical bid will not
be opened and will be disqualified for opening of financial bid. Similarly for registered bidders, bid
not accompanied by the Earnest Money declaration form, shall be rejected and technical bid will
not be opened.

23.5 The Employer will also prepare minutes of the Bid opening, including the information
disclosed in accordance with Clause 23.4 of ITB.

23.6
(i) Subject to confirmation of the earnest money, the bids accompanied with valid earnest
money/earnest money declaration form will be taken up for evaluation with respect to the
Qualification Information and other information furnished in Part I of the bid pursuant to Clause
12.1.

(ii) The technical bid will be evaluated on the basis of the documents submitted online by the
bidder and no modification of his technical bid will be sought from the bidder. No cognizance of
the documents submitted subsequently by the bidder on his own regarding his technical bid shall be
taken. However, clarification can be sought upto the extent of clearing any doubt the documents
already submitted online.

(iii) The bidders will respond in not more than 7 days of issue of the clarification letter, which
will also indicate the date, time and venue of opening of the Financial Bid.

(iv) Immediately, on receipt of these clarifications the Evaluation Committee will finalize the
list of responsive bidders whose financial bids are eligible for consideration.

23.7 The Employer shall hoist the result of technical evaluation of bids alongwith the reasons for
rejection of Part-I of the bid (Technical bid) on the website. Thereafter, the employer shall wait for
7 days before opening the financial bid of the qualified bidders so as to give the disqualified
bidders and opportunity to avail, if they so desire, any remedy available under the Law.

23.8 Part II (Financial Bid) of bids of only those bidders will be opened online, who have
qualified in Part I of the bid. The bidders’ names, the Bid prices, the total amount of each bid, and
such other details as the Employer may consider appropriate will be notified by the Employer at
the time of bid opening.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 25 of 287


Irrigation & Water Resources Department
23.9 The Employer shall prepare the minutes of the online opening of Part-II of the Bids.

24 Process to be Confidential

Information relating to the examination, clarification, evaluation, and comparison of bids


and recommendations for the award of a contract shall not be disclosed to bidders or any other
persons not officially concerned with such process until the award to the successful Bidder has
been announced. Any attempt by a Bidder to influence the Employer’s processing of bids or award
decisions may result in the rejection of his Bid.

25 Clarification of Bids and Contacting the Employer

25.1 No Bidder shall contact the Employer on any matter relating to its bid from the time of the
bid opening to the time the contract is awarded except as specified in clause 25.3 here under. If
the bidder wishes to bring additional information to the notice of the Employer, it should do so in
writing.

25.2 Any attempt by the bidder to influence the Employer’s bid evaluation, bid comparison or
contract award decision may result in the rejection of his bid.

25.3 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his
discretion, ask any Bidder for clarification of his Bid, including breakdowns of unit rates. The
request for clarification and the response shall be in writing or by email, but no change in the price
or substance of the Bid shall be sought, offered, or permitted.

26. Examination of Bids and Determination of Responsiveness

26.1 During the detailed evaluation of “Part-I of Bids”, the Employer will determine whether
each Bid
(a) meets the eligibility criteria defined in Clauses 3 and 4;
(b) has been properly signed;
(c) is accompanied by the required securities; and
(d) is substantially responsive to the requirements of the bidding documents.

During the detailed evaluation of the “Part-II of Bids”, the responsiveness of the bids will be
further determined with respect to the remaining bid conditions, i.e., priced bill of quantities.

26.2 A substantially responsive “Financial Bid” is one which conforms to all the terms,
conditions, and specifications of the bidding documents, without material deviation or reservation.
A material deviation or reservation is one
(a) which affects in any substantial way the scope, quality, or performance of the Works;
(b) which limits in any substantial way, inconsistent with the bidding documents, the
Employer’s rights or the Bidder’s obligations under the Contract; or
(c) whose rectification would affect unfairly the competitive position of other bidders
presenting substantially responsive bids.

26.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may not
subsequently be made responsive by correction or withdrawal of the non-conforming deviation or
reservation.

27. Correction of Errors.

27.1. “Financial Bids” determined to be substantially responsive will be checked by the


‘Employer’ for any errors. Errors will be corrected by the Employer as follows:

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 26 of 287


Irrigation & Water Resources Department
(a) Where there is a discrepancy between the unit of any item mentioned
in BOQ, from that in HSR, the unit mentioned in HSR shall prevail
and the total resulting from multiplying the quoted rate by the
quantity, shall be taken in to account.

27.2. The amount stated in the “Financial Bid” will be corrected by the Employer in accordance
with the above procedure and the bid amount adjusted in the following manner.

(a) If the Bid price increases as a result of these corrections, the


amount as stated in the bid will be the ‘bid price’ and the increase
will be treated as rebate;
(b) If the bid price decreases as a result of the corrections, the
decreased amount will be treated as the ‘bid price’.

28. Adjusted in bid price pursuant to clause 27 above, shall be considered as binding upon the
Bidder. If the Bidder does not accept the corrected amount the Bid will be rejected, and action as
per provisions of Earnest Money Declaration Form shall be initiated or Earnest Money shall be
forfeited as applicable.

29. Evaluation and Comparison of Bids

29.1 The Employer will evaluate and compare only the bids determined to be substantially
responsive in accordance with Clause 26 of ITB.

29.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price
by adjusting the Bid Price as follows:
(a) adjustments to reflect discounts or other price offered in Financial bid submitted online.

29.3 If the Bid of the successful Bidder is seriously unbalanced in relation to the
Engineer’s estimate of the cost of work to be performed under the contract, the Employer may
require the Bidder to produce detailed price analysis for any or all items of the Bill of Quantities, to
demonstrate the internal consistency of those prices. After evaluation of the price analysis, the
Employer may require that the amount of the Performance Security set forth in Clause 34 of ITB
be increased at the expense of the successful Bidder to a level sufficient to protect the Employer
against financial loss in the event of default of the successful Bidder under the Contract. The
amount of the increased Performance Security shall be decided at the sole discretion of the
Employer, which shall be final, binding and conclusive on the bidder. The amount of additional
performance security shall be equal to an amount arrived at as below: -

(i) If the Bid price offered by the contractor is negatively unbalanced upto the 10% of the
estimated project cost (as per analytical rates / N.S. rates).

In such cases no additional performance security shall be taken from the successful bidder;

(ii) If the bid price offered by the contractor is negatively unbalanced below 10% and upto 20%
of the estimated project cost (as per analytical rates / N.S. Rates): -

In such case, Additional performance security shall be calculated @ 20% of the {(% below
quoted by the contractor – 10%) of the estimated cost of the project};

(iii) If the bid price offered by the contractor is further negatively unbalanced below 20% of the
estimated project cost (as per analytical rates / N.S. Rates): -

In such case, the Additional performance security shall be calculated @ 30% of the {(%

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 27 of 287


Irrigation & Water Resources Department
below quoted by the contractor – 10%) of the estimated cost of the project};

(iv) 20% of the total unbalanced amount of all the seriously unbalanced items (i.e. unbalanced by
more than 40% of the estimated amount of that particular item/items).

Out of (i), (ii), (iii) and (iv) above Whichever is higher is to be deposited by the successful
bidder.

29.4 Validity of above Additional performance Security shall be valid until a date 28 days from
the date of issue of the certificate of completion.

29.5 The Employer reserves the right to accept or reject any variation or deviation. Variations
and deviations and other factors, which are in excess of the requirements of the Bidding documents
or otherwise result in unsolicited benefits for the Employer, shall not be taken into account in Bid
evaluation.

29.6 The estimated effect of the price adjustment conditions under Clause 47 of the Conditions
of Contract, during the period of implementation of the Contract, will not be taken into account in
Bid evaluation.

30. The agency/Bidder to whom the work is allotted shall be paid lowest of the following in the
running/final bills.

i) Amount calculated with the accepted rates of lowest agency.


ii) Amount worked out with the accepted percentage above/below HSR+CP/analytical
rates/ NS item rates, worked out in financial statement. Financial statement will be
made a part of agreement.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 28 of 287


Irrigation & Water Resources Department

F. AWARD OF CONTRACT

31. Award Criteria

31.1 Subject to Clause 32 of ITB, the Employer will award the Contract to the Bidder whose Bid
has been determined:

(i) To be substantially responsive to the bidding documents and who has offered the
lowest evaluated Bid price and

(ii) To be within the available bid capacity adjusted to account for his bid price which is
evaluated the lowest in any of the packages opened earlier than the one under
consideration. In no case, the contract shall be awarded to any bidder whose available
bid capacity is less than the evaluated bid.

32. Employer’s Right to Accept any Bid and to Reject any or all Bids

32.1 Notwithstanding Clause 31 above, the Employer reserves the right to accept or reject any
Bid, and to cancel the bidding process and reject all bids, at any time prior to the award of
Contract, without thereby incurring any liability to the affected Bidder or bidders or any obligation
to inform the affected Bidder or bidders of the grounds for the Employer’s action.

33. Notification of Award and Signing of Agreement

33.1 The bidder whose Bid has been accepted will be notified of the award by the Employer
prior to expiration of the Bid validity period by email confirmed by registered letter. This letter
(hereinafter and in the Part I General Conditions of Contract called the “Letter of Acceptance”)
will state the sum that the Employer will pay to the Contractor in consideration of the execution,
completion and maintenance of the works, by the Contractor during defect liability period as
prescribed by the Contract (hereinafter and in the Contract called the“Contract Price”).

33.2 The notification of award will constitute the formation of the Contract, subject only to the
furnishing of a Performance Security in accordance with the provisions of Clause 34.

33.3 The Agreement will incorporate all agreements between the Employer and the successful
Bidder. It will be signed by the Employer and the successful Bidder after the Performance Bank
Security is furnished.

33.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer
will promptly notify the other Bidders that their Bids have been unsuccessful.

33.5 Upon the furnishing by the successful Bidder of the Performance Security, the Employer
shall issue the letter to proceed with the work.

33.6 If the lowest tenderer (L-1) backs out, his earnest money shall be forfeited or action as per
conditions of Bid Security Declaration Form shall be initiated. The agency will be de-barred for
giving tenders for two year and the second lowest tenderer (L-2), third lowest tenderer (L-3) in
order of sequence, may be called upon to bring his offer to the same level as the originally first
lowest tenderer. In the event of their refusal to do so, tenders shall be recalled. In case of great
urgency, authority competent to accept the tender may authorize call of limited or short notice
tenders.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 29 of 287


Irrigation & Water Resources Department

34. Performance Security


34.1.a) Within 15 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to
the Employer a Performance Security in any of the forms given below for an amount equivalent to
5% of the Contract price plus additional security for unbalanced Bids in accordance with Clause
29.3 of ITB and Conditions of Contract:

A Bank Guarantee in the form given in Section 7/FDR in the name of Executive Engineer
concerned. Performance bank guarantee shall be valid until a date 45 days after the expiry of
Defect Liability-cum-Maintenance Period.

b) As per Haryana Govt. Co-operation Department Notification No. 8366-C-7-2016/13818


dated 08.12.2016, the performance security for Co-operative Labour and Construction Societies
shall be half of the performance security applicable to contractors for works upto any value. In case
of the Cooperative Labour and Construction Societies consisting of all women members or all SC
members the performance security will be 25% of the performance security applicable to
contractor.`

34.2 If the performance security is provided by the successful Bidder in the form of a Bank
Guarantee/FDR, it shall be issued either (a) at the Bidder’s option, by a Nationalized/Scheduled
Indian Bank or (b) by a foreign bank located in India and acceptable to the Employer.

34.3 Failure of the successful Bidder to comply with the requirements of Sub-Clause 34 shall
constitute sufficient grounds for cancellation of the award and forfeiture of the Earnest
money/action due as per Earnest Money declaration. The bidder shall also be debarred for period
of 2 year from participation in tenders in any of the Departments/Boards/Corporations etc. of
Haryana Government. If the work of is an urgent nature and cannot brook delay involved in re-
tendering, the remaining tenderers shall be offered the lowest approved rates. If more than one
tenderer turns up, then preferences shall be given to the tenderer graded according to the rates
quoted in the first instance.

34.4 Whenever the work value is enhanced on account of variation in quantities / change of scope
of work during the execution, beyond 10% above the original agreement amount, the contractor
shall be required to submit the additional Performance Security in the form of Bank Guarantee @
5% of the enhanced value of contract with the same validity as applicable to the original
Performance Security and a supplementary agreement for the revised work value shall be signed
with the department which shall also define the mile stones as well as revised intended completion
date.The contractor shall deliver additional Performance Security within 21 days of receipt of
request in this regard from the employer.

Illustration:

Original Amount of Enhancement Amount after Additional Performance


agreement enhancement
Rs 1,00,000.00 Rs 10,000.00 1,10,000.00 Nil
Rs 1,00,000.00 Rs 15,000.00 1,15,000.00 5% of Rs 15,000.00

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 30 of 287


Irrigation & Water Resources Department

34.5 Failure of the contractor to submit a valid additional Performance Bank Guarantee @ 5% of
the enhanced value of contract as above shall invite similar penalties as prescribed for non-
submission of original Performance Security. The time control on the revised work shall
also be monitored and implemented on pro-rata basis as per the clauses applicable to the
original work.

35. Advances
The Employer will provide Advances as stipulated in the conditions of contract, subject to
maximum amount, as stated in the Contract Data.

36. Corrupt or Fraudulent Practices

36.1 The ‘Employer’ will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in corrupt or fraudulent practices in competing for the
contract in question and will declare the firm ineligible, either indefinitely or for a stated period of
time; to be awarded a contract by Haryana Government in any of
Departments/Boards/Corporations etc.

36.2 The successful bidder shall be required to sign an Integrity Pact as provided in Section 7.

36.3 The Employer requires the Bidders/Contractors to strictly observe the laws against fraud
and corruption in force in India, namely, Prevention of Corruption Act, 1988.

37. Debarring

If a registered but unverified bidder submits Financial Bid online but he/it fails to submit the
Earnest Money instruments in physical form by 5:00 pm with the Executive Engineer on the last
date of submission of this tender, he / it shall be blacklisted for participation in the bidding in all
future tenders floated by any of Department/Boards/Corporations etc. of Government of Haryana,
for a period of 2 years

38. Completion of work

The agency to whom the work is allotted shall complete the entire work as per drawings
irrespective of quantities in the DNIT. The agency is bound to consult the drawings before
tendering and tender the work accordingly. However, Clause 37 of GCC shall be applicable
on the varied quantities

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 31 of 287


Irrigation & Water Resources Department
39. Instructions
/ Special Qualification Requirements (Any other condition for execution of
works may also be added)

i. Condition for similar work as per clause 4.5A(ii) of bid document may be read as under in place of
existing clause (as mentioned in Approved CBD) :

Note 3:- Similar works means road work for road tender, building work for building tender, IWRD work
for IWRD tender and so on.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 32 of 287


Irrigation & Water Resources Department

Appendix to ITB

Instructions to Bidder Clause Reference


Sr. Description Value to be printed on system generated Clause No.
No. CBD
1. Authority Governor of Haryana [Cl.1.1] or Press
Notice/ DNIT
2. The Employer is Superintending Engineer [Cl.1.1] or Press
Designation: BWS Circle Notice/DNIT
Address: Sirsa
3. Name of authorized Executive Engineer Ghaggar Water Services [Cl.1.1]
Representative Division Sirsa
4. The Engineer is Executive Engineer [Cl.1.1]
Designation: Ghaggar Water Services Division
Address: Sirsa
5. The Intended Completion 16 Months 20 and Days [Cl.1.1, 17&27]
Date for the whole of the
Works is 16 Months 20
and Days after start of
work.
6. The Works is (Name of Estimate for bridge on river Ghaggar at RD [Cl.1.1]
the work) 31000 upstream Sirsa Bhatinda railway line
on village road farwain Kalan to Budhbhana
district Sirsa.
7. The jurisdiction of court is Sirsa [Cl.1.1]
8. The average annual 241.16 lacs [Cl.(4.5 A) (i)]
financial turn over amount (Rs. Rs.Two Crore forty one lacs sixteen
is thousand only )
9. Value of work is as under (i) Three works :- Rs 321.54 Lacs [Cl.(4.5 A) (ii)]
:- (ii) Two works :- Rs 401.93 Lacs
(iii) Single Work:- Rs 643.08 Lacs

For IWRD Works, similar nature works be


Similar Work:- considered as the works such as
construction/repair of dam, barrage, head/cross
regulators, cross drainage works, lining of
channels, bridges, falls, gated structures, pump
houses, escape regulators, river training works,
pipeline works etc.
10. Joint Ventures Not allowed [Cl.3.1,4.4]
11. The contact person is: Executive Engineer, Ghaggar Water [Cl.7.1]
Services Division
Address : Canal Colony Sirsa
Telephone No. 01666235721
12. Place, Time and Date for Place :- Executive Engineer Ghaggar Water [Cl.9.2]
pre-bid meeting are Services Division Sirsa
Time :- 11.00
Date :- 02/07/2024

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 33 of 287


Irrigation & Water Resources Department
Irrigation & Water Resources Department

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 34 of 287


Irrigation & Water Resources Department

Section-2
Qualification Information

Notes on Form of Qualification Information


The information to be filled in by bidders in the following pages will be used for purposes of post-
qualification as provided for in Clause 4 of the Instructions to Bidders. This information will not be
incorporated in the Contract. Attach additional pages as necessary.

1. Individual Bidders

1.1 Constitution or legal status of Bidder [attach copy]

Place of registration: _________________________________________

Principal place of business: _________________________________________

Power of attorney of signatory of Bid (if [attach]


required)

1.2 Total annual financial turnover of each (Rs. In lacs)


of the last three year duly certified by Year _________
Chartered Accountant Year _________
Year _________

1.3.1 Work performed as prime Contractor (in the same name and style) on construction works of a
similar nature and volume over the last Seven years. Attach certificate from the Engineer-in-charge.

Project Name of Description Value of Contract No Date of Stipulated Actual Date of Remarks
Name Employer of work contract Issue of date of Completion explaining
Work Order completion reasons for
delay, if any

1.3.2 Work performed as Sub-Contractor (in the same name and style) on construction works of a
similar nature and volume over the last Seven years. Attach certificate from Principal Employer
(Main Client).Attach legal document of agreement / subcontract, Form 26 AS of the sub-contractor.
Project Name of Description Value of Contract No Date of Stipulated Actual Date of Remarks
Name Employer of work contract Issue of date of Completion explaining
Work Order completion reasons for
delay, if any

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 35 of 287


Irrigation & Water Resources Department

1.3.3 Information on Bid Capacity (works for which bids have been submitted and works which are
ongoing and yet to be completed) as on the date of this bid.

Existing commitments and on-going construction works:

Descriptio Place & Contract No Name & Value of Stipulate Value of Anticipated
n State & Date Address Of Contract period of works Date of
of Work Employer (Rs.In lacs) completion remaining to completion
be
complete
(Rs.Lacs) *
(1) (2) (3) (4) (5) (6) (7) (8)

1.3.3 (A) Works for which bids already submitted:

Descriptio Place & Name& Estimated value Stipulated Date when Remarks, if any
n of works State Address of of works (Rs. in period of decision is
Employer lacs) completion expected

1 2 3 4 5 6 7

Note:- Here, any of the departments may specify the quantities of the work executed by the
bidder.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 36 of 287


Irrigation & Water Resources Department

Section 3
Conditions of Contract
Table of Contents
A. General 32. Correction of Defects
1. Definitions 33. Uncorrected Defects
2. Interpretation
3. Language and Law D. Cost Control
4. Engineer’s Decisions 34. Bill of Quantities
5. Delegation 35. Variations
37. Payments for Variations
6. Communications
38. Cash Flow Forecasts
7. Subcontracting 39. Payment Certificates
8. Other Contractors 40. Payments
9. Personnel 44. Compensation Events
10. Employer’s and Contractor’s Risks 45. Tax
11. Employer’s Risks 46. Currencies
12. Contractor’s Risks 47. Price Adjustment
13. Insurance 48. Retention Money
14. Site Investigation Reports 49. Liquidated Damages
15. Queries about the Contract Data 50. Advance Payment
16. Contractor to Construct theWorks and 51. Securities
do maintenance 52. Cost of Repairs
17.The Works to Be Completed bythe
Intended Completion Date E.Finishing the Contract
18. Approval by the Engineer 55. Completion of Construction and
19. Safety Maintenance
20. Discoveries 54. Taking Over
21. Possession of the Site 55. Substantial Completion
22. Access to the Site 56. Defect Liability
22A. Royalties 57. Final Account
23. Instructions 58. Operating and Maintenance Manuals
24. Dispute Redressal System 59. Termination
25. Arbitration 60. Payment upon Termination
61. Property
B. Time Control 62. Release from Performance
26. Programme
27. Extension of the IntendedCompletion Date F.Special Conditions of Contract
28. Delays Ordered by the Engineer
29. Management Meetings

C. Quality Control
30. Identifying Defects
31. Tests

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 37 of 287


Irrigation & Water Resources Department

Section 3
Part I General Conditions of Contract
A. General

1. Definitions

1.1 Terms which are defined in the Contract Data are not also defined in the Conditions ofContract
but keep their defined meanings. Capital initials are used to identify defined terms.

Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.

Compensation Events are those defined in Clause 40 hereunder.

The Completion Date is the date of completion of the Works as certified by the Engineer, in
accordance with Clause 48.1.

The Contract is the Contract between the Employer and the Contractor to execute, complete, and
maintain the Works. It consists of the documents listed in Clause 2.3.

The Contract Data defines the documents and other information which comprise the Contract.

The Contractor is a person or corporate body whose Bid to carry out the Works, including routine
maintenance, has been accepted by the Employer.

The Contractor's Bid is the completed bidding document submitted by the Contractor to the
Employer.

The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjustedin
accordance with the provisions of the Contract.

Days are calendar days; months are calendar months.

A Defect is any part of the Works not completed in accordance with the Contract or distressed
development in the work irrespective of any causes.

The Defect Liability-cum-Maintenance Periodis the period named in the contract Data and
calculated from the Completion Date.

The ‘Defect Liability-cum-Maintenance Period’ is without any payment for maintenance


activities.

The Defect Liability-cum-Maintenance Period Certificate is the certificate issued by Engineer,


after the Defect Liability-cum-Maintenance Period has ended and upon correction of Defects by the
Contractor.

The Maintenance means the activities required to be carried out for routine maintenance of road
relating to works covered in scope of work as per the agreement or enhanced agreement.

Drawings include calculations and other information provided or approved by the Engineer for the
execution of the Contract.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 38 of 287


Irrigation & Water Resources Department
The Employer is the party as defined in the Contract Data, who employs the Contractor to carry
out the Works, including routine maintenance. The Employer may delegate any or all functions to a
person or body nominated by him for specified functions.

The Engineer is the person named in the Contract Data (or any other competent person appointed
by the Employer and notified to the Contractor, to act in replacement of the Engineer) who is
responsible for supervising the execution of the Works and administering the Contract.

Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to construct
the Works.

The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance.

The Revised Contract Price is the Contract Price agreed after signing of a supplementary
agreement with the Employer.

The Intended Completion Date is the date on which it is intended that the Contractor shall
complete the Works. The Intended Completion Date is specified in the Contract Data. The Intended
Completion Date may be revised only by the Engineer by issuing an extension of time.

Materials are all supplies, including consumables, used by the Contractor for incorporation in the
Works.

Plant is any integral part of the Works that shall have a mechanical, electrical, electronic, chemical,
or biological function.

The Site is the area defined as such in the Contract Data.

Site Investigation Reports are those that were included in the bidding documents and are reports
about the surface and subsurface conditions at the Site.

Specification means the Specification of the Work included in the Contract and any modification
or addition made or approved by the Engineer. Specifications for Road and Bridge Works (Latest
Edition as on date of Tender) published by Ministry of Road Transport & Highways shall be
applicable or any or all other specifications/IS Codes applicable to a work.

The Start Date is given in the Contract Data. It is date when the Contractor shall commence
execution of the works. It does not necessarily coincide with any of the Site Possession Dates.

A Sub-Contractor is a person or corporate body who has a Contract with the Contractor to carry
out a part of the construction work in the Contract, which includes work on the Site.

Temporary Works are works designed, constructed, installed, and removed by the Contractor that
are needed for construction or installation of the Works.

A Variation is an instruction given by the Engineer, which varies the Works.

The Works,as defined in the Contract Data, are what the Contract requires the Contractor to
construct, install, maintain, and hand over to the Employer.

Substantial completion means those works which are at least 95% completed as on the date of
submission (i.e. gross value of work done upto the last date of submission is 95% or more of the
original contract price) and continuing satisfactorily.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 39 of 287


Irrigation & Water Resources Department
2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male also means
female or neuter, and the other way around. Headings have no significance. Words have their
normal meaning under the language of the Contract unless specifically defined. The Engineer will
provide instructions clarifying queries about these Conditions of Contract.

2.2 If sectional completion is specified in the Contract Data, references in the Conditions of
Contract to the Works, the Completion Date, and the Intended Completion Date apply to any
Section of the Works (other than references to the Completion Date and Intended Completion Date
for the whole of the Works).

2.3 The documents forming the Contract are to be taken as mutually explanatory, and unless
otherwise expressly provided elsewhere in the Contract, the priority of the documents, in the event
of any ambiguity between them, shall be interpreted in the following order of priority:

(1) Agreement / Revised Agreement / Supplementary Agreement,


(2) Notice to Proceed with the Work,
(3) Letter of Acceptance,
(4) Contractor's Bid,
(5) Contract Data,
(6) Special Conditions of Contract Part II,
(7) General Conditions of Contract Part I,
(8) Specifications,
(9) Drawings,
(10) Bill of Quantities, and
(11) Any undertaking given subsequent to submission of bid.
(12) Any other document listed in the Contract Data.

3. Language and Law

3.1 The language of the Contract shall be English. The law governing the Contract are the
Acts/Rules/Guidelines etc. notified by Government of India and Government of Haryana.

3.2 The works are to be carried out strictly as per the applicable laws, permits, rules and
regulations. Any damages / penalties imposed by any statutory authority, like NGT etc, on
account of noncompliance of any applicable laws, permits, rules and regulations shall have
to be borne by the contractor.

4. Engineer's Decisions

4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters
between the Employer and the Contractor in the role representing the Employer. However, if the
Engineer is required under the rules and regulations and orders of the Employer to obtain approval
of some other authorities for specific actions, he will so obtain the approval.

4.2 Except as expressly stated in the Contract, the Engineer shall not have any authority to
relieve the Contractor of any of his obligations under the Contract.

5. Delegation

5.1 The Engineer, with the approval of the Employer, may delegate any of his duties and
responsibilities to other person, after notifying the Contractor, and may cancel any delegation after
notifying the Contractor.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 40 of 287


Irrigation & Water Resources Department

6. Communications

6.1 All certificates, notices or instructions to be given to the Contractor by the


Employer/Engineer shall be sent on the address or contact details given by the Contractor. The
address and contact details for communication with the Employer/ Engineer shall be as per the
details given in Contract Data to GCC. Communications between parties that are referred to in the
conditions shall be in writing. The Notice sent by facsimile (fax) or other electronic means shall be
effective on confirmation of the transmission. The Notice sent by Registered post or Speed post
shall be effective on delivery or at the expiry of the normal delivery period as undertaken by the
postal service.

7. Subcontracting

7.1(a) The Contractor may subcontract part of the work with the approval of the Employer
in writing, up to percent defined in contract data of the contract price, but will not assign the
Contract. It is expressly agreed that the Contractor shall, at all times, be responsible and liable for
all his obligations under this Agreement notwithstanding anything contained in the agreements with
his Sub-contractors or any other agreement that may be entered into by the Contractor and no
default under any such agreement shall exempt the Contractor from his obligations or liability
hereunder.

7.1 (b) However, any specialized work can be Subletted to a Sub Contractor possessing required
valid Experience and certificate required if any after approval from the Employer.

7.2 The Contractor shall not be required to obtain any consent from the Employer for:

(a) the sub-contracting of any part of the Works for which the Sub-Contractor is
named in the Contract.

(b) the provision for labour, or labour component.

(c) the purchase of Materials which are in accordance with the standards
specified in the Contract.

7.3. The Engineer should satisfy himself before recommending to the Employer whether the
Sub-Contractor so proposed for the Works possesses the experience, qualifications and equipment
necessary for the job proposed to be entrusted to him in proportion to the quantum of Works to be
sub-contracted.

7.4 While sub-contracting part of construction work as per provisions of Clause 7.1 and 7.3
above, the Contractor shall enter into formal sub-contract with sub-contractor making
provisions for such requirements as may be specified by the Engineer including a condition
that to the extent of inconsistency, provision of the Contract shall prevail over the
provisions of the sub-contract. A copy of document of formal sub-contract shall be
furnished to the Employer within a period of 30 days from the date of such sub-contract. In
all such cases, on completion of the Contract, the Engineer, unless for reasons recorded in
writing decides otherwise shall issue a Certificate of Experience to the contractor and in
such certificate, the experience of the sub-contractors shall also be mentioned. The Copy of
such certificate would also be endorsed to the sub-contractor.

8. Other Contractors

8.1 The Contractor shall cooperate and share the Site with Other Contractors, public

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 41 of 287


Irrigation & Water Resources Department
authorities, utilities, and the Employer between the dates given in the Schedule of Other
Contractors, as referred to in the Contract Data. The Contractor shall also provide facilities and
services for them as described in the Schedule. The Employer may modify the Schedule of Other
Contractors, and shall notify the Contractor of any such modification.

8.2 The Contractor should take up the works in convenient reaches as decided by the Engineer
to ensure there is least hindrance to the smooth flow of traffic including movement of vehicles and
equipment of Other Contractors till the completion of the Works.

9. Personnel

9.1 The Contractor shall ensure that the personnel engaged by it in the performance of its
obligations under this Contract are at all times appropriately qualified, skilled and experienced in
their respective functions.

9.2 The Contractor shall employ for the construction work and operation of lab, the technical
personnel named in the Contract Data or other technical persons approved by the Engineer. Before
signing the agreement the contractor will submit the bio data of the technical personnel, as given in
contract data, he proposes to employ on this work to the Engineer and will get the bio data
approved from the Engineer. The Engineer will approve any proposed replacement of technical
personnel only if their relevant qualifications and abilities are substantially equal to or better than
those of the personnel stated in the Contract Data.

9.3 If the Engineer asks the Contractor to remove a person who is a member of the Contractor's
staff or work force, stating the reasons, the Contractor shall ensure that the person leaves the Site
within seven days and has no further connection with the Works in the Contract. The Contractor
shall then appoint (or cause to be appointed) a replacement.

9.4 The Contractor shall not employ any retired Gazetted officer who has worked in the
Engineering Department of the State Government and has either not completed two years after the
date of retirement or has not obtained State Government’s permission for employment with the
Contractor.

9.5 The Engineer may require the Contractor to remove (or cause to be removed) any person
employed on the Site or Works, including the Contractor's Representative, who in the opinion of
the Engineer:

(a) persists in any misconduct,

(b) is incompetent or negligent in the performance of his duties,

(c) fails to conform with any provisions of the Contract, or

(d) persists in any conduct which is prejudicial to safety, health, or the


protection of the environment.

10. Employer's and Contractor's Risks

10.1 The Employer carries the risks which this Contract states are Employer's risks, and the
Contractor carries the risks which this Contract states are Contractor's risks.

11. Employer's Risks

11.1 The Employer is responsible for the excepted risks which are (a) in so far as theydirectly

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 42 of 287


Irrigation & Water Resources Department
affect the execution of the Works in the Employer’s country, the risks of war, invasion, act of
foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot
commotion or disorder (unless restricted to the Contractor’s employees) and contamination from
any nuclear fuel or nuclear waste or radioactive toxic explosive.

12. Contractor's Risks

12.1 All risks of loss of or damage to physical property and of personal injury and death which
arise during and in consequence of the performance of the Contract other than the excepted risks,
referred to in clause 11.1, are the responsibility of the Contractor.

13. Insurance

13.1 The Contractor at his cost shall provide, in the joint names of the Employer and the
Contractor, insurance cover from the Start Date to the date of completion, in the amounts and
deductibles stated in the Contract Data for the following events which are due to the Contractor's
risks:

(a) loss of or damage to the Works and material, plant and machinery to be
incorporated in the work.

(b) Personal injury or death.

(c) Loss of damage to property of third party other than the Contractor and the
Employer (except works, plant, material and equipments) in connection with
the Contract.

13.2 Insurance policies and certificates for insurance shall be delivered by the Contractor to the
Engineer for the Engineer's approval before the Start Date. All such insurance shall provide for
compensation to be payable in Indian Rupees to rectify the loss or damage incurred.

13.3 (a) The Contractor at his cost shall also provide, in the joint names of the Employer and the
Contractor, insurance cover from the date of completion to the end of Defect Liability-cum-
Maintenance Period, in the amounts and deductibles stated in the Contract Data for personal
injury or death which are due to the Contractor's risks:

(b) Insurance policies and certificates for insurance shall be delivered by the Contractor to the
Engineer for approval before the completion date/start date. All such insurance shall provide for
compensation to be payable in Indian Rupees.

13.4 Alterations to the terms of insurance shall not be made without the approval of the
Employer.

13.5 Both parties shall comply with any conditions of the insurance policies.

14. Site Investigation Reports

14.1 The Contractor, in preparing the Bid, may, at his own risk, rely on any Site Investigation
Reports if referred to in the Contract Data, supplemented by any other information available to him,
before submitting the bid.

14.2 The Contractor shall be required to make adequate dewatering arrangements to make the

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 43 of 287


Irrigation & Water Resources Department
area dry for construction work. No separate payment shall be made to the Contractor for
dewatering. The percentage premium (above or below) for HSR items and individual rates for NS
items shall include the cost of dewatering unless specific provisions are made in the BOQ for
payment of dewatering. This includes sub soil/surface dewatering also, if needed to execute the
work properly.

15. Queries about the Contract Data

15.1 The Engineer will clarify queries on the Contract Data.

16. Contractor to Construct the Works

16.1 The Contractor shall construct, and install and maintain the Works in accordance with the
Specifications and Drawings.

17. The Works to Be Completed by the Intended Completion Date

17.1 The Contractor may commence execution of the Works on the Start Date and shall carry out
the Works in accordance with the Programme submitted by the Contractor, as updated with the
approval of the Engineer, and complete them by the Intended Completion Date.

18. Approval by the Engineer

18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary
Works to the Engineer, who is to approve them.

18.2 The Contractor shall be responsible for design and safety of Temporary Works.

18.3 The Engineer's approval shall not alter the Contractor's responsibility for design and safety
of the Temporary Works.

18.4 The Contractor shall obtain approval of third parties to the design and safety of the
Temporary Works, where required.

18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent
Works, are subject to prior approval by the Engineer before their use.

19. Safety

19.1 The Contractor shall be responsible for the safety of all activities on the Site.

19.2 The Contractor shall be responsible for safety of all persons, employed by him on Works,
directly or through petty contractors or Sub-Contractors, and shall report accidents to any of them,
however, and wherever occurring on Works, to the Engineer or the Engineer’s Representative, and
shall make every arrangement to render all possible assistance and to provide prompt and proper
medical attention. The compensation for affected Workers or their relatives shall be paid by the
Contractor in such cases expeditiously in accordance with the Workmen’s Compensation Act and
other labour Laws and regulations.

20. Discoveries

20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the
Site shall be the property of the Employer. The Contractor shall notify the Engineer of such

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 44 of 287


Irrigation & Water Resources Department
discoveries and carry out the Engineer's instructions for dealing with them.

21. Possession of the Site

21.1 The Employer shall handover complete or part possession of the site to the Contractorseven
days in advance of construction programme. At the start of the work, the Employer shall handover
the possession of at least 80% of the site.

22. Access to the Site

22.1 The Contractor shall allow access to the Site and to any place where work inconnection with
the Contract is being carried out, or is intended to be carried out to the Engineer and any
person/persons/agency authorized by:

(a) The Engineer


(b) The Employer
(c) State Government of Haryana.

22 A. Royalties

Except where otherwise stated, the contractor shall pay all tonnage and other royalties, rent and
other payments of compensation, if any, for getting stone, sand, gravel, clay or other materials
required for the works.
The contractor has to give proof for making payment of royalty to any state Government for
procuring stone soling, stone metal, bajri and earth etc. If these are arranged from quarries situated
in Haryana but not auctioned by Industries Department, Government of Haryana, the Engineer shall
be at liberty to make recovery of royalties after due notice to the contractor. The decision of
Employer in this regard shall be final.

23. Instructions
23.1 The Contractor shall carry out all instructions of the Engineer, which comply with the
applicable laws where the Site is located.

24. Dispute Redressal system


24.1 If any dispute or difference of any kind what-so-ever shall arise in connection
with or arising out of this contract or the execution of work or Defect Liability-
cum-Maintenance period of the works there under, whether before its
commencement or during the progress of works or after the termination,
abandonment or breach of the contract, it shall, in the first instance, be referred
for settlement to the competent authority, described alongwith their powers in the
contract data above the rank of the Engineer. The competent authority shall,
within a period of forty five days after being requested in writing by the
contractor to do so, convey his decision to the contractor. Such decision in
respect of every matter so referred shall, subject to review as hereinafter
provided, be final and binding upon the contractor. In case the work is already in
progress, the contractor shall proceed with the execution of the works, including
maintenance thereof pending receipt of the decision of the authority as aforesaid,
with all due diligence.

24.2 Either of the parties is barred from making reference to the competent authority
after 120 days from completion of work i.e. the claims will be time barred if the
reference to the competent authority is not made within 120 days from the
completion of work.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 45 of 287


Irrigation & Water Resources Department
24.3 Either Party will have the right to apply for arbitration as provided here in after if
he/it is not satisfied with decision of the competent authority.

25. Arbitration
(a) Where any of the party is not satisfied with the order passed by the competent
authority can apply for appointment of Arbitrator. In case the party invoking
arbitrator is contractor he shall deposit a sum as security deposit, proportionate to
the claim amount, determined as per the values given in ‘Contract Data’with
‘Engineer’. On termination of the arbitration proceedings, this fee shall be adjusted
against the cost, if any, awarded by the arbitrator against the claimant party and the
balance remaining after such adjustment, and in the absence of such cost being
awarded, the whole of the sum bill will be refunded within one month of the date
of award.
(b) For agreement amounts upto Rs. 10.00 Crore (after adjusting the contract price any
increase/decrease due to variations etc.) the matter will be referred to a single
Arbitrator to be appointed by the Engineer-in-Chief from the panel of arbitrators
approved by the Government.
(c) For agreement amounts more than Rs. 10.00 Crore (after adjusting the contract price
any increase/decrease due to variations etc.) the matter will be referred to an
Arbitral Tribunal consisting of 3 arbitrators, one each to be appointed by the
Employer after taking approval from Engineer-in-Chief and the contractor and the
third arbitrator to be chosen by the two arbitrators so appointed by both the parties
to act as Presiding Arbitrator. In case of failure of the two arbitrators appointed by
the parties to reach upon a consensuswithin a period of 30 days from the
appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall
be appointed by the Administrative Secretary, of the department to which the work
belongs (Principal Secretary/ Additional Chief Secretary) as the case may.
(d) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (c)
above within 30 days after receipt of the notice of the appointment of its arbitrator
by the other party, then the Administrative Secretary, of the department to which
the work belongs shall appoint the arbitrator. A certified copy of the order of the
Administrative Secretary, of the department to which the work belongs, making
such an appointment shall be furnished to each of the parties.
e. The decision of the majority of arbitrators shall prevail both parties.
f. Arbitration proceedings shall be held in India, and the language of the arbitration
proceedings and that of all documents and communications between the parties
shall be English.
g. The cost and expenses of Arbitration proceedings will be paid as provided
hereinafter. However, the expenses incurred by each party in connection with the
preparation, presentation, etc. of its proceedings as also the fees and expenses paid
to the arbitrator appointed by such party or on its behalf shall be borne by each
party itself. The fee and expenses of presiding Arbitrator shall be borne by both the
parties equally.
h. Performance under the contract shall continue during the arbitration proceedings
and payments due to the contractor by the employer shall not be withheld, unless
they are the subject matter of the arbitration proceedings.
i) The fee and other charges payable to an arbitrator shall be as per of “THE
ARBITRATION AND CONCILIATION (AMENDMENT) ACT., 2016.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 46 of 287


Irrigation & Water Resources Department

B. Time Control
26. Programme

26.1 Within the time stated in the Contract Data, the Contractor shall submit to the Engineer for
approval a Programme showing the general methods, arrangements, order, and timing for all the
activities in the Works, for the construction of works.

26.2 The Contractor shall submit the list of equipment and machinery being brought to site, the
list of key personnel being deployed, the list of machinery/ equipments being placed in field
laboratory and the location of field laboratory along with the Programme. The Engineer shall cause
these details to be verified at each appropriate stage of the programme.

26.3 An update of the Programme shall be a programme showing the actual progress achieved
on each activity and the effect of the progress achieved on the timing of the remaining Works,
including any changes to the sequence of the activities.

26.4 The Contractor shall submit to the Engineer for approval an updated Programme at
intervals no longer than the period stated in the Contract Data. If the Contractor does not submit an
updated Programme within this period, the Engineer may withhold the amount stated in the
Contract Data from the next payment certificate and continue to withhold this amount until the next
payment after the date on which the overdue Programme has been submitted.

26.5 The Engineer's approval of the Programme shall not alter the Contractor's obligations. The
Contractor may revise the Programme and submit it to the Engineer again at any time. A revised
Programme shall show the effect of Variations and Compensation Events.

27. Extension of the Intended Completion Date

27.1 The Engineer shall extend the Intend Completion Date, with approval from authority
competent to grant time extension as mentioned in clause 16.16.6 of PWD code through Employer,
if a Compensation Event occurs or a Variation is issued which makes it impossible for Completion
to be achieved by the Intended Completion Date without the Contractor taking steps to accelerate
the remaining work and which would cause the Contractor to incur additional cost.

The Clause 16.16.6 is reproduced as under:-


“16.16.6 The authority competent to technically sanction the estimate shall have the
power to grant EOT. However, to check disproportionate EOTs and to ensure
uniformity in approach, the Engineer-in-Chief shall issue instructions in this regard
from time to time.”

27.2 The Engineer with the approval of the authority competent to grant time extension as per
PWD Code Clause 16.16.6 through employer shall decide whether and by how much to extend the
Intended Completion date within 56 days of the Contractor asking the Engineer for a decision upon
the effect of a compensation event or variation and submitting full supporting information. If the
Contractor has failed to give early warning to delay or has failed to cooperate in dealing with a
delay, the delay by the failure shall not be considered in accessing the new Intended Completion
Date.

27.3 The Engineer shall within 14 days of receiving full justification from the contractor for
extension of Intended Completion Date refer to the employer. The employer shall refer the case to
the authority competent to grant time extension as per Clause 16.16.6 of PWD Code within further
14 days for his decision. It the authority competent to grant time extension fails to give his
acceptance within next 28 days, the engineer shall not grant the time extension and the Contractor
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 47 of 287


Irrigation & Water Resources Department
may refer the matter to the Dispute Redressal System under clause 24.1. In case the employer
happens to be the authority competent to grant time extension, he would convey his decision to the
Engineer within 42 days.

28. Delays Ordered by the Engineer

28.1 The Engineer may instruct the Contractor to delay the start or progress of any activity within
the Works. Delay/delays totaling more than 30 days will require prior written approval of the
Employer.

29. Management Meetings

29.1 The Engineer may require the Contractor to attend a management meeting. The business of
a management meeting shall be to review the plans for the Works.

29.2 The Engineer shall record the business of management meetings and provide copies of the
record to those attending the meeting. The responsibility of the parties for actions to be taken shall
be decided by the Engineer either at the management meeting or after the management meeting and
stated in writing to all those who attended the meeting.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 48 of 287


Irrigation & Water Resources Department

C. Quality Control
30. Identifying Defects

30.1 The Engineer shall check the Contractor's work and notify the Contractor of any Defects that
are found. Such checking shall not affect the Contractor's responsibilities. The Engineer may
instruct the Contractor to search for a Defect and to uncover and test any work that the Engineer
considers may have a Defect.

31. Tests

31.1 For carrying out mandatory tests as prescribed in the specifications, the Contractor shall
establish field laboratory at the location decided by Engineer. The field laboratory will have
minimum equipments as specified in the Contract Data. The Contractor shall be solely responsible
for :

(a) Carrying out the mandatory tests prescribed in the relevantSpecifications, and

(b) For the correctness of the test results, whether preformed in his laboratory or elsewhere.

If the Engineer instructs the Contractor to carry out a test not specified in the Specifications to
check whether any work has a Defect and the test shows that it does, the Contractor shall pay for
the test and any samples.

32. Correction of Defects noticed during the Defects Liability-cum-Maintenance Period. Period
as defined in Contract Data.

32.1 The Engineer shall give notice to the Contractor of any Defects before the end of the
Defect Liability-cum-Maintenance Period, which begins from the Completion Date. The Defect
Liability-cum-Maintenance Periodshall be extended for as long as the Defects remain to be
corrected.

32.2 Every time notice of Defect/Defects is given, the Contractor shall correct the notified
Defect/Defects within the duration of time specified by the Engineer’s notice.

32.3 To fulfill the objectives laid down, the Contractor shall undertake detailed inspection of the
work at least once in a month. The Engineer can increase this frequency in case of emergency. The
Contractor shall forward to the Engineer, the record of inspection and rectification each month. For
Road works the Contractor shall pay particular attention on those road sections which are likely to
be damaged or inundated during rainy season.

32.4 The Engineer may issue notice to the Contractor to carry out maintenance of defects, if any,
noticed in his inspection, or brought to his notice. The Contractor shall remove the defects within
the period specified in the notice and submit to the Engineer a compliance report.

33. Uncorrected Defects

33.1 If the Contractor has not corrected a Defect within the time specified in the ‘Engineer’s
notice, the ‘Engineer’ will assess the cost of having the Defect corrected, and the Contractor will
pay double of this amount.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 49 of 287


Irrigation & Water Resources Department
33.2 If the contractor fails to pay the amount as intimated by the ‘Engineer’ to the contractor as
per clause 33.1 the same shall be recovered from the running bill or the security amount and it if is
more than the security amount then the same shall be recovered from the performance security.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 50 of 287


Irrigation & Water Resources Department

D. Cost Control
34. Bill of Quantities

34.1 The Bill of Quantities shall contain items for the construction, installation, testing, and
commissioning works to be done by the Contractor.

35 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the
quantity of the work done at the rates in the Bill of Quantities for each item.

36. Variations

36.1 The Engineer shall, having regard to the scope of the Works and the sanctioned estimated
cost, have power to order, in writing, Variations within the scope of the Works, he considers
necessary during the progress of the Works. Such Variations shall form part of the Contract and the
Contractor shall carry them out and include them in updated Programmes produced by the
Contractor. Oral orders of the Engineer for Variations, unless followed by written confirmation,
shall not be taken into account.

37. Payments for Variations

37.1 If the final quantity of the work done exceeds from the quantity in the Bill of Quantities for
the particular item by more than 25 per cent provided the change exceeds 1% of initial
Contract Price, the ‘Engineer’ with the approval of the Competent Authority and shall adjust
the rate to allow for the change, duly considering:

(a) justification for rate adjustment as furnished by the Contractor,

(b) economies resulting from increase in quantities by way of reduced plant,


equipment and overhead costs.

(c) Entitlement of the Contractor to compensation events where such events are
caused by any additional work.

37.2 If requested by the ‘Engineer’ / Employer, the Contractor shall provide the ‘Engineer’ /
Employer with a detailed cost breakdown of any rate in the Bill of Quantities.

38. Cash Flow Forecasts

38.1 When the Programme is updated, the Contractor shall provide the Engineer with anupdated
cash flow forecast.

39. Payment Certificates

39.1 The Contractor shall submit to the ‘Engineer’ monthly statements of the estimated value of
the work completed less the cumulative amount certified previously by 1st week of the month. In
case contractor does not submit his bill by 1st week of the month, ‘Engineer’ shall get the monthly
statement of the estimated value of work completed less cumulative amount prepared by the end of
third week of the month. This procedure will be followed even if no work is carried out at the site
of work.

39.2. Deleted.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 51 of 287


Irrigation & Water Resources Department

39.3 Deleted.

39.4 Deleted.

40. Payments

40.1 Payments shall be adjusted for deductions for advance payments, security deposit/retention,
other recoveries in terms of the contract and taxes at source, as applicable under the law.

41. The Employer may appoint another authority, as specified in the Contract Data (or any
other competent person appointed by the Employer and notified to the Contractor) to make
payment certified by the Engineer.

42. Items of the Works for which no rate or price has been entered in the Bill of Quantities, will
not be paid for by the Employer and shall be deemed covered by other rates and prices in the
Contract.

43. The agency / bidder to whom the work is allotted shall be paid lowest of the following in
the running / final bills:-
1. Amount calculated with the accepted rates of lowest agency.
2. Amount worked out with the accepted percentage above /below HSR+CP/analytical
rates/NS item rates, worked out in financial statement. Financial statement will be made a part
of agreement.

44. Compensation Events

44.1 The following are Compensation Events unless they are caused by the Contractor:

(a) The Employer does not give access to 80% of the area of project Site by the
Site Possession Date stated in the Contract Data.

(b) The Employer modifies the schedule of other contractors in a way which
affects the work of the contractor under the contract.

(c) The Engineer orders a delay or does not issue drawings, specifications or
instructions required for execution of works on time.

(d) The Engineer instructs the Contractor to uncover or to carry out additional
tests upon work which is then found to have no Defects.

(e) The Engineer does not approve of a subcontract to be let, within 30 days.

(f) Ground conditions are substantially more adverse than could reasonably
have been assumed before issuance of Letter of Acceptance from the
information issued to Bidders (including the Site Investigation Reports),
from information available publicly and from a visual inspection of the site.

(g) The Engineer gives an instruction for dealing with an unforeseen condition,
caused by the Employer, or additional work required for safety or other
reasons.

(h) Other contractors, public authorities, utilities or the Employer does not work
within the dates and other constraints stated in the Contract, and they cause
delay or extra cost to the Contractor.
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 52 of 287


Irrigation & Water Resources Department

(i) The advance payment is delayed, beyond 28 days after receipt of application
and bank guarantee.

(j) The effect on the Contractor of any of the Employer’s Risks.

(k) The Engineer unreasonably delays issuing a Certificate of Completion.

(l) Other Compensation Events listed in the Contract Data or mentioned in


the Contract.

44.2 In case of works of Irrigation Water Resources Department, no compensation would be


payable due to non availability of closure of a canal. If the closure is not made available within the
Intended Completion Date, the Contractor will have the option to complete the works, with the
permission of Competent Authority, in the extended period.”

44.3 If a Compensation Event would prevent the Works being completed before the Intended
Completion Date, the Intended Completion Date shall be extended. The Engineer shall recommend
to the Employer whether and by how much the Intended Completion Date shall be extended. Final
approval shall rest with the Employer.

45. Tax
The Price Bid by the Contractor shall include all custom duties, import duties, levies,
business taxes, income, toll and other taxes, duties etc. of local bodies and authorities as
applicable that may be levied in accordance to the laws and regulations in being as on the
closing date for submission of Bid in the countryof Employer on the Contractor’s
Equipment, Plant, materials and supplies (permanent, temporary and consumables) acquired
for the purpose of Contract and on the services performed under the Contract excluding
GST . Nothing in this Contract shall relieve the Contractor from the responsibility to pay the
taxes and duties that may be levied in the Employer’s country on profits made by him in
respect of the Contract. The GST amount shall be reimbursed on production of proof of
deposit of GST with Govt. for the previous payment.

45.1 Subsequent Legislation


If, after the closing date for submission of Bid there occur changes to any National or State
Statue, Ordinance, Decree or other Law or any regulation or bye-law of any local or other
duly constituted authority, or the introduction of any such State Statue, Ordinance, Decree,
Law, regulation or bye-law which causes additional or reduced cost to the Contractor in the
execution of the Contract, such additional or reduced cost shall, after due consultation with
the Employer and the Contractor, be determined by the Construction Manager and shall be
added to or deducted from the Contract Price and the Construction Manager shall notify the
Contractor accordingly, after taking approval from the Competent Authority, with a copy to
the Employer.

45.2 Other Changes in Cost


To the extent that full compensation for any rise or fall in costs to the Contractor is not
covered by the provisions of this or other ‘Clauses in the Contract, the unit rates and prices
included in the Contract shall be deemed to include amounts to cover the contingency of
such other rise or fall of costs.

46 Currencies
46.1 All payments will be made in Indian Rupees.

47. Price Adjustment

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 53 of 287


Irrigation & Water Resources Department
47.1 Contract price shall be adjusted for increase or decrease in rates with the principles and
procedures and as per formula given in the contact data. The rate of cement/steel issued under the
authority of Engineer-in-Chief concerned on the date of receipt of tender shall be considered as
base rate.

47.2 To the extent that full compensation for any rise or fall in costs to the contractor is not
covered by the provision of this or other clauses in the contract, the unit rates and prices included in
the contract shall be deemed to include amounts to cover the contingency of such other rise or fall
in costs.

47.3 The contractor shall submit original bill/ voucher while claiming the payment for the work
done. The bill/ voucher should pertain to the period of original contractual time limit and should
correspond with the progress of work. No extra payment due to increase in rate of
cement/steel/bitumen will be paid if the original bill/ vouchers are not submitted by the agency. No
increase in prices of the cement/steel/bitumen shall be reimbursed to the contractor beyond the
original time period allowed for construction as per contract agreement irrespective of extension of
time limit granted to the agency for any reason, whatsoever.

48. Retention Money

The Employer shall retain is sum of 6% (six percent) from each payment due to the
contractor subject to maximum of 5% of the final contract price until Completion of the whole of
the Works.

On completion of the whole of the Works half the total amount retained is repaid to the Contractor
and half when the Defect Liability-cum-Maintenance Period has passed and the Engineer has
certified that all Defects notified by the Engineer to the Contractor before the end of this period
have been corrected.

On completion of the whole works, the contractor may substitute retention money with an “on
demand” Bank guarantee/FDR.

49. Liquidated Damages

49.1 In the event of failure on part of the Contractor to achieve timely completion of the project,
including any extension of time granted under Clause 27, he shall, without prejudice to any other
right or remedy available under the law to the Employer on account of such breach, pay as agreed
liquidated damages to the Employer and not by way of penalty in a sum calculated at the rate per
day or part thereof as stated in the Contract Data. For the period that the Completion Date is later
than the Intended Completion Date, liquidated damages at the same rate shall be withheld if the
Contractors fails to achieve the milestones prescribed in the Contract Data. However, in case the
Contractor achieved the next milestone, the amount of the liquidated damages already withheld
shall be restored to the Contractor by adjustment in the payment certificate. Both the Parties
expressly agree that the total amount of liquidated damages shall not exceed 10% (ten percent) of
the value of the balance work (amount of uncompleted work)on the date on which liquidated
damages have become due. The liquidated damages payable by the Contractor are mutually agreed
genuine pre-estimated loss and without any proof of actual damage likely to be suffered and
incurred by the Employer; and the Employer is entitled to receive the same and are not by way of
penalty.

The Employer may, without prejudice to any other method of recovery, deduct the amount
of such damages from any sum due, or to become due to the Contractor or from Performance
Security or any other dues from Government or semi Government bodies within the state.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 54 of 287


Irrigation & Water Resources Department

The payment or deduction of such damages shall not relieve the Contractor from his
obligations to complete the Works, or from any other of his duties, obligations or responsibilities
under the Contract.

The Contractor shall use and continue to use his best endeavour to avoid or reduce further
delay to the Works, or any relevant Stages.

49.2 The Employer, with the approval of the competent authority, based on the justified reasons,
can extend the intended completion date.The liquidated damages can be deferred/reduced/waived
(whole or part) by the SE concerned for contract(s) upto Rs.1.00 cr., CE from Rs.1.00 cr. to
Rs.10.0. cr. and E-In-C for contract(s) above Rs.10.00 cr. This will be done on the written request
of the contractor and written recommendations of EE/SE as the case may be. If the Intended
Completion Date is extended after liquidated damages have been paid, the Engineer shall correct
any such payment of liquidated damages by the Contractor

49.3 It is agreed by the Contractor that the decision of the Employer as to the liquidated damages
payable by the Contractor under this Clause shall be final and binding.

50. Advance Payment

50.1. The Employer shall make advance payment to the Contractor of the amounts stated in the
Contract Data by the date stated in the Contract Data, against provision by the Contractor of an
Unconditional Bank Guarantee in a form as per Section-7and by a bank acceptable to the Employer
in amounts and currencies equal to the advance payment. The guarantee shall remain effective until
the advance payment has been repaid, but the amount of the guarantee shall be progressively
reduced by the amounts repaid by the Contractor. Interest will be charged on the advance payment
as specified in the contract data.

50.2. The Contractor is to use the advance payment only to pay for Equipment, Plant and
Mobilization expenses required specifically for execution of the Works. The Contractor shall
demonstrate that advance payment has been used in this way by supplying copies of invoices or
other documents to the ‘Engineer’.

50.3. The advance payment shall be repaid by deducting proportionate amounts from payments
otherwise due to the Contractor. Following the schedule of completed percentages of the Works on
a payment basis. No account shall be taken of the advance payment or its repayment is assessing
valuations of work done, Variations, price adjustments, Compensation Events, or Liquidated
Damages.

50.4. Secured Advance

The ‘Engineer’ shall make advance payment in respect of materials intended for but not yet
incorporated in the Works in accordance with conditions stipulated in the Contract Data.

51 Securities

51.1 The Performance Security equal to 5% (five percent) and additional security for unbalanced
bids shall be provided to the Employer no later than the date specified in the Letter of Acceptance
and shall be issued in an amount and form and by a bank or surety acceptable to the Employer, and
denominated in Indian Rupees. The Performance Security shall be valid until a date 45 days from
the date of expiry of Defect Liability-cum-Maintenance Period and the additional security for
unbalanced bids shall be valid until a date 28 days from the date of issue of the certificate of
completion.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 55 of 287


Irrigation & Water Resources Department

51.2 Whenever the work value is enhanced on account of variation in quantities / change of
scope of work during the execution, beyond 10% above the original agreement amount, the
contractor shall be required to submit the additional Performance Security in the form of Bank
Guarantee @ 5% of the enhanced value of contract with the same validity as applicable to the
original Performance Securityand a supplementary agreement for the revised work value shall
be signed with the department which shall also define the mile stones as well as revised intended
completion date. The contractor shall deliver additional Performance Security within 21 days of
receipt of request in this regard from the employer.

Illustration:

Original Amount Enhancement Amount after Additional Performance


of agreement enhancement
Rs 1,00,000.00 Rs 10,000.00 1,10,000.00 Nil
Rs 1,00,000.00 Rs 15,000.00 1,15,000.00 5% of Rs 15,000.00

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 56 of 287


Irrigation & Water Resources Department

52. Cost of Repairs

52.1 Loss or damage to the Works or Materials to be incorporated in the Works between theStart
Date and the end of the Defect Liability-cum-Maintenance Period shall be remedied by the
Contractor at his cost if the loss or damage arises from the Contractor's acts or omissions.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 57 of 287


Irrigation & Water Resources Department

E. Finishing the Contract


53. Completion of Construction and Maintenance

53.1 The Contractor shall request the Engineer to issue a Certificate of Completion of the works
and the Engineer will do so upon deciding that the Work is completed, within 21 days of the receipt
of request or within a reasonable period as per nature of the work.

54. Taking Over

54.1 The Employer shall take over the Works within seven days of the Engineer's issuing a
certificate of Completion of Works. The Contractor shall continue to remain responsible for its
Defect Liability-cum-Maintenance period during the Defect Liability-cum-Maintenance
Period.

54.2 The Employer shall take over the maintained work within seven days of the Engineer
issuing a certificate of clearance of Defect Liability-cum-Maintenance Period.

55. Substantial completion

55.1 The Engineer shall issue a substantial completion certificate if so requested by the
contractor if the work is atleast 95% complete and the work has been executed to such an extent
that it can be gainfully utilized by the Employer and remaining work is minor in nature not
affecting gainful use of the work.

56. Defect Liability-cum-Maintenance period

56.1 The Defect Liability-cum-Maintenance period shall be as defined in the Contract Data and
Special Condition of Contract.

57. Final Account

57.1. The Contractor shall supply to the ‘Engineer’ a detailed account of the total amount that the
Contractor considers payable under the Contract before the end of the Defects Liability Period. The
‘Engineer’ shall issue a Defect Liability Certificate and certify any final payment that is due to the
Contractor within 56 days of receiving the Contractor’s account if it is correct and complete. If it is
not, ‘Engineer’ shall issue within 56 days a schedule that states the scope of the corrections or
additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted,
the Engineer shall decide on the amount payable to the Contractor and issue a payment certificate,
within 56 days of receiving the Contractor’s revised account.

57.2 The contractor will submit the final bill of construction within 21 days of issue of
Completion Certificate. The Engineer will process and pass the final bill within 21 days of the
submission of final bill by the contractor.

58. Operating and Maintenance Manuals

58.1 The Contractor shall submit “as built” drawings for the work by the dates given in the
contract data.If “as built” Drawings and/or operating and maintenance manuals are required,
the Contractor shall supply them by the dates stated in the Contract Data.

58.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the
Contract Data, or they do not receive the Engineer's approval, the Engineer shall withhold the
amount stated in the Contract Data from payments due to the Contractor.
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 58 of 287


Irrigation & Water Resources Department

59. Termination

59.1 The Employer or the Contractor may terminate the Contract if the other party causes a
fundamental breach of the Contract.

59.2 Fundamental breaches of the Contract shall include, but shall not be limited to, the
following:

(a) the Contractor stops work for 28 days when no stoppage of work is shown on the
current Programme and the stoppage has not been authorized by the Engineer;

(b) the ‘Engineer’ instructs the Contractor to delay the progress of the Works and the instruction is
not withdrawn within 56 daysthe Contractor is declared as bankrupt or goes into
liquidation other than for approved reconstruction or amalgamation;

(c) the Engineer gives Notice that failure to correct a particular Defect whether pertaining
to construction work or pertaining to Defect Liability-cum-Maintenance Period is a
fundamental breach of the Contract and the Contractor fails to correct it within a
reasonable period of time determined by the Engineer;

(d) the Contractor does not maintain a Security, which is required;

(e) the Contractor has delayed the completion of the Works by the number of days for
which the maximum amount of liquidated damages can be paid, as defined in clause
44.1;

(f) the Contractor fails to provide insurance cover as required under clause 13;

(g) if the Contractor, in the judgment of the Employer, has engaged in the corrupt,
fraudulent or coercive practice in competing for or in executing the Contract. For the
purpose of this clause, “corrupt practice” means the offering, giving, receiving, or
soliciting of anything of value to influence the action of a public official in the
procurement process or in Contract execution. “Fraudulent Practice” means a willful
misrepresentation or omission of facts or submission of fake/forged documents in order
to induce public official to act in reliance thereof, with the purpose of obtaining unjust
advantage by or causing damage to justified interest of others and/or to influence the
procurement process to the detriment of the Government interests. And, this includes
collusive practice among Bidders (prior to or after bid submission) designed to establish
bid process at artificial non-competitive levels and to deprive the Employer of the
benefits of free and open competition. “Coercive practice” means the act of obtaining
something, compelling an action or influencing a decision through intimidation, threat
or the use of force directly or indirectly, where potential or actual injury may befall
upon a person, his/ her reputation or property to influence their participation in the
tendering process.

(h) if the Contractor, in the judgment of the Employer, has engaged in the corrupt,
fraudulent practice to extract undue payments from the department while executing the
Contract. For the purpose of this clause, “corrupt practice” means the offering, giving,
receiving, or soliciting of anything of value to influence the action of a public official in
the procurement process or in Contract execution. “Fraudulent Practice” means a willful
misrepresentation or omission of facts or submission of fake/forged documents / claims
/ bills in order to induce public official to act in reliance thereof, with the purpose of
obtaining unjust advantage detriment of the Government interests.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 59 of 287


Irrigation & Water Resources Department

(i) any other fundamental breaches as specified in the Contract Data.

59.3 When either party to the Contract gives notice of a breach of contract to the ‘Engineer’ for
a cause other than those listed under Sub Clause 59.2 above, the ‘Engineer’ shall decide whether
the breach is fundamental or not

59.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

59.5 If the Contract is terminated, the Contractor shall stop work immediately, make the Site safe
and secure, and leave the Site as soon as reasonably possible.

60. Payment upon Termination

60.1 (i) If the Contract is terminated because of a fundamental breach of Contract by the
Contractor, the Engineer shall issue a certificate for the value of the work done, less liquidated
damages, less advance payments received up to the date of the issue of the certificate and less the
percentage to apply to the value of the work not completed, as indicated in the Contract Data. If the
total amount due to the Employer exceeds any payment due to the Contractor, the difference shall
be recovered from the Retention Money and Performance Security. If any amount is still left un-
recovered it will be a debt payable to the Employer from any other due payments to the contractor
for any other works executed by him in the State of Haryana, any other state Govt. works, Central
Govt. works including state public sector works executed by the Contractor.

(ii) If the Contract is terminated because of a fundamental breach of contract by theContractor


due to non compliance of the requirements of clause 32 of GCC regardingDefect Liability-cum-
Maintenance Period, the Engineer will assess the cost of having the defect corrected. If the total
amount due to the Employer exceeds any payment due to the Contractor, the difference shall be
recovered from the Security Deposit and Performance Security. If any amount is still left un-
recovered, it will be recovered from any dues payable to the Contractor from any other State
Government works including State Public Sector works executed by the Contractor. If any amount
still remains unrecovered, it shall be recovered as arrears of land revenue.

60.2 If the Contract is terminated at the Employer’s convenience or because of a fundamental


breach of Contract by the Employer, the ‘Engineer’ shall issue a certificate for the value of the
work done, the cost of balance material brought by the contractor and available at site, the
reasonable cost of removal of Equipment, repatriation of the Contractor’s personnel employed
solely on the Works, and the Contractor’s costs of protecting and securing the Works and less
advance payments received up to the date of the certificate, less other recoveries due in terms of the
contract and less taxes due to be deducted at source as per applicable law.

61. Property

61.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be
the property of the Employer, if the Contract is terminated because of a Contractor’s default to
make recoveries.

62. Release from Performance

62.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the
control of the Employer or the Contractor, the Engineer shall certify that the Contract has been
frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after
receiving this certificate and shall be paid for all work carried out before receiving it and for any
work carried out afterwards to which a commitment was made.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 60 of 287


Irrigation & Water Resources Department

62.2 If a Contractor dies during the currency of the Contract or becomes permanently
incapacitated, and his/her legal heirs are not willing to complete the Contract, the Contract shall be
closed without levying any damages/compensation as provided for in clauses 44 and 60 of GCC.
However, if the nominee expresses his/her intention to complete the balance work and the
competent authority is satisfied about the competence of the nominee, then the competent authority
shall enter into a fresh agreement for the remaining work strictly on the same terms and conditions,
under which the Contract was initially awarded.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 61 of 287


Irrigation & Water Resources Department

Part-II Special Conditions of Contract


1. LABOUR:

1.1 Every Contractor shall:-

(i) In relation to an establishment to which this Act applies on its


commencement, within a period of 60 days from such commencement, and

(ii) In relation to any other establishment to which this Act may be applicable at
any time after such commencement, within a period of 60 days from the date
on which this Act becomes applicable to such establishment, make an
application to the registering officer for the registration of establishment.

Further, the first running bill of the contractor shall be cleared only after the receipt of
registration certificate under the Building & Other Construction Workers Welfare (RE&CS)
Act, 1996 and registration of all the eligible construction workers as a beneficiary of the
Haryana Building & Other Construction Worker Welfare Board.

1.2 The Contractor shall, unless otherwise provided in the Contract, make his own
arrangements for the engagement of all staff and labour, local or other, and for their payment,
housing, feeding and transport.

1.3 The Contractor shall, if required by the ‘Engineer’s , deliver to the ‘Engineer’ a return in
detail, in such form and at such intervals as the ‘Engineer’ may prescribe, showing the staff and the
numbers of the several classes of labour from time to time employed by the Contractor on the Site
and such other information as the ‘Engineer’ may require.

2. COMPLIANCE WITH LABOUR REGULATIONS :

During continuance of the contract, the Contractor shall abide at all times by all existing
labour enactments and rules made thereunder, regulations, notifications and bye laws of the State
or Central Government or local authority and any other labour law (including rules), regulations,
bye laws that may be passed or notification that may be issued under any labour law in future
either by the State or the Central Government or the local authority. Salient features of some of the
major labour laws that are applicable to construction industry are given below. The Contractor
shall keep the Employer indemnified in case any action is taken against the Employer by the
competent authority on account of contravention of any of the provisions of any Act or rules make
thereunder, regulations or notifications including amendments. If the Employer is caused to pay or
reimburse, such amounts as may be necessary to cause or observe, or for non-observance of the
provisions stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if
any, on the part of the Contractor, the ‘Engineer’s /Employer shall have the right to deduct any
money due to the Contractor including his amount of performance security. The
Employer/’Engineer’ shall also have right to recover from the Contractor any sum required or
estimated to be required for making good the loss or damage suffered by the Employer.

The employees of the Contractor in no case shall be treated as the employees of the Employer at
any point of time.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 62 of 287


Irrigation & Water Resources Department
2.1. Registration of Establishment:-

(1) Every employer shall –

(a) in relation to an establishment to which this Act apples on its commencement,


within a period of sixty days from such commencement; and

(b) in relation to any other establishment to which this Act may be applicable at any
time after such commencement, within a period of sixty days from the date on
which this Act becomes applicable to such establishment, make an application to the
registering officer for the registration of such establishment;

Provided that the registering officer may entertain any such application after the expiry
of the periods aforesaid, if he is satisfied that the applicant was prevented by sufficient
cause from making the application within such period.

(2) Every application under sub-section (1) shall be in such form and shall contain such
particulars and shall be accompanied by such fees as may be prescribed.

(3) After the receipt of an application under sub-section (1), the registering officer shall
register the establishment and issue a certificate of registration to the employer thereof
in such form and within such time and subject to such conditions as may be prescribed.

(4) Where, after the registration of an establishment under this section, any change-occurs
in the ownership or management or other prescribed particulars intimated by the
employer to the registering officer within thirty days of such change in such form as
may be prescribed”.

In case of work executed through the contractor, it is the responsibility of the


contractor to get the works registered as employers as per section 2(i) of the BOCW Act. In
case of works executed directly through the department, the department is liable to get the
works registered.

a) Every Contractor shall:-

(i) In relation to an establishment to which this Act applies on its commencement, within a
period of 60 days from such commencements; and

(ii) In relation to any other establishment to which this Act may be applicable at any time
after such commencement, within a period of 60 days from the date on which this Act
becomes applicable to such establishment, make an application to the registering officer
for the registration of establishment.

It is mandatory to strictly compliance of BOCW Act and registration of all eligible


construction labour. Otherwise it will attract criminal proceedings against the contractual agency
and employer for non-compliance of Building & Other Construction Workers Welfare (RE&CS)
Act, 1996 and registration of all the eligible construction workers as a beneficiary of the Haryana
Building & Other Construction Worker Board.

2.2 SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO


DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 63 of 287


Irrigation & Water Resources Department
ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK.

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

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

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

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

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

(e) Contract Labour (Regulation & Abolition) Act 1970:- The Act provides for certain
welfare measures to be provided by the Contractor to contract labour and in case the
Contractor fails to provide, the same are required to be provided by the Principal
Employer by Law. The Principal Employer is required to take Certificate of
Registration and the Contractor is required to take licence from the designated
Officer. The Act is applicable to the establishments or Contractor of Principal
Employer, if they employ 20 or more contract labour.

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

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

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

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

(k) Industrial Employment (Standing Orders) Act 1946:- It is applicable to all


establishments employing 100 or more workmen (employment size reduced by
some of the States and Central Government to 50 ). The Act provides for laying
down rules governing the conditions of employment by the Employer on matters
provided in the Act and get the same certified by the designated Authority.
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 64 of 287


Irrigation & Water Resources Department

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

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

(n) Inter-State-Migrant workmen’s (Regulation of Employment & Conditions of


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

(o) The Building and Other Construction Workers (Regulation of Employment and
Conditions of Service) Act 1996 and the Cess Act of 1996:- All the establishment
who carry on any building or other construction work and employs 10 or more
workers are covered under this Act. All such establishments are required to pay cess
at the rate not exceeding 2% of the cost of construction as may be modified by the
Government. The Employer of the establishment is required to provide safety
measures at the Building or construction work and other welfare measures, such as
Canteens, First-Aid facilities, Ambulance, Housing accommodations for workers
near the work place etc. The Employer to whom the Act applies has to obtain a
registration certificate from the Registering Officer appointed by the Government.

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

2.3 FAIR WAGE CLAUSES

(a) The Contractor shall pay not less than the fair wage to labourers engaged
by him on the work.
EXPLANATION:- Fair Wage’ means wage whether for time of piece work
notified from time to time for the area and where such wages have not been so
notified the wages specified by the Irrigation & Water Resources Department
for the district in which the work is done.

(b) The Contractor shall not withstanding the provisions of any agreement to
the contrary, caused to be paid fair wages to labour, indirectly engaged on
the work including any labour engaged in connection with the said work, as
if the labourers had been directly employed by him.

(c) In respect of labour directly or indirectly employed on the works for the
performances of the contractor’s part on this agreement the contractor shall
comply with or cause to be complied with the Irrigation & Water Resources
Department Contractor’s Labour’s Regulations made by the Government
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 65 of 287


Irrigation & Water Resources Department
from time to time in regard to payment of wages wage period deductions
from wages recovery of wages not paid and deductions unauthorized made
maintenance of wage register wage book, wage slip, publication of wages
and other terms of employment inspection and submission of periodical
returns and all other matters of a lime nature.

(d) The Executive Engineer or Sub Divisional Engineer concerned shall have
the rights to deduct, from the moneys due to the Contractor, any sum
required or estimated to be required for making good the loss suffered by a
worker or workers by reason of non-fulfillment of the conditions of the
contract for benefit of the workers, non payment of wages or deductions
made from his or their wages, which are not justified by terms of the
contract for non observance of the regulations referred to in clause I above.

(e) Vis-à-vis the Haryana Government, the Contractor shall be primarily liable
for all payments to be made under and the observance of the regulations
aforesaid without prejudice to his right to claim indemnity from his sub
Contractors.

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

2.4 RULES FOR PROTECTION OF HEALTH & SANITARY ARRANGEMENTS

2.4.1 Rules for the Protection of Health and Sanitary Arrangements for Workers Employed
by the Irrigation & Water Resources Department or its Contractors

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

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

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

1. LEAVE (i) in case of delivery/maternity leave not exceeding 8 weeks (4


weeks up to and including the day of delivery and 4 weeks following that
day) (ii) in case of miscarriage : up to 3 weeks from the date of miscarriage.

2. PAY (i) In case of delivery, leave pay during maternity leave will be at the
rate of the woman’s average daily earning calculated on the total wages
earned on the day when full time work was done during a period of 3
months immediately preceding the date of which she gives notice that she
excepts to be confined or at the rate of Rs. 12/- per day which ever is
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 66 of 287


Irrigation & Water Resources Department
greater.

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

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

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

(b) All large work places where hospital facilities are not available within easy
distance of the work, first aid post shall be established and be run by a trained compo
under.
(c) Where large work places are remote from regular hospital an indoor ward
shall be provided with one bed for every 250 employees.
(d) Where large work places are situated in cities, towns in their suburbs and no
beds are considered necessary owing to the proximity of city or town hospitals a
suitable transport shall be provided to facilitate removal of urgent cases to these
hospitals.

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

2.4.2 Scales of accommodation in Latrines Urinals

These shall be provided within the precinct of every work places, Latrines and Urinals in an
accessible place and the accommodation separately for each of them shall not be less than the
following scales : -
No. of Sheds

(a) Where the number of persons does not exceed 50 2

(b) Where the number of persons exceeding 50 but 3


does not exceeds 100

(c) For every additional 100 3 per 100

In particulars cases the Executive Engineer shall have the powers to very the scale where
necessary.

2.4.3 Latrines and Urinals for women


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

2.4.4 Latrines and Urinal


Except in work places provided with flush latrines concerned with a water borne sewerages
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 67 of 287


Irrigation & Water Resources Department
systems all latrines shall be provided with receptacies order earth system which shall be in working
order and kept in strictly sanitary conditions. The receptacles shall be tarried inside and outside at
least once a year.

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

2.4.5 Disposal of Excreta


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

2.4.6 CRECHE:

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

2.4.7 PROVISION OR SHELTER DURING REST:

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

(i) Thatched roofs.

(ii) Mud floors and walls.

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

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

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

2.4.9 GENERAL RULES AS TO SCAFFOLDS :

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

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


except.

(iii) Under the supervision of a competent and responsible person, and

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 68 of 287


Irrigation & Water Resources Department
(a) As far as possible by competent workers possessing adequate experience in
this kind of work.
(b) All scaffolds and appliances connected there with and ladder shall :-

1. be of sound material.

2. be of adequate strength having regard to the load and strains to which


they will be subjected and

3. be maintained in proper condition.

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

5. scaffolds shall be so constructed that no part there of can be displaced in on


normal use.

6. Before installing, lifting gear on scaffolds special precautions shall be taken


to ensure the strength and stability of the scaffolds.

7. scaffolds shall be periodically inspected by the competent person.

8. before allowing a scaffold to be used by the workman, every care shall be


taken to see whether the scaffolds have been erected by his workmen and
steps taken to ensure that it complies fully with the requirement of the
articles.

9. Working platforms gangways and stairways shall.


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

(b) Be so constructed and maintained, having regard to the prevailing condition


as to reduce as for as practicable.

(c) Be kept free from any unnecessary obstruction.

(d) In case of working platforms gangways place and stairways at a height


exceeding that to be prescribed by a national laws and regulations :-

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

(ii) Every working platform and every gangway shall have adequate width, and;
Every opening in the floor of a building or in working platforms shall except for
the time and to the extent required to allow the access of persons or the
transport or shifting of material be provided with suitable means to prevent the
fall of persons or materials.

When persons are employed on a roof where there is a danger of failing from a height
exceeding that to be prescribed by national laws of regulations suitable precautions shall be a taken
to prevent the fall of persons or materials.
Suitable precautions shall be taken to prevent persons being struck by articles which might
fall from scaffolds or other working places.

1. Soft means of access shall be provided to all working platforms an other working

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 69 of 287


Irrigation & Water Resources Department
places.

2. Every place where work is carried on the means approach there to shall be
adequately lighted.

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

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

5. No material on the site shall be so stacked or placed as to cause danger to any


person.

2.4.10 GENERAL RULES AS TO SAFETY EQUIPMENT AND FIRST AID

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

(2) The worker shall be required to use the equipment thus provided and the employed
shall take adequate steps to ensure proper use of the equipment by these concerned.
(3) Adequate provision shall be made for prompt first aid treatment of all injuries
likely to be sustained during the course of the work.

3.0 Environment
a) The contractor shall take all reasonable steps to protect the environment at and
off the Site and to avoid damage or nuisance to persons or to property of the
public or others resulting from pollution, noise or other causes arising as a
consequence of his methods of operation.

b) During continuance of the contract, the contractor shall abide at all times by all
existing enactments on environmental protection and rules made there under,
regulations, notifications and by laws of the State or Central Government or local
authorities and any other law, bye law, regulations that may be passed for
notification that may be issued in this respect in future by the State or Central
Government or the local authority.

3.1 Salient features of some of the major laws that are applicable are given below:
(i) The water (Prevention and Control of Pollution) Act 1974: This provides for the
prevention and control of water pollution and the maintaining and restoring of
wholesomeness of water. ‘Pollution’ means such contamination of water or such
alternation of physical, chemical or biological properties of water or such discharge
of any sewage or trade effluent or of any other liquid, gaseous or solid substance
into water (whether directly or indirectly) as may, or is likely to, create a nuisance
or render such water harmful or injurious to public health or safety, or to domestic,
commercial, industrial, agricultural or other legitimate uses, or to the life and health
of animals or plants or of aquatic organisms.

(ii) The Air (Prevention and Control of Pollution) Act 1981: This provides for
prevention, control and abatement of air pollution. ‘Air Pollution’ means the
presence in the atmosphere of any ‘air pollutant’, which means any solid, liquid, or
gaseous substance (including noise) present in the atmosphere in such concentration
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 70 of 287


Irrigation & Water Resources Department
as may be or tend to be injurious to human beings or other living creatures or plants
or property or environment.

(iii) The Environment (Protection) Act 1986: This provides for the protection and
improvement of environment and for matters connected therewith, and the
prevention of hazards to human beings, other living creatures, plants and property.
‘Environment’ includes water, air and land and the interrelationship which exists
among and between water, air and land, and human beings, other living creatures,
plants, micro-organism and property.

(iv) The Public Liability Insurance Act 1991: This provides for public liability
insurance for the purpose of providing immediate relief to the persons affected by
accident occurring while handling hazardous substances and for matters connected
herewith or incidental thereto. Hazardous substance means any substance or
preparation which is defined as hazardous substance under the Environment
(Protection) Act 1986, and exceeding such quantity as may be specified by
notification by the Central Government.

4. The Apprentices Act, 1961

4.1 The Contractor shall duly comply with the provisions of the Apprentices Act, 1961 (IIIof
1961), the rules made there under and the orders that may be issued from time to time under the
said Act and the said Rules and on his failure or neglect to do so, he shall be subject to all liabilities
and penalties provided by the said Act and said Rules.

5.0 Amendment
The Haryana Government may, from time to time and to amend any of the Labour or
Pollution or other regulations, all amendments in any or all Acts shall also be followed.

6.0 Drawings and Photographs of the Works

6.1 The Contractor shall do photography/video photography of the site firstly before the start of
the work, secondly mid-way in the execution of different stages of work and lastly after the
completion of the work. No separate payment will be made to the Contractor for this.

6.2 The Contractor shall not disclose details of Drawings furnished to him and works on which
he is engaged without the prior approval of the Employer in writing. No photograph of the works
or any part thereof or plant employed thereon, except those permitted under clause 58.1, shall be
taken or permitted by the Contractor to be taken by any of his employees without the prior
approval of the Employer in writing. No photographs/ Video photography shall be published or
otherwise circulated without the approval of the Employer in writing.

7. The various works shall be done in line to line level and grade. The periodical checking of
these by the Engineer or Engineer’s representative shall not absolve the Contractor of his
responsibility regarding their accuracy. In case of any deviation or discrepancy in line, level or
grade at the meeting faces, the Contractor shall make good the discrepancy at his own cost and
without any compensation for the additional work, if any involved. The Engineer shall further have
right, if need be, to rectify the discrepancies and recover the cost from the Contractor.

8. All materials, before being incorporated in the work, shall be inspected by the Engineer or
his representative and, if necessary, tested before use. Any work, on which such materials are used
without approval and written permission of the Engineer, is liable to be considered as defective and
not acceptable.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 71 of 287


Irrigation & Water Resources Department
8.1 The day to day and periodical tests, to be carried out on materials, mixes and placed
concrete, etc., shall be specified by the Engineer from time to time and the Contractor shall
allow all the facilities and cooperation towards collections of samples etc. All labour for
collecting samples for tests will be supplied by the Contractor free of cost to the Engineer.
Where testing facility is not available in the field lab, the Engineer-in-Charge will get the
test conducted from some approved laboratory and testing and transportation charges shall
be borne by the Contractor in all such cases.

8.2 An authorized representative of the Contractor shall remain present at the time when the
samples are taken and shall authenticate the facts, if so required. If the Contractor’s
representative fails to be present as aforesaid, the samples or cores, etc. as are taken by the
Engineer or his representatives shall be considered to be authentic. The Contractor will
however be informed of the details of such samples having been taken.

8.3 The materials, mixes and the cores shall be tested day to day and periodically at the
laboratory and the results given thereby shall be considered correct and authentic by the
Contractor. The Contractor shall be given access to all operations and tests that may be
carried out as aforesaid so that he may satisfy himself regarding the procedure and method
adopted. It shall then be the Contractor’s responsibility to produce the works, materials and
finished item to the standards based on the laboratory design and tests.

8.4 The methods of sampling, testing, procedures and standards shall be laid down by the
Engineer from time to time.

8.5 The quality and quantity of material shall be the responsibility of the Contractor,
irrespective of the test results being good.

9. Arrangement of water and electric power, etc. required by the Contractor for the work shall
be made by him at his own cost. Engineer will, however, recommend to the concerned State
Electricity Utilities for providing the connection and power to the Contractor, however, the
Engineer will bear no responsibility in this respect.

9.1 Contractor shall not be allowed to start the work till Engineer is satisfied with the proper
arrangement of good quality water for execution of work including curing for 28 days. For
this, the Contractor shall have to construct water storage tanks of sufficient capacity. No
extra payment shall be made on this account. Any delay in execution of work due to non-
availability of sufficient water will be responsibility of the Contractor. In case water is used
from Government source, the contractor has to pay 0.5% of the cost of the part of such
work for which the water is used.

9.2 The Contractor shall not set fire to any standing jungle, trees, ‘bush’ wood or grass without
a written permission from the Engineer.

9.3 When such permission is given and also in all cases when destroying of dug trees, bush
wood, grass, etc. by fire the Contractor shall take necessary measures to prevent such fire
spreading to or otherwise damaging surrounding property.

9.4 Any damage caused by the spreading of such fire, whether in or beyond limits of the
Engineer’s property shall be made good by the Contractor within a period specified by the
Engineer or in default the amount of the damage shall be recovered by the Engineer from
the Contractor’s bill as damages or deducted by any other duly authorized officer from any
sums that may be due or become due from the Employer to the Contractor under the
Contract or otherwise.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 72 of 287


Irrigation & Water Resources Department
9.5 The Contractor shall bear the expenses of defending any action of law proceedings that may
be brought by any person by injury sustained owing to neglect of precautions to prevent the
spread of fire and shall pay any damage, and cost that may be awarded in consequence.

10. The Engineer may order the Contractor to suspend any work that may be subject to damage
by climatic conditions and no claim of the Contractor will be entertained by the Engineer on this
account.

11. A site order book shall be kept on the site of the work. As far as possible, all orders,
regarding the work are to be entered in this Book. All entries therein shall be signed by the
Engineer or his authorized representative and the Contractor or his authorized representative. In
important cases, the Engineer will countersign the entries which have been made. The site order
book shall not be removed from the work site except with the written permission of the Engineer
and the Contractor or his representative shall be bound to take note of all instructions and
directions meant for the Contractor as entered in the site order book without having to be called on
separately to note them. The authorized representative of the Engineer shall submit periodically
copies of the remarks in the site order book to the Engineer for record and to the Contractor for
submitting compliance report.

12. The Contractor shall confirm to the regulations, safety precautions,bye-laws or any other
statutory rules made by any local authority or by the Government and shall protect and indemnify
the Engineer against any claims or liability arising from or based on the violations of any such
laws, ordinance, regulations, orders and decrees, etc.

13. The Contractor shall make his own arrangement for supply of all materials including
cement and steel. The Contractor shall be responsible for all transportation and storage of the
materials at site and shall bear all the related costs. The Engineer shall be entitled, at any time, to
inspect or examine all such materials. The Contractor shall provide reasonable assistance for
inspection or examination as may be required.

13.1 The Contractor shall keep an accurate record for use of materials like cement and steel used
in the works in a manner prescribed by the Engineer.

13.2 Large stock of cement shall not be kept at the work site but only sufficient quantities shall
be kept to ensure continuity of the work. The Contractor shall provide and maintain
efficient water proof storage sheds for cement on the site of work. It shall be stacked on the
platform 30 cm above the floor level and shall be covered with tarpaulin or any other
impervious covering material in order to protect the cement bags from moisture. The
cement shall be neatly stacked in an orderly manner so as to allow an easy access and
count. The arrangement of storage and utilization shall be such as to ensure the utilization
of cement in order of its arrival at the stores and the Contractor shall maintain satisfactory
records which would at any time show the date of receipt and proposed utilization of
cement lying in the stores at site.

14. The Contractor shall also construct and equip at his cost a working office with electricity
and water arrangement for his site Engineer.

15. The contractor shall also provide instruments for setting up field laboratory at his own cost
to site Engineer. No separate payment shall be made for this.

16. The Engineer shall have the right to deduct from the money due to Contractor any sum
required or estimated to be required for making good the loss suffered by a worker or workers by
reason of non-fulfillment of the condition of Contract for the benefit of the workers vis-à-vis the
Haryana Government, the Contractor shall be primarily liable for all payments to be made under

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 73 of 287


Irrigation & Water Resources Department
and for the observance of the rules, regulations and labour law without prejudice to his right to
claim indemnity from his sub-Contractor.

17. Third Party Inspection - The Engineer-in-Charge may opt for 3rd party inspection other
than department in addition to inspection by department staff, the 3rd party would inspect to ensure
execution of work as per specification/ agreement and also quality control i.e. draw of samples,
testing and other items etc. The report of the same would be submitted to Engineer-in-Charge by
the 3rd party. The agency/ contractor shall be bound by the report of 3rd party inspection and shall
take remedial measures for execution of work as per specifications in agreement at their own cost.
The cost of 3rd party inspection will be borne by the employer.

18. The Contractor shall confirm to the regulations, safety precautions,bye-laws or any other
statutory rules made by any local authority or by the Government and shall protect and indemnify
the Engineer against any claims or liability arising from or based on the violations of any such
laws, ordinance, regulations, orders and decrees, etc.

19. The Contractor shall make his own arrangement for supply of all materials including
cement and steel. The Contractor shall be responsible for all transportation and storage of the
materials at site and shall bear all the related costs. The Engineer shall be entitled, at any time, to
inspect or examine all such materials. The Contractor shall provide reasonable assistance for
inspection or examination as may be required.

19.1 The Contractor shall keep an accurate record for use of materials like cement
and steel used in the works in a manner prescribed by the Engineer.

19.2 Large stock of cement shall not be kept at the work site but only sufficient
quantities shall be kept to ensure continuity of the work. The Contractor shall
provide and maintain efficient water proof storage sheds for cement on the
site of work. It shall be stacked on the platform 30 cm above the floor level
and shall be covered with tarpaulin or any other impervious covering
material in order to protect the cement bags from moisture. The cement shall
be neatly stacked in an orderly manner so as to allow an easy access and
count. The arrangement of storage and utilization shall be such as to ensure
the utilization of cement in order of its arrival at the stores and the Contractor
shall maintain satisfactory records which would at any time show the date of
receipt and proposed utilization of cement lying in the stores at site.

20. The Engineer may order the Contractor to suspend any work that may be subject to damage
by climatic conditions and no claim of the Contractor will be entertained by the Engineer on this
account.

21. Cement contents - Actual cement required for the aggregates in concrete to be used shall be
determined by laboratory test while designing the concrete mixes. If the cement contents of the
design mix of that grade come less than the provision of cement contents provided in the Haryana
Scheduled of Rates, (with latest amendments) due to durability conditions, the cement contents as
provided in the Haryana Schedule of Rates shall be used and no extra payment on this account
shall be made to the contractor. No extra amount over and above the minimum cement content as
provided in the Haryana Schedule of Rates shall be paid.

Special conditions of contract as per the requirement of the work.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 74 of 287


Irrigation & Water Resources Department

Contract Data to General Conditions of Contract


Sr. Description Clause No.
No.
1. The Employer is Superintending Engineer [Cl.1.1]
Designation: BWS Circle
Address: Sirsa
2. Name of authorized Executive Engineer Ghaggar Water Services [Cl.1.1]
Representative Division Sirsa
3. The Engineer is Executive Engineer [Cl.1.1]
Designation: Ghaggar Water Services Division
Address: Sirsa
4. The Intended Completion Date 16 Months 20 and Days [Cl.1.1,
for the whole of the Works is 16 17&27]
Months 20 and Days after start
of work.
5. The Site is located Sirsa Bhatinda railway line on village road [Cl.1.1]
farwain Kalan to Budhbhana district Sirsa.
6. The Start Date shall be 10 days 31/07/2024 [Cl.1.1]
after the date of issue of the
Notice to Proceed with the work
7. Section completion 31/07/2025 [Cl 2.2]
8. The following documents also NA [Cl.2.3
form part of the Contract : (11,12)]

9. Joint Ventures Not allowed [Cl.3.1,4.4]

10. Sub Contracting NA [Cl 7.1]

11. The Schedule (if any) of Other NA [Cl. 8.1]


Contractors is attached
12. The Technical Personnel for work and operation of lab are: [Cl. 9.2]

Sr. Personnel Qualification No. of personals


No.
1 Project Manager -
2 Site Engineer -
3 Plant Manager -
4 Quantity Surveyor -
5 Soil and Material Engineer -
Total: -

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 75 of 287


Irrigation & Water Resources Department

Note:-
In case, the above qualified personnel are not deployed the following deduction shall
be made per month from the payment due to the contractor.

Project Manager = Rs. 150000/- per month


Site Engineer = Rs. 75000/- per month
Plant Manager = Rs. 50000/- per month
Quantity Surveyor = Rs. 40000/- per month
Soil and Material = Rs. 40000/- per month
Engineer
The Employer reserves the right to employ any or all the above personal as per requirement
given above irrespective of above deductions made from the payments due to the contractor.

11. Amount and deductible for insurance are:

(i) Insurance cover for work is equal to the contract price and the [Cl. 13.1 (a)]
amount of deductable is 1% of the contract price

(ii) Minimum insurance cover for injury and death is Rs.10.00 lacs per [Cl. 13.1 (b)]
occurrence with the number of occurrences limited to four. After
each occurrence, contractor will pay additional premium necessary
to make insurance valid for four occurrences always. The amount
of deductable is Rs. 2.00 Lacs of the contract price.

(iii) Minimum insurance cover for damage to the property of the third [Cl. 13.1 (c)]
party is Rs. 20.00 Lacs. The amount of deductable is Rs. 2.00 Lacs
of the contract price.
(iv) Insurance cover for work is equal to the contract price and the [Cl. 13.3 (a)]
amount of deductable is 1% of the contract price
12. Site investigation report [Cl.14.1]
13. Security Deposit for invoking Arbitration [Cl. 25]
Sr No. Amount of Claim Rate of Security Deposit
1. For claims below 10,000 2% of claimed amount
2. For claims of Rs. 10,000 and 5% of claimed amount
above but below Rs 1,00,000/-
3. For claims of Rs 1,00,000 7.5% of claimed amount
and above

14. a. The period for submission of the programme for approval of [Cl.26.1]
Engineer shall be 07 days from the issue of Letter of
Acceptance
b. The updated programme shall be submitted at interval of 14 [Cl. 26.4]
days
c. The amount to be withheld for late submission of an updated [Cl. 26.4]
programme shall be 2% of the initial / revised contract price or
the enhanced contract price as applicable.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 76 of 287


Irrigation & Water Resources Department

15. The following events shall also be Compensation Events: [Cl. 44.2 l]

Substantially adverse ground conditions encountered during the course of execution


of work not provided for in the bidding document.

(i) Removal of underground utilities detected subsequently


(ii) Significant change in classification of soil requiring additional mobilization
by the contractor, e.g. ordinary soil to rock excavation,
(iii) Removal of unsuitable material like marsh, debris dumps, etc not caused by
the contractor
(iv) Artesian conditions
(v) Seepage, erosion, landslide
(vi) River training requiring protection of permanent work
(vii) Presence of historical, archeological or religious structures, monuments
interfering with the works.
(viii) Restriction of access to ground imposed by civil, judicial, or military authority.

15 a. The formula for price adjustment of prices are: [Cl. 47.1]

15 (a) (i) Adjustment of price for bitumen:

Price adjustment for increase or decrease in the cost of bitumen shall be paid as
follows:

That the rate of bitumen/ emulsion at the refinery on the date of close for financial
bidding shall be considered as base rate if during execution of the works, the rate of
bitumen/ emulsion increase or decrease at refinery, the difference in cost shall be
paid/ recouped from the contractor in the bill, subject to the following conditions:-

(A) The contractor shall submit original bill/ voucher of the refinery while
claiming the payment for the work done. The bill/ voucher should pertain to
the period of original contractual time limit and should correspond with the
progress of work. No extra payment due to increase in rate of bitumen /
emulsion will be paid if the original bill/ voucher are not submitted by the
agency.

(B) No increase in prices of the bitumen / emulsion shall be reimbursed to the


contractor beyond the original time period allowed for construction as per
contract agreement irrespective of extension of time limit granted to the
agency for any reason, whatsoever. However, decrease in price of
bitumen/emulsion shall be recouped from the contractor even beyond the
original time period allowed for construction.

(C) After approval of tender, the contractor shall submit the work programme for
execution of work and get it approved from the Engineer-in-Charge in the
time limit prescribed in the tender document. The increase in rates of
bitumen, emulsion shall only be paid if the bitumen work is carried out within
the prescribed period as per approved work programme.

(D) Only actual difference of rates of Bitumen will be payable / deductable to the
contractor. No overhead charges and contractor profit etc. are to be added /
deleted, no tender premium is to be added / deleted.”
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 77 of 287


Irrigation & Water Resources Department

(E) The contractor can arrange the bitumen from any of the refinery or import the
same subject to the condition that the quality of bitumen is as per the
requirement of contract and specifications. Regarding payment of price
variation of bitumen as per the agreement, that the escalation de-escalation
will be paid on the basis of lesser cost implication to Department /
Government on consideration of the difference in rates as given below subject
to financial regularity and other terms and conditions of agreement :-

(a) Prevailing rates of IOC refineries at Panipat at the time of tender and at the
time of purchase of bitumen.

(b) Prevailing rates at the source from which the bitumen is purchased by the
contractual agency at the time of tender.

It is further clarified that:-

(a) When recovery is due on account of decrease in rates of bitumen, higher of


the difference in rates of IOC Panipat and that of private refinery / Sector,
shall be considered.

(b) When escalation is due to increase in rates of bitumen is due to agency, then
lesser of the difference in rates of IOC Panipat and that of private refinery /
Sector, from whom bitumen was purchased, shall be considered.

15 (a) (ii) Adjustment for Grey Cement (OPC/PPC) and, Steel for reinforcement and
structural members (index for MS Long Products) :

Price adjustment for increase or decrease in the cost of Grey Cement (OPC/PPC) and,
Steel for reinforcement and structural members (index for MS Long Products) shall
be paid as follows:

(A) If after submission of the, the price of Grey Cement (OPC/PPC) or Steel for
reinforcement and structural members (index for MS Long Products)
incorporated in the works (not being a material supplied form the Engineer-
in-Charge’s Store) increase (s) beyond the price (s) prevailing at the time of
the last stipulated date for financial bid closing of tenders (including
extensions, if any) for the work, then the amount of the contract shall
accordingly be varied and provided further that any such increase shall not be
payable if such increase has become operative after the stipulated date of
completion of work in question.

(B) If after submission of the, the price of Grey Cement (OPC/PPC) / or Steel for
reinforcement and structural members (index for MS Long Products)
incorporated in the works (not being a material supplied form the Engineer-
in-Charge’s Store) is decreased, Govt. shall in respect of these materials
incorporated in the works (not being materials supplied from the Engineer-in-
Stores) be entitled to deduct from the dues of the contractor such amount as
shall be equivalent to the difference between the prices of Cement
(OPC/PPC) as prevailed at the time of last stipulated date for receipt of
tenders including extensions if any for the work and the prices of these
materials on the coming into force of such base price of Cement (OPC/PPC)
and issued under authority of Engineer-in-Chief, Haryana PWD B&R,
Chandigarh.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 78 of 287


Irrigation & Water Resources Department

(C) It is further clarified that the decrease in the prices of of Grey Cement
(OPC/PPC) / or Steel for reinforcement and structural members (index for
MS Long Products) and shall be deducted from the dues of the contractor if
such decrease has become operative after the stipulated date of completion of
work in question and increase shall not be payable if such increase shall not
be payable if such increase has become operative after the stipulated date of
completion of work in question.

(D) The increase/ decrease in prices shall be determined by the All India
Wholesale Prices Indices for Grey Cement (OPC/PPC) / or Steel for
reinforcement and structural members (index for MS Long Products) as
published by the Economic Advisor to Government of India, Ministry of
Commerce and Industry) and base price for Grey Cement (OPC/PPC) / or
Steel for reinforcement and structural members (index for MS Long Products)
as mentioned in the Bid Document or if not mentioned then as issued under
authority of Engineer-in-Chief, Haryana PWD B&R, Br. Chandigarh as valid
on the last stipulated date of receipt of tender, including extension if any and
for the period under consideration.

Adjustment Calculation Formula for Grey Cement

The amount of the contract shall accordingly be adjusted for Cement (OPC/PPC) will be
worked out as per the formula given below:-
Adjustment for component of “Grey Cement (OPC/PPC)”
Vc=Pc X Qc x CI-C1o
C1o
Where,
Vc= Variation in Cement (OPC/PPC) cost i.e. increase or decrease in the amount in
rupees to be paid or recovered.

Pc= Base price of Cement (OPC/PPC) as mentioned in the Bid Document or if not
mentioned then as issued under authority of Engineer-in- Chief, Haryana
PWD B&R, Br. Chandigarh valid at the time of the last stipulated of receipt
of tender including extension if any.

Qc= Quantity of Cement (OPC/PPC) used in the works since previous bill.

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

C1= All India wholesale price index for Cement (OPC/PPC) for period consideration
as published by the Economic Advisor to Government of India, Ministry of
Industry and Commerce

Adjustment Calculation Formula for Steel for reinforcement and structural members
(index for MS Long Products)
Vs=Ps x Qs x SI-S1o
S1o
Vs = Variation in cost of Steel (MS Long Products) i.e. increase or decrease in the
amount in rupees in the amount in rupees to be paid or recovered.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 79 of 287


Irrigation & Water Resources Department
Ps = Base price of Steel (MS Long Products), as mentioned in the Bid Document or
if not mentioned then as issued under authority of Engineer-in-Chief,
Haryana PWD B&R Br., Chandigarh at the time of the last stipulated date of
receipt of tender including extensions, if any.

Qs= Quantity of Steel (MS Long Products) paid either by way of secured advance or
used in the works since previous bill (Whichever is earlier).

S1o= All India wholesale Price Index for Steel (MS Long Products) for the period
under consideration as published by Economic Advisor to Government of
India, Ministry of Industry and Commerce as valid on the last stipulated date
of receipt of tenders including extensions, if any.

S1= All India Wholesale Price Index for Steel (MS Long Products) for the period
under consideration as published by Economic Advisor to Government of
India, Ministry of Industry and Commerce.

Base rate of Cement (OPC/PPC) and Steel (MS Long Products)


Grey- Cement (OPC/PPC) : Rs. 4940 /- per MT excluding taxes.
Steel (MS Long Products) : Rs. 50000 /- per MT excluding Taxes.
No other increase/decrease in prices is permissible.

15 (a) (iii) Adjustment of POL (fuel and lubricant) component


Price adjustment for increase or decrease in the cost of POL (fuel and lubricant) shall
be paid in accordance with the followings formula:

Vf = 0.85xPf/100xRx(Fl-Fo)/Fo

Vf =increase or decrease in the cost of work during the month under consideration
due to changes in rates for fuel and lubricants.

Fo = The all India wholesale price index for ‘Fuel and Power’ for the calendar month
28 days preceding the date of opening of bids as published by the Office of
Economic Advisor, Government of India, Ministry of Commerce and Industry,
Department of Industrial Policy and Promotion with website
www.eaindustry.nic.in

F1 =The all India average wholesale price index for ‘Fuel and Power’ for the month
under consideration as published by Office of Economic Advisor, Government
of India, Ministry of Commerce and Industry, Department of Industrial Policy
and Promotion with website as www.eaindustry.nic.in

Pf = 5.
R = Value of work executed during the period.

16. The proportion of payments retained (Retention Money) shall be 6% from each
bill subject to a maximum of 5% of final contract price.
[CI.48]
17. (a) Milestones to be achieved during the contract period.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 80 of 287


Irrigation & Water Resources Department
Financial works to be completed Period from the start date [Cl. 49.1]
Milestone 1 i.e. 20% 25% of the stipulated time
Milestone 2 i.e. 50% 50% of the stipulated time
Milestone 3 i.e. 75% 75% of the stipulated time
Milestone 4 i.e. 100% 100% of the stipulated time

(b) Amount of liquidated damages For whole of work


for delay in completion of works (1/2000)th of the initial / revised
Contract Price, rounded off to the
nearest thousand, per day.
For non achievement of
milestone,
(1/2000)th of the initial /
revised Contract Price,
rounded off to the nearest
thousand, per day.

(c) Maximum limit of liquidated 10 (Ten) per cent of the contract price
damages for completion of rounded off to nearest thousand.
work

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 81 of 287


Irrigation & Water Resources Department
18. The amounts of the advance payment are: [CL:50]

Nature of Amount Conditions to be fulfilled


Advance
I Mobilization Maximum 5 % of the An interest bearing mobilization
contract price advance upto the extent of 5% of contract
value (or such limit as prescribed) may be
given to contractors for works costing
more than Rs.2.00 crores, against
unconditional and irrecoverable bank
guarantees to be furnished by the
contractor equal to the amount of advances
paid from time to time. Interest @Marginal
Cost of Funds based Lending (MCLR) of
SBI prevalent at the time of tender per
annum shall be charged on mobilization
advance given to the contractor

The recovery of the mobilization


advance together with interest shall be
done through percentage deductions
from interim/running payments, in the
manner prescribed in the contract. It shall
be desirable to recover the total amount
of mobilization advance alongwith
interest within 80 % of the time
stipulated for completion. The
mobilization bank guarantee shall be
released after the recovery of full
mobilization advance, including interest
thereon.

In case, of slow progress of work,


the‘Engineer’ comes to a conclusion that
the total amount of mobilization advance
with interest cannot be recovered by the
time 80% of stipulated time is over, the
bank guarantee(s) furnished by the
contractor may be encashed.

If the tender document so provides,


the contractor will have the option to
furnish mobilization bank guarantee in
parts and on recovering of ¼ , ½, ¾ and
full advance, proportional bank guarantees
can be released.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 82 of 287


Irrigation & Water Resources Department
II Secured advance 75% of Invoice value In case the contractor requires an advance
for non-perishable on the non-perishablematerials brought to
materials brought to site, ‘Engineer’ may, on written request
site from the contractor, sanction the advance
upto an amount 75% or as decided by the
‘Engineer’ of the value (as assessed by
themselves) as stated in the Contract Data
of such materials, provided such
materialsare to be consumed with in next
three months and that a formal agreement
is drawn up with the contractors under
which Govt. secures a lien on the materials
and is safeguarded against losses due to the
contractor postponing the execution of the
work or misuse of the material and against
the expense entailed for their proper watch
and safe custody. If the material is fire
prone or can be destroyed fully/partially on
storage, it shall be desirable to have it first
insured by the contractor. Cases in which a
contractor, whose contract is for finished
work, requires an advance on the security
of materials brought to site. Any secured
advance should be settled / recovered
within 3 months of its release.
Note : Such advance will not be given for
sand, aggregate, GSB and stone metal etc.
The contractor will submit the original bills
and e-way bills for the material for which
secured advance is being claimed.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 83 of 287


Irrigation & Water Resources Department
III Machinery Advance Maximum 5 % of the For works costing more than Rs.10.00
contract price crores another interest bearing machinery
advance to a maximum of 5% of the
contract price, depending on merits of the
case, can be given against the new key
construction equipment brought to the site
and to be deployed on the work, if a written
request is made by the contractor.

The advance shall be paid only upon the


contractor furnishing (i) an affidavit that
the machinery in question is free of any
charge or hypothecation with any bank or
financial institution: (ii) unconditional
and irrecoverable bank guarantee(s) (iii)
satisfactory proof of purchase/payment
of the machinery, and (iv) a written
undertaking that the equipment so
purchased by him is required for use on
the work in question, is fully serviceable
shall work only on that job and shall not
be removed from the site without
obtaining written approval of the
‘Engineer’s .The recovery of machinery
advance and the Interest @Marginal Cost
of Funds based Lending (MCLR) of SBI
prevalent at the time of tender per annum
shall be charged. against the machinery
advance given to the contractor.

The recovery of the machinery advance


together with interest shall be done through
percentage deductions from
interim/running payments, in the manner
prescribed in the contract. It shall be
desirable to recover the total amount of
machinery advance alongwith interest
within 80% of the time stipulated for
completion. The mobilization bank
guarantee shall be released after the
recovery of full machinery advance,
including interest thereon.
The bank guarantee shall be unconditional, requiring the bank to pay the beneficiary the sum
specified in the guarantee on the first demand and without demur, and without reference to
the party on whose behalf it has been issued, notwithstanding any dispute or disagreement
that might have arisen between the employer and the contractor. The f orm of bank
guarantee shall be prescribed by the departments.
It shall be the duty of the ‘Engineer’ to obtain independent confirmation about the
genuineness of the bank guarantees directly from the bank issuing them. Further, he shall
keep them in safe custody and hand them over to his successor when a change of charge
takes place. Details of bank guarantees shall be entered into a register which shall be
reviewed every month to ensure timely action in respect of renewal of any guarantee, if
required, before it expires.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 84 of 287


Irrigation & Water Resources Department
(The advance payment will be paid to the Contractor no later than 28 days after fulfillment
of the above conditions)
Always provided that the advance shall be completely repaid prior to the expiry of the
original time for completion pursuant to clauses 17.
The secured advance shall be repaid from each succeeding monthly payments to the extent
material [for which advance was previously paid pursuant to Clause 51.4 of G.C.C.] have
been incorporated into the Works.

19. The period for setting up a field laboratory with the prescribed equipment [Cl.31.1]
is 28 days from the date of notice to start work

20. The Defect Liability-cum-Maintenance Period is 365 Days from the date of [Cl. 56]
completion.
21. The date by which “as-built” drawings (in scale as directed) in 2 sets are [Cl.58.2]
required is within 28 days of issue of certificate of completion of whole or
section of the work, as the case may be.
22. The amount to be withheld for failing to supply “as-built” drawings by the date [Cl.58.2]
required is Rs. 0.5% of agreement amount.
23. The following events shall also be fundamental breach of Contract: [Cl.59.2 (h)]
(i) The Contractor has contravened Clause 7.1 or Clause 9 of Part I General
Conditions of Contract
(ii) NA

24. The percentage to apply to the value of the work not completed representing the [Cl.60.1(i)]
Employer’s additional cost for completing the Works shall be 20 (Twenty)
percent.
s

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 85 of 287


Irrigation & Water Resources Department

Section 4-A
Detailed Scope of Work
Detailed Scope of Work.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 86 of 287


Irrigation & Water Resources Department

Section 4-B
Technical Specifications

(1) Execution of Electrical Works


In case where the work involves electrical work also, the contractor will get the work executed through a
sub contractor and will get the sub contractor approved from the employer before start of electrical work. The
employer will examine the credentials of the electrical sub contractor on the basis of similar qualification
criteria as has been applied for the civil works in this bid. The electrical sub contractor must have license of
electrical works from Chief Electrical Inspector, Haryana.

(2) Execution of Public Health Works


The execution of shifting of Public Health utilities works shall be supervised by the PHED as agreed vide
letter No. 100708/PHE/Plg. dated 10.11.2016. The payment shall be made by PWD (B&R) after getting
verification of the bill with respect to the Public Health utilities by the PHED.

(3) List of Equipment, Plant and Machinery


Sr. Type of Equipment Maximum Contract Value
No. Age as on
date of bid
submission
Upto More Upto More More than More
Rs. than Rs. Rs. 5 than Rs. Rs. 20 than
50 50 lacs crore 5 crore crore upto Rs.
lacs upto Rs. upto Rs. Rs. 50 50
1 crore 20 crore crore crore
1. Tipper Trucks 5-7 * * 6 10 15 20
2. Motor Grader 5 * * 2 2 3 4
3. Dozer 5 * * 1 1 1 2
4. Front end Loader 5 * * 2 2 2 4
5. Smooth Wheeled Roller 5 * * 2 2 3 4
6. Vibratory Roller 5 * * 2 2 2 3
7. Batch Type/Hot Mix Plant/Drum Type 5 * * 1 1 1 2
Hot Mix Plant with Electronic Controls
(Minimum 80-100 TPH Capacity) as
per BOQ
8. Paver Finisher with Electronic Sensor 5 * * 1 1 1 2
9. Water Tanker 5 * * 3 3 4 5
10. Bitumen Sprayer 5 * * 1 1 1 2
11. Tandem Roller 5 * * 1 1 1 1
12. Concrete Mixers with Integral Weigh 5 * * 2 2 1 2
Batching facility
13. Concrete Batching and Mixing Plant 5 * * - - 1 1
(Minimum Capacity – 15m3/hour)

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 87 of 287


Irrigation & Water Resources Department
14. Concrete paver capable of paving 7.5m 5 * * - - - 1
width in one single pass including all
accessories such as automatic dowel
bar insertor, integral vibratory system
and electronic sensors ancillary
equipment for applying curing
compound joint cutting etc.
15. Concrete Batching and Mixing plant 5 * * - - - 1
with automatic control
(minimum 100 cum/hour)
Total 24 28 36 54
Note: above list is only suggestive and not exhaustive. Any other machinery shall also be included and
deployed for execution of work as per site requirement.
The Technical Personnel for work are to be deputed as given in table below:

Sr. Personnel Qualification Contract value


No.
Upto Rs. More More More More More
50 lacs than Rs. than Rs. than Rs. than Rs. than Rs.
50 lacs 1 crore 5 crore 20 crore 50 crore
upto Rs. upto Rs. upto Rs. upto Rs.
1 crore 5 crore 20 crore 50 crore
1. Project Manager BE.Civil + 10 Years Exp - 1 1 1 No 1 No 1 No
2. Site Engineer BE.Civil+3 Years Exp. OR - 1 1 2 No. 4 No. 6 No.
diploma with 7 years Exp.
3. Plant Engineer BE. Mech. +3 Years Exp. - 1 1 1 No 1 No 2 No.
Or Dip.Mech. + 7 Years
Exp.
4. Quantity BE. Civil +3 Years Exp. 1 1 1 1 No 1 No 2 No.
Surveyor Or Dip. Civil+7 Years
Exp.
5. Soil & Material B.E. Civil + 3 Years Exp. - 1 1 1 No 1 No 1 No
Engineer Or Dip. Civil + 7 Years
Exp.
Total: 1 5 5 6 8 12

5. The Defect Liability-cum-Maintenance Period (DLP)’


(i) For improvement / special repair of roads DLP is 3 years for State Highway and MDR. For VT road and
V1, V2, V3 roads it is 4 years. In case of new construction, DLP is 4 years.
(ii) For premix carpet work, ‘Defect Liability-cum-Maintenance Period’ is 2 years.
(iii) For surface dressing work, Defect Liability-cum-Maintenance Period’ when executed on through rates
from contractual agency is 1 ½ year.
Further, it is clarified that DLP for drains / retaining wall / culverts / bridges Inter-locking paver blocks shall
be kept as per category of road (i.e. 3 years for SH / MDR and 4 years for ODRs) even in case of roads treated
with premix carpet where DLP is for 2 years and treated with surface dressing where DLP is for 1 ½ year.
The ‘Defect Liability-cum-Maintenance Period’ is without any payment for maintenance activities.
iv) The defect liability for cement concrete pavement shall be ten years irrespective of category of road.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 88 of 287


Irrigation & Water Resources Department

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 89 of 287


Irrigation & Water Resources Department

Technical Specifications
for Road Works

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 90 of 287


Irrigation & Water Resources Department

A. The work shall be carried out as per MoRT&H and PWD Specifications and also with latest
applicable IRC codes.
B. Maintenance during construction period

The contractor will maintain the existing road from start of contract to the completion
of contract by filling potholes duly covered with bituminous material to keep the road
in traffic worthy condition. This is incidental to main work and nothing extra shall be
payable on this account.

C. Special Conditions for Bituminous work

(a) “Bitumen and Bitumen Grade CRMB, wherever to be used in the work, will be
purchased from the refineries only.”

(b) An undertaking should be taken from the agency during the payment of every bill
that:
i) He has actually purchased the bitumen as per list enclosed as annexure (the
annexure should be part of undertaking).
ii) He has used this bitumen on this work only.
iii) He has not claimed its cost from any other division/office or anywhere else.
iv) The data submitted by him is totally correct.
v) He owns full responsibility for the quality & quantity of bitumen and submission of
data.

(c) For controlling the quantity of mixed material the following procedure be adopted:
(i) The contractor shall provide, install, maintain and operate at his own cost in good
working condition a weigh bridge of suitable capacity at site of the hot mix plant
under the direction of Engineer or his representative.
(ii) Each truck before loading of the mix shall be weighted on the Weigh Bridge and its
weight shall be recorded in the measurement book under the signature of authorized
representative of the contractor and of the Engineer.
(iii) The truck shall be again weighed on the weight bridge after loading of the mix and
its weight recorded as per prescribed performa.

The details of mixed material be compiled as per following procedure:-

i) A slip should be issued by JE at the plant site as per Annexure-II.


ii) The slip book should be in three colors i.e. Pink, Yellow and White.
iii) White slip shall be retained at plant site, Yellow & Pink shall be sent to work site.
Yellow slip shall be returned to plant site JE duly signed by JE & SDE of site in-
charge and Pink slip shall be retained by JE work site.

iv) A register showing these details will be maintained at site.

The above instructions/ procedures are applicable for procurement of bitumen by department as
well as through the contractors. These may also be made part of the contract document
henceforth.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 91 of 287


Irrigation & Water Resources Department

Annexure-I

Tanker Refinery Date of Date of Empty Loaded Weight of Photograph of Person in


No. Indent No. indent receipt weight of weight of bitumen Tanker whose
Tanker Tanker presence
unloaded.

Annexure-II
SLIP

Sr. No._____________________________ Book No.___________________


1. Vehicle No. _______________________ Date & time__________________
2. Weight of loaded Tipper_______________________________________
3. Weight of empty Tipper_________________________________________
4. Weight of Mix Material__________________________________________

Signature of Signature of Signature of


JE at Hot Mix Plant. SDE at site of work. JE at site of

(d) The agency to whom the work is allotted will have to produce original vouchers for
all quantities in lieu of purchase of bitumen, steel, and cement from the original
manufacturer or other authorized dealers/distributors to the entire satisfaction of the
Engineer for ascertaining the genuineness of material. Attested copy of voucher will
have to be submitted along with bills.
(e) The Job mix formula will be got tested from CRRI New Delhi, NIT Kurukshetra,
PEC, Chd., TTI, Chandigarh, Shriram Institute, Delhi and testing charges will be
borne by the agency. Nothing shall be paid on this account.
(f) When the work under one agreement is being executed, the contractor shall not
undertake any other work from same hot mix plant without written permission of the
Engineer and shall also make separate arrangement of bitumen for that work.

(g) Before carrying out bituminous work, coating & stripping of bitumen aggregate mix
is to be performed in accordance with IS-6241.If coating and stripping of bitumen
aggregate mix is less than 95%, anti-stripping agent will be used by the contractor.
The anti-stripping agent should conform to the requirement as stipulated in IS
14982:2017.The cost so incurred will be considered as incidental to work and
nothing extra shall be payable. The type and brand of anti-stripping agent along with
procedure shall be approved by SE in-charge in writing before start of work.
A proper record of results be maintained and same shall be submitted along
with bills by the contractor.

D. ADDITIONAL CONDITIONS

(i) Before laying any construction layer of GSB, sub grade or base course, earth work
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 92 of 287


Irrigation & Water Resources Department
on berms, if it is to be done by the agency against this agreement, should be
completed in all respect simultaneously. Before taking work of any next layer, earth
work on berms should be completed. Payment of any layer will be released only
when earth work on berms are completed.

(ii) No compensation for any damages caused to the earthwork by rains, floods or any
other natural calamities shall be paid to the contractor. The contractor shall have to
make good all such damages at his own cost as per direction of Engineer.

(iii) The final payment of the tenderer will not be paid until and unless he furnishes to
the satisfaction of the Engineer, proof that the price of earth used for the work having
been fully paid to the owner of the land from which the earth was removed by the
contractor from his (owner) land for the work and to indemnify against all the losses,
damages, cost of land expenses which the Govt. suffer or incur as a result of such
claim.

(iv) In case of embankment with Fly Ash, the contractor shall take special care to keep
the surface wet at all times so that the Fly Ash does not get mixed up with the
atmosphere thus causing poor visibility besides health hazards. If the contractor does
not comply with this provision, the Engineer shall make necessary arrangement after
giving appropriate notice to the contractor, for keeping the fly ash surface wet and
the contractor shall pay the expenses incurred on demand or otherwise the same shall
be recovered by Engineer from bills due to the contractor.

E. GENERAL CONDITIONS

(i) Correction of defects:- The Engineer shall give notice to the contractor of any
defects before the end of Defect Liability-cum-Maintenance Period which begins at
completion as per definition. The Defect Liability-cum-Maintenance Period shall be
extended as long as defects remain to be corrected. Every time notice of a defect is
given, the contractor shall correct the notice defect within the length of time specified
by the Engineer’s notice. If the contractor has not corrected a defect within the time
specified in Engineer’s notice, the Engineer will asses the cost of having the defect
corrected and the contractor will pay the amount.

(ii) The contractor shall have to provide a fields laboratory fully equipped at work site
and hot mix plant for conducting all the relevant tests mentioned in the MORT&H
specification subject to the approval of the Engineer or his representative. The record
of such tests is to be maintained in proper register duly singed by the contractor or his
representatives, which will become the property of the department. The contractor
will bear all the running expenses for conducting such tests. All the tests will be
carried in the presence of S.D.E.-in-charge and J.E.-in-charge.

(iii) The quality control test will also be done by the department and the material for such
test will be supplied by the contractor free of cost. In case the material is not found
upto the requirement, the same will be rejected.

(iv) Various quality control operation will be maintained as per Clause No. 901, 902, 903
of MORT&H (Road Wing) specification (5th revision) of latest edition and as per
instructions issued by MORT&H from time to time upto date.

(v) Contractor shall provide suitable measuring arrangement and leveling instruments of
latest quality as approved by Engineer at the site of work.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 93 of 287


Irrigation & Water Resources Department
(vi) No extra payment on account of quality control measures shall be paid to the
contractor.

(vii) The Engineer at his description can get any type and Nos. of tests carried out from
any other approved laboratory for his satisfaction for which all the expenses incurred
would be borne by the agency. The result so obtained from the laboratory would be
acceptable/binding to the agency.

(viii) The contractor shall be required to provide all such materials/equipments at site to
conduct fields tests and to ensure that the quality of material/item shall be according
to the prescribed specification and no payment of any kind for such tests shall be
made to him. In case the material/item is not found upto mark, the same will be
rejected.

(ix) For cement, bitumen, mild steel and similar other material, the essential tests are to
be carried out at the manufactures plant or at laboratories other than the site
laboratory. The cost of samples, testing and furnishing of test certificates shall be
borne by the contractor. He shall also furnish the test certificates to the Engineer.

(x) Contractor has to submit the bills (Running as well as final bill) for payment
alongwith quality control test results conducted as per frequency specified in
MORT&H specification. No payment will be made without test results.

(xi) OPC cement duly ISI marked of 43 grade such as JK, Lakshmi, L&T, A.C.C, Shree
and Birla or as approved by Engineer should be arranged by the contractor.

(xii) TMT Steel Fe-500/ 500 D duly ISI marked manufactured by reputed brands such as
Rashtriya Ispat Nigam Limited Vizag TMT 500 D/ Tata Iron & Steel Company
(TISCON) /Steel Authority of India Limited (SAIL TMT Bar)/JSW( Jindal Panther
TMT)/ Electrosteel (V-Xega) 550D TMT Bar/Shyam Steel Industries Ltd. ( Shyam
TMT ReBars Fe 500D) / Orissa Metallurgical Industry Pvt. Ltd. (OMPL TMT 500
D)/Super Shakti Steel (Super Shakti Fe500) etc. shall be arranged by the contractor.

(xiii) Before executing the work of drain, proper drawing depicting L-section and X-
section of drain alongwith is proper disposal will be got approved by S.E. in writing.
All culverts and bridges will be constructed as per IRC-SP-13 and also approved by
the SE-in-Charge.

(xiv) Agency will have to submit to the Engineer, the original bills of cement and steel etc.
in token of proof of purchase of material alongwith quality control test certificate of
manufacturer failing which no payment shall be released.

(xv) Agency will get the material tested from any approved laboratory as directed and
whenever required by Engineer and all liability of testing shall be borne by the
agency.

(xvi) The rates are inclusive of cost of traffic management during construction, Contractor
shall provide road signages, boards, gunny bags, sheet etc. for safety of traffic during
construction period which will be incidental to work. Nothing extra shall be paid on
this account.

(xvii) The contractor will supply bills for purchase of RCC Hume Pipes clearly indicating
name of manufacturer, date of manufacturing, Lot no. etc. These details must painted
on the RCC Hume Pipe. The pipe should be ISI marked. The manufacturer should

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 94 of 287


Irrigation & Water Resources Department
give proof for validity of ISI license. In case of non supply of bills, no payment will
be released.

(xviii) The contractor himself will arrange all the material such as bitumen, cement, steel,
bricks etc. at his own cost.

(xix) The riding quality of reach after giving treatment of wearing coat will not have
roughness more than 2000mm/km.

(xx) The contractor shall submit the proposal of widening of existing stretch to get the
centerline decided before commencement of work from Engineer.

(xxi) For work of embankment, sub grade & pavement, construction of subsequent layer of
same or other material over the finished layer shall be done after obtaining written
permission from the Engineer. Similar written permission from the Engineer shall be
obtained in respect of all other items of work prior to proceeding with the next stage
of construction.

(xxii) Before start of the work contractor will get his machinery inspected and approved
from the Engineer.

(xxiii) If at any stage, panel of concrete pavement develops cracks/disintegration during


Defect Liability-cum-Maintenance Period, the whole panel will be changed by
contractor at his own cost and nothing extra shall be paid.

(xxiv) 80% material from scarification shall be credited & used at site in items as
mentioned in the BOQ.

(xxv) The pits on account of de-forestation of trees / roots, shall be filled with sand and
compacted to the specification by the agency at his own cost in the entire length. No
payment shall be made and the cost is incidental to work.

F. Requirements for use of Paver Blocks

There are 2 types of requirements for use of paver blocks:-

(a) Obligatory Requirements:- As per clause 6.2 of IS Code-15658:2006


(i) Visual Inspection.
(ii) Dimensions and Tolerances.
(iii) Thickness of Wearing Layer
(iv) Water Absorption.
(v) Compressive Strength.
(vi) Abrasion Resistance.
(b) Optional Requirements:- As per Clause 6.3 of IS Code-15658:2006
(i) Tensile Splitting Strength.
(ii) Flexural Strength / Breaking Load.
(iii) Freeze-Thaw Durability.
(iv) Colour and Texture.

G. TECHNICAL CONDITIONS

(a) A register in prescribed form showing day to day receipt, consumption and balance
of cement at site of work will be maintained at the work/test site by the department,
which shall invariably be signed by the contractor or his authorized representative in

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 95 of 287


Irrigation & Water Resources Department
token of its correctness.

(b) The following basic records, in addition to what might be considered necessary,
shall be kept at site and be made available to the inspecting officers.
i. Record of placement of concrete and test cubes shall be maintained in he
following form:

Date Time of Start Time of Unit/Member Bulking of Extra sand used


Completion concreted sand if any to take care of
bulking
1 2 3 4 5 6

Water content of Water contents of Extra water added Total water content Water cement ratio
coarse aggregate fine aggregate
7 8 9 10 11

Slump of concrete Sources of supply Whether the batch Identification 7 days cube
of cement and of cement tested number of concrete Strength as
batch No. or not cube taken specified as per
actual test
12 13 14 15 16

25 days cube Sign of J.E. Sign of SDE Sign of Contractor Remakrs of


Strength as Engineer-in-
specified / as per Charge.
actual test
17 18 19 20 21

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 96 of 287


Irrigation & Water Resources Department

ii. Record of test for controlling the quality of concrete such as grading, analysis of
Aggregates, silt content of fine aggregates, water content of fine aggregates, water
content of coarse aggregate etc.
iii. Record of test results on samples of mild steel. For steel, high tensile steel.
iv. Record of cement tests for different consignment/batches/sources of supply.
v. C.P.M/PERT chart, original and as revised/updated.

H. MATERIALS AND WORKS TEST REGISTER.


Register on prescribed proforma showing test results of materials and work tests will
be maintained at the site of work by the department and every entry thereof, shall
invariably be signed by the contractor or his authorized representatives in token of its
correctness.

Technical Specifications
For
Building Works

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 97 of 287


Irrigation & Water Resources Department

1. SPECIFICATIONS

The work will be executed as per Haryana PWD B&R Specifications as per latest
amendment. In case of any discrepancy the Bureau of Indian Standards shall be followed and then
CPWD specifications shall be followed. These will be in order of preference as mentioned below:
i) Haryana PWD (B&R) Specifications.
ii) Bureau of Indian Standards.
iii) CPWD Specifications.
In case, any item is not covered by all three above, then the decision of ‘Engineer’
shall be final.

1. PREAMBLE

1.1 The technical specifications contained herein shall be read in conjunction with the other
bidding documents as specified in volume-1.

3. SITE INFORMATION

3.1 The information given here under and provided else, where in these documents is given in
good faith by the employer but the contractor shall satisfy himself regarding all aspects of site
conditions and no claim will be entertained on the plea that the information supplied by the
employer is erroneous insufficient.

3.2 The area in which the works are located is mostly plain terrain.

4.GENERAL CLIMATIC CONDITIONS

4.1 The Variation in daily temperature in this region is as under :-


(i) During summer months, from about 20º C minimum to 46º C maximum.
(ii) During winter months, from about 2º C minimum to 28º C maximum.

4.2 The average annual rainfall in the area is of the order of 500mm. A good portion of which is
concentrated during the months of August and September each year.

4.3 The range of relative humidity varies from a minimum of 40% to a maximum of 80%.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 98 of 287


Irrigation & Water Resources Department

EXPLANATORY NOTES

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

2. All clauses and notes given in the Haryana PWD schedule of rates 2021 (2nd edition)
and DSR 2018 with upto date correction slips issued upto the date of tender shall be
applicable to all above items wherever necessary.

3. The description, rates, units, etc. of above schedule shall be corrected as per Haryana
PWD schedule of rate 2021, (2nd edition) in case of any error or omission.

4. Chapter numbers with items referred to above are of Haryana PWD schedule of rates
2021 (2nd edition), corrected upto date.

5. The whole work shall be carried out strictly in accordance with the Haryana PWD
specifications book 1990 latest edition as applicable to Haryana State with upto date
correction slips and CPWD / MoRT&H / MoRD Specifications as applicable.

6. No premium shall be payable on the items which are not provided in the Haryana PWD
schedule of rates 2021, corrected-up-to-date.

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

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

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

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

11. Reinforcement shall be measured in length including hooks, if any, separately for
different diameters actually used in work, during overlaps. From the length so
measured, the weight of reinforcement shall be calculated in tones on the basis of
IS:1732 Wastage, overlaps couplings, welded joints, spacer bars, chairs, stays,
hangers and annealed steel wire or other methods for binding and placing, shall
not be measured and cost of these items shall be deemed to be included in the
rates for reinforcement.

12. Where there is a provision for flush door shutters, only doors which bear the ISI
certification marks and arranged from manufacturer of good repute like Green, Duro,
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 99 of 287


Irrigation & Water Resources Department
Durenzo, Century shall be accepted. In case flush door shutters bearing ISI certification
marks are not available in the market, flush door shutters confirming to ISI
specifications and arranged from manufacturer of good repute shall only be accepted.
They should be water proof, termite proof and have a guarantee for 10 years for any
defect liability. The plyboard / mica / laminate / veneers / teak veneers/ block boards
should also be of premium quality of reputed makes like Green, Duro, Durenzo,
Century with ISI mark. For WPC doors, windows and frames thereof from brand
Green, Duro, Durenzo, Century, COBE shall be accepted.
For Ceiling solutions : The items of brand names Armstrong, Gyproc, Decibel Ceiling
& Acoustics, Shera, USG Boral and Gypsoman etc shall be accepted.

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

14. Analysis of rates for non-schedule / non agreement items i.e. items which are not
provided in the Notice Inviting Tender / Haryana PWD Schedule of Rates, 2021 (2nd
editions) corrected upto date shall be payable as per actual lowest market rates from the
recognized public market suitable to the executing division and wages of labour as
applicable at the time of execution of work, plus admissible contractors profit and over
head charge. For such items of materials the contractor shall be required to produce
original vouchers which shall be subjected to verification by the ‘Engineer’. The rates
for non-schedule items shall be approved by the competent authority as recognized in
the departmental financial rules in existence at the time of approval.

15. First Quality glazed/ceramic/vitrified tiles of reputed manufactures such as Kajaria,


RAK, NITCO, Somany, Orient Bell, Jhonson, Simpolo to be arranged by the
contractor.

15 (a) OPC cement duly ISI marked of 43 grade such as JK, Lakshmi, L&T, A.C.C, Shree
and Birla or as approved by Engineer should be arranged by the contractor.

15 (b) TMT Steel Fe-500/ 500 D duly ISI marked manufactured by reputed brands such as
Rashtriya Ispat Nigam Limited Vizag TMT 500 D/ Tata Iron & Steel Company
(TISCON) /Steel Authority of India Limited (SAIL TMT Bar)/JSW( Jindal Panther
TMT)/ Electrosteel (V-Xega) 550D TMT Bar/Shyam Steel Industries Ltd. ( Shyam
TMT ReBars Fe 500D) / Orissa Metallurgical Industry Pvt. Ltd. (OMPL TMT 500
D)/Super Shakti Steel (Super Shakti Fe500) etc. shall be arranged by the contractor.

16. Waterproofing Compound, membrane, PU coating for basement podium terrace puf
insulation, sunken portion treatment, Plasticizer, Super Plasticizer, Admixtures, Tile /
Stone Adhesive /Tile / Epoxy Grout / Injection Grout, FRP / Fibre reinforcement wrap
of reputed manufactures such as ASIAN SMARTCARE / GCP / BASF / Bitumet /
Technonicol / Fosroc / Sika / Pidilite to be supplied by the Deptt. or arranged by the
contractor.
For paint works like Eexterior emulsions, ACRYLC interior emulsion / water-based
enamels / enamel and distempers the products of only Asian Paint, Dulux, Nippon,
Nerolac, Berger and Woodco paints etc shall be accepted.

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

18. The quantities of all items given in the Schedule are tentative. These can be increased

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 100 of 287


Irrigation & Water Resources Department
or decreased as per working Architectural drawings / structural drawings & nothing
extra shall be paid.

19. For quality control, the contractor shall be required to use cement concrete mix giving a
minimum cube strength as may be prescribed in the relevant structural drawings of
work. For cement concrete and cement mortar work and other items the test should be
regularly carried out as per procedure laid down in relevant I.S.I. & other codes at the
expense of the contractor. The rates provided in the H.S.R. 2021 (2nd edition) included
the cost of such testing.

20. Irrespective of what is stated in para 6 of General Rules of Haryana P.W.D. schedule of
rates, 2021 (2nd edition) no carriage of cement, steel, bricks and water or any other
type or material shall be admissible irrespective of any lead involved.

21. All the flooring like terrazzo, Kotah stone or marble flooring should be granite finished.
No extra rate shall be paid on this account to the contractor.

22. Where-ever brick work or earth filling/embankment work is to be executed, the same
has to be executed in accordance with the provision in the Fly Ash Notification dated
14.9.99 & 27.8.2003 i.e. by using Fly Ash brick and filling/embankment constn. by
Pond Ash/Fly Ash as specified in the aforesaid notification
after getting the design approved from ‘Engineer’s.Only I.S.I. marked factory
manufactured flush door shutter ply and block board should be used, where ever
required.

23. In case factory manufactured items, the contractor will get the name of manufacturers
approved form deptt. and a warranty of 5 years certificate in favour of ‘Engineer’ in
charge. In case of door shutters the type of wood used shall also be given by the
manufacturer. The agency shall produced a certificate that door & window shutters
fixed at site are actually factory manufactured - in case agency fails to do so the rate
for the same shall be paid for site manufactured shutters as per HSR 17.30 & 17.31 of
HSR 2021 2nd edition.

24. The agency will provide 2 Nos. boards of size 4’ X 2½’ at the site of work intimating
the details of the project otherwise deduction will be made from the first running bill of
the Agency @ Rs 15000/- per board.

25. Contractor will use coarse aggregate (all type of stone grit) and coarse and i.e. stone
dust (Zone IInd as per IS code). The material should confirming to the latest IS
specification.

26. Regular and monthly quality control test as per frequency as per IS code specification /
PWD specification is to be done by the Contractor at his own cost and submit the result
to the ‘Engineer’ regularly and in case if he fails to do the same, ‘Engineer’ will got
conduct all quality control test as per frequency for any reputed lab & amount of the
same will be recovered for the agency. Beside this ‘Engineer’ will carry out their own
quality control test and also will engage IIIrd party quality control agency for proper
quality control work and charges of this will be borne by the Govt.

27. All aluminum fittings for doors and windows shall be of ‘Classic’ or equivalents make
confirming to I.S. Specifications as approved by the ‘Engineer’.

28. Third Party Inspection - The Engineer-in-Charge may opt for 3rd party inspection
other than department in addition to inspection by department staff, the 3rd party would

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 101 of 287


Irrigation & Water Resources Department
inspect to ensure execution of work as per specification/ agreement and also quality
control i.e. draw of samples, testing and other items etc. The report of the same would
be submitted to Engineer-in-Charge by the 3rd party. The agency/ contractor shall be
bound by the report of 3rd party inspection and shall take remedial measures for
execution of work as per specifications in agreement at their own cost. The cost of 3rd
party inspection will be borne by the employer.

29. Cement contents - Actual cement required for the aggregates in concrete to be used
shall be determined by laboratory test while designing the concrete mixes. If the
cement contents of the design mix of that grade come less than the provision of cement
contents provided in the Haryana Scheduled of Rates, (with latest amendments) due to
durability conditions, the cement contents as provided in the Haryana Schedule of
Rates shall be used and no extra payment on this account shall be made to the
contractor. No extra amount over and above the minimum cement content as provided
in the Haryana Schedule of Rates shall be paid.

30. Design Mix Design mix will be got carried out by the Engineer-in-Charge from any of
the reputed laboratory at the cost of contractor. The source of aggregate shall be
identified by the contractor and Engineer-in-Charge’s representative shall be present
while taking sealed samples for the design mix from such source. Frequency of
carrying out Design Mix shall be as per relevant IS Codes and also when the source of
aggregate will change, the design mix shall be carried out again.

31 Conditions for Quality Control and Lab:

i. The contractor shall have to provide a field laboratory fully equipped at work site
before starting the execution of works for conducting all the relevant tests mentioned in
the Haryana PWD specification subject to the approval of the ‘Engineer’s -in-charge or
his representative. The record of such tests is to be maintained in proper register duly
signed by the Contractor or his representatives, which will become the property of the
department. The Contractor will bear all the running expenses for conducting such
tests. All the tests will be carried in the presence of S.D.E.-in-charge of the work. All
the entries are to be signed by the contractor, S.D.E. and J.E.-in-charge. In case the
contractor does not set up the field laboratory, an amount of Rs 10.00 lacs shall be
withheld from the first running bill and if the contractor does not setup the
laboratory, the same will be setup by the department from the withheld amount.

ii. The quality control tests which are carried out by the department and the material for
such tests will be supplied by the contractor free of cost. In case the material is not
found up to the requirement, the same will be rejected.

iii. Contractor shall provide suitable measuring arrangement and leveling instruments latest
quality duly approved by ‘Engineer’s -in-charge at the site of work.

iv. No extra payment on account of quality control measures shall be paid to the
contractor.

v. The ‘Engineer’s -in-charge at his discretion can get any type/Nos. of tests carried out
any other approved laboratory for his satisfaction for which all the expenses incurred
would be borne by the agency. The results so obtained from the laboratory would be
acceptable and binding to the agency.

vi. The Contractor shall be required to provide all such materials/equipment’s at site to
conduct field tests and to ensure that the quality of aggregate shall be according to the

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 102 of 287


Irrigation & Water Resources Department
prescribed specification and no payment for material required for sample for such tests
shall be made to him. In case, the material is not found up to mark, the same will be
reject.

vii. For cement, steel and similar other material, the essential tests are to be carried out at
the manufacturer’s plants or at laboratories other than the site laboratory, the cost of
samples, testing and furnishing of test certificates shall be born by the contractor. He
shall also furnish the test certificates to the ‘Engineer’.

viii. 25 % of the beams and columns in each floor before laying of slab for that floor of the
building, shall be subjected to Rebound Hammer Test conforming to IS 13311 (Part 2):
1992 before proceeding further with construction of next story of Building. The tests
shall be witnessed by SDE. In case the test result fails the column in parameters it shall
be demolished and reconstructed at the cost of the contractor. The test results shall be
tabulated and made part of the final bill.

xi. The liquidated damages can be deferred/reduced/waived (whole or part) by the SE


concerned for contract(s) upto Rs.1.00 cr., CE(Buildings) from Rs.1.00 cr. to Rs.10.0.
cr. and E-In-C of Haryana PW(B&R) Deptt. for contract(s) above Rs.10.00 cr. This
will be done on the written request of the contractor and written recommendations of
EE/SE as the case may be.

x. Upon completion and before offering the work for acceptance, the contractor shall
remove all false work, excavated and useless materials, rubbish, temporary building
constructed by him and shall leave the site and adjacent area in a neat and clean
condition to the entire satisfaction of the ‘Engineer’s . The ‘Engineer’s , reserves the
option to take away any item of work or any part thereof at any time during the
currency of the contract and reallocate it to any other agency with due notice to the
contractor without liability of any kind or payment of any compensation. Extra amount
if incurred will be recovered from the agency.

xi. The contractor has to make his own arrangements for water, bricks, wood and every
item required directly or indirectly for completion of work.

xii. No claim shall be entertained on account of increase in price of labour and material
other than provided in the contract due to any cause whatsoever.

xiii. In case of emergency the Contractor shall be required to pay his labour every day and
if this is not done, the ‘Engineer’ will make the requisite payment and recover the same
from the contractor.

xiv. Actual quantities of completed and accepted work shall only be paid.

xv. No pits shall be dug by the contractor near the site of work or within Govt. land for
taking out earth for use on the works. In case of default the pits so dug will be filled in
by the department at the cost of the contractor plus fourteen percent departmental
charges.

xvi. The rates to be quoted by the contractor shall be inclusive of octroi terminal tax,
royalty, cess and all other taxes (excluding GST) and charges. These are for complete
work in all respects The GST amount shall be reimbursed on production of proof of
deposit of GST with Govt. for the previous payment.

xvii. The Contractor shall not be entitled for any payment on account of work done untill he

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 103 of 287


Irrigation & Water Resources Department
signs the agreement.

ixvii. Nothing extra shall be paid for any lead and if unless otherwise specified for any
material required directly or indirectly and the rates to be given in the tender shall
include all leads in the contract schedule.

xix. The Contractor shall be responsible for any /all losses of material, damage done to
unfinished work as a result of floods and other acts of God. The Govt. will not be
responsible for any compensation as a result of such damage or loss to the Contractor
and the Contractor shall be liable to set right such damage at his own cost to the
satisfaction of the ‘Engineer’s .

xx. The royalty, sales tax, cess and any other taxes, if any shall be paid by the contractor
direct to the respective department in accordance with their rules and regulations in
force from time to time without intervention of the Public Works Department.

xxi. Amount of work may be increased or decreased and any item committed and
substituted in accordance with the requirement of the department and no claim on this
amount shall be entertained. The contractor will have to complete the whole
building as per architectural plans submitted by the Chief Architect Haryana by
the Architect
hired by the department for the work.

xxii. All material left at site by the contractor for a period of more than one month after the
completion of work shall become the property of the public works department and
Contractor shall have no claim whatsoever for such material.

xxiii. The Contractor shall maintain at site of work full details of specification of the work
fixed by the ‘Engineer’ and approved drawing of the work.

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

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

xxvi. The percentage above and below HSR including ceiling premium if any should be
quoted by the Contractor after making due diligence of the items in the BOQ and item
rates for NS items in BOQ should be quoted without any condition. In case any
condition is tendered this will be considered as null and void and only percentage above
and below HSR item rates quoted for NS items by the tenderer shall be considered. In
case any tenderer refuses to accept this, action shall be initiated as per provisions in the
Bid Security Declaration Form or Bid Security shall be encashed.

32. Relation with Public Authorities:

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

33. Additional Conditions applicable to performance of Contractor


i. Item for which no rate or price have been entered in, will not be paid for
by the employer when executed and shall be deemed covered by the other

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 104 of 287


Irrigation & Water Resources Department
rates and prices in the bill quantities (Refer: ITB Clause 13.2 and
conditions of contract Clause 43.3).

ii. Where there is discrepancy between percentage written in figures and


words while quoting rates for HSR items, the percentage written in words
shall be considered. Where there is a discrepancy between unit rate and
the figures written in words for NS items, total resulting from multiplying
the unit rate by quantity, the unit rate quoted shall govern (ITB clause
27.1(b)).

iii. The agency to whom the work is allotted will have to produce original
voucher for all quantities in lieu of purchase of bitumen, steel and cement
from the original manufacture or the authorized dealer/ distributors to the
satisfaction of the ‘Engineer’ for ascertaining the genuineness of material.
Attested copy of such voucher will have to be submitted along with the
bills.

iv. The documentary proof of procurement of cement & steel from the
reputed source and test result from CRRI or Sri Ram Test House, New
Delhi will be produced by the agency.

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

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

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

viii. Any work done or materials used without supervision or inspection by


the ‘Engineer’ /Departmental Representative is liable to be ordered to be
removed and replaced at the contractor’s expenses.

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

Haryana Engineering Works Portal Page 105 of 287


Irrigation & Water Resources Department
certify that the work has been completed to his satisfaction.

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

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

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

vxii. The contractor may, on application of the contractor, issue essentiality


certificate for Diesel/Petrol (if it becomes a controlled commodity)
required for materials to be used on the work but the department will not
undertake any responsibility for the arrangement of such Petrol/Diesel,
Non availability of any such materials will not absolve the contractor of
his contractual obligation. No claim of any kind what-so-ever shall be
entertained for any and all the losses or damages to the contractor due to
the completion of the work getting delayed due to the failure or delay on
the part of the public works department under the terms and conditions of
the contract.

xiv. The contractor shall supply at his own cost and expenses all labour
materials etc. for labour and checking of any portion of the work during
construction.

Whosesoever required by the ‘Engineer’ or his representative and nothing


extra shall be paid for same.

xv. Occupation of Additional Lands:


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

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

xvii. During the absence on work of the ‘Engineer’ he shall be represented by


one of his subordinate whose duties are to watch and supervise the works,

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 106 of 287


Irrigation & Water Resources Department
to test and examine any materials to be used or workmanship employed to
ensure that the works are performed in conformity with the plans,
estimates and specifications in all respects and to keep ‘Engineer’
informed of the progress of the works and the manner in which they are
done. The ‘Engineer’ may from time to time delegate any of the powers
and authorities vested in him to the departmental representative in writing.

xviii. The Departmental representative shall have no authority to alter or


waive the provisions of plans and estimates and specifications or to
relieve the contractor or any of his duties or obligations under the
contract. He shall however, have the authority to inform the contractor in
writing to replace any materials considered defective and to suspend, to
do, or rectify the work improperly performed or not according to plans
and estimates or specifications in his judgment and the contractor shall
comply.

xix. Failure of the Departmental Representative to disapprove any work of


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

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

xxi. Unless otherwise provided in the contract document materials such as


rubble, gravel sand, murrum, kankar earth, soil, etc. obtained from
excavation and materials obtained by dismantling any existing structures
shall remain the property of the Government.

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

xxiii The contractor will submit the design of temporary structure scaffolding
to department in advance without any cost. The contractor will remain
responsible for design and safety of scaffolding irrespective of approval
by the Engineer-in Charge.

xxiv. The contractor shall use canal water for construction of building or water
from any other sources as approved by the ‘Engineer’. Water should be
got tested at regular intervals i.e. maximum of 2 (two) months from the
laboratory approved by the ‘Engineer’ and no extra cost will be paid for
the same. Water to be used shall meet latest IS standard as per IS
456/other relevant codes.

(i) A. FOR EXCESS CONSUMPTION OF MATERIALS FROM THE


THEORETICAL CONSUMPTION

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

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 107 of 287


Irrigation & Water Resources Department
B. FOR SHORT CONSUMPTION OF CEMENT

(i) Upto 5%, the recovery of cost of material thus saved shall be made from
the contractor at the base price as applicable on the date of tender.

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

1.Conditions for MAINTAINENCE-CUM-DEFECT LIABILITY PERIOD [Building Works]

38.1 The defect liability-cum-maintenance period shall be two years from the
date of completion in case of original works. For maintenance and S/R
works, defect liability period will be one year and re-painting / white wash
/ snowcem / distempering will not be required. The date of completion shall
be considered as the date certified by the ‘Engineer’.

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

38.3 The Contractor shall correct the notified Defect / Defects within the length
of time as specified by the Engineer’s, notice.

38.4 The contractor will be fully responsible for the quality and workmanship of
the works executed by him. The liability on account of shortcomings in
executed items found by any investigating agency during the defect liability
period or afterwards shall be born by the agency.

38.5 The Contractor shall do the routine maintenance of building to the required
standards in the manners as per Haryana PWD specifications latest edition,
DNIT, agreement conditions and keep the whole building in defect free
condition during defect liability period as defined above.

38.6 The routine maintenance standards shall meet the following minimum
requirements to the entire satisfaction of ‘Engineer’:-

i) Plaster work and flooring work to be repaired soon after these appear or
brought to his notice either during contractor’s monthly inspection or by the
Engineer or otherwise. Repair shall be carried out in a manner which does
not affect the aesthetics.

ii) Defective joinery such as door, window, cup-board shutters, chowkhats,


wire gauge, glass panes, fitting, fixtures etc. to be rectified / replaced
immediately after the defects appear.
iii) Any structural damage / fault / defect to be rectified to the satisfaction of
‘Engineer’ as soon as the same appears.
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 108 of 287


Irrigation & Water Resources Department

iv) Defective or incomplete/improper white washing / colour washing,


distempering, painting etc. to be rectified immediately on notice by the
‘Engineer’s .

v) All rain water pipes, sun-shades and the like components to be inspected
every fortnightly and cleaned as and when required.

vi) Leakage of water of any kind in the building to be set right immediately on
priority.

vii) All electrical / Public Health installations including wiring, pipelines etc.
made in the building to be repaired / rectified / replaced as soon as any
defect has appeared / notice.

viii) The agency shall make good all the items / works damaged during the repair
being done by him and bring the same in original form.

ix) Any other maintenance operation required to keep the building use worthy
at all the time during the maintenance period.

x) He shall maintain a register in the building for daily recording the defects,
damages, shortcomings noticed by user and address the problem within
three days or else he will approach the ‘Engineer’ for extension of this time.

xi) Before the end of defect-cum-maintenance period is completed, all damaged


door /window should be replaced as per original work. All malfunctioning
fittings and fixtures of doors/ windows and woodwork, Public Health
fixtures, taps etc. of the whole building should be replaced to the satisfaction
of Engineer/ Employer as per original work will be carried out by the
contractor.

38.7 To fulfill the objectives laid down in above sub clauses, the Contractor shall
undertake detailed inspection of the building at least once in a month. The
‘Engineer’ can reduce this frequency in case of emergency. The Contractor
shall forward to the ‘Engineer’ the record of inspection and rectification
every month. The contractor shall pay particular attention on the
maintenance of building during rains and rainy season.

38.8 The Engineer may issue notice to the Contractor to carry out maintenance or
remove defects, if any, notice in his inspection, or brought to his notice.
The contractor shall remove the defects within the period specified in the
notice and submit to the ‘Engineer’ a compliance report. By not giving
notice, will not absolve the contractor from his responsibility.

38.9 In case the Contractor fails to make good the defects, the Executive
Engineer may employ any other person to make good such defects and all
expenses consequent and incidental there to shall be borne by the
Contractor.

38.10 The contract shall not be considered as completed until a defect liability-
cum-maintenance certificate has been signed by the Executive Engineer
and delivered to the contractor stating that the works have been completed
and maintained to his satisfaction. The defect liability-cum-maintenance

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 109 of 287


Irrigation & Water Resources Department
certificate shall be given by the SE on the recommendations of XEN. SE
will send copy of such certificate to CE (Bldgs) alongwith CD.

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

38.12 There will be double lock system for the cement store. One Key of the lock
will be with the representative of the department and other key of the lock
will be with the agency.

Technical Specifications
For
Electrical Works, Lifts, Medical Gas Pipeline,
HVAC, Air Conditioning, LAN, EPBAX,
CCTV, Fire Alarm, Audio Video System,
Public Address, BMS, Access Control, DG Set

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 110 of 287


Irrigation & Water Resources Department

TECHANICAL CONDITION for EI work

1. The recovery of the pipe already laid will be made on measurement rate basis or
point rate basis or on actual expenditure basis which ever is on high side. In case of
Departmental work, 10% supervision charges shall also be added.

2. Conduit pipe where already laid for wiring purpose will be delivered to the
contractor in absolutely clean condition with round inspection boxes duly painted,
covered and whole system tested. After the conduit system is handed over to
the contractor to whom the work is allotted, he will be responsible for its upkeep.

3. During execution of work, if the contractor does not lay pipe and its accessories in
the slab within time prescribed by the Engineer-in-Charge of the work, the Deptt.
can then lay the said pipe-departmentally at contractors risk and cost without
operating the clause 2 and 3 of the contract agreement.

4. Separate conduit pipe for power plug with independent circuit wires shall be laid.

5. Multi plugs shall be provided in all the buildings.

6. C-Series MCB will be provided for air conditioner wiring and no extra payment will
be made and only one make of MCB’s will be used in whole work.

7. Vertical type of MCB distribution boards will be provided wherever required as per
design.

8. The contractor is also allowed to use MCBs duly ISI marked of more then 9 KA
breaking capacity for which no extra payment will be made.

9. The make of enclosure will be same as that of MCB of standard size having
thickness 1.6 mm and 1.2 mm in case of TPN and SPN enclosure respectively.

10. All MCCBs upto 220 Amp will have 25 KA minimum breaking capacity and above
220 amp. MCCBs will have 50 KA minimum breaking capacity. All MCCBs will
have magnetic thermal release and rotary operating mechanism duly interlocked and
only one make of MCCBs shall be used in whole work. No extra payment on this
account shall be made.

11. The thickness of M.S. Sheet of switch boxes should be of 16 gauges for which no
extra payment will be made.

12. The fan boxes sheet should be 16 gauge and anodized for which no extra payment
will be made.

13. The contractor shall install the material from the list of approved electrical material
appended in the NIT. Material not covered in the list will be used as per HSR-2021,
and PWD Specifications-1990.

14. The contractor must ensure preparation and submission of pipe diagram, wiring
diagram, key diagram etc. as required vide PWD Specifications.

15 Where ISI recommends multi stranded conductor of cable, cable with multi-
stranded conductor only will be used on work.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 111 of 287


Irrigation & Water Resources Department

16. Rates should be quoted by the tenderer both in word and in figure, in case of any
difference between the two, the lowest of the same shall be considered as final rate.

17. The rates of bus bar includes the cost of all Labour and material required to
complete the job in all respect including thimbles etc. of the same material as that of
bars. The support for bars will be made of porcelain. No extra payment in this
regard will be given.

18. The tenderer must either be ‘A’ Class Electrical Contractor enlisted with Haryana
PW(B&R) Deptt. or he must sublet the electrical work to a sub contractor
possessing the above qualification. The Sub contracting will be done with the
written approval of Superintending Engineer, Elect. Circle PW(B&R) Deptt.,
concerned or Executive Engineer, Elect. Divn. PW(B&R) Deptt. (concerned
division) as per competency.

19. All the street light fittings, bulbs and cables will be got inspected by the contractor
at the works/Go down of the manufacturer before installation at site. A certificate
will also be produced/ submitted by the contractor about the authenticity of
purchase of above material from the authorized source.
20. Only HYLAM make ISI make (I.S.2036-1995) white Bakelite sheet will be used
without any extra cost.
21. The rates mentioned in the NIT are for complete item including cost of all
accessories, material, labour, tool plants, water electricity bills etc. Unless otherwise
specified. No extra payment for the same shall be made.
22. The minimum size of MS control switch boards for controlling one fan point and
one light point shall not be less than 20cm x 25cm x 10cm.
23. The MS box for telephone, Intercom and Bell push shall be installed of size
100mm x 100mmx 60mm in place of 75mm x 75mm x 60mm.
24. The tender having ambiguous/confusing rates and conditions shall be summarily
rejected.
25. The quantity/amount of NIT can be increased or decreased.
26. No Road cut charges shall be paid.
27. The contractor shall install two number check nuts and one No. PVC threaded Bush
for each pipe in MS inspection boxes. The contractor shall also install PVC flanged
bush in the junction boxes for each pipe. No extra payment on this account will be
made. The contractor shall quote the rates accordingly.

L.T. panel: -

General: - This distribution board shall be fabricated out of 14 gauge sheet steel cubical type
suitable for floor mounting end or dead front type. Suitable rubber gaskets shall be
provided between all opening and joint to make the distribution board dust, moisture and
vermin proof. The distribution board shall be suitable for indoor location and shall consist
of the bus bar chambers both vertically and horizontally and the cable entry for the
distribution shall be from bottom. Distribution board will consist of a number of vertical
sections. Each vertical section shall be divided in to a few standard sizes of the
compartment. The equipment for the various incoming and out going feeders shall be
housed in a separate compartment. Each compartment door of distribution board shall be
provided with inter locking arrangement with the handle of the respective switches/
MCCB such that the door can not be opened unless the switches are in the off position.
Vertical cable entry shall be provided on each section of the distribution board for cabling
purpose. Continues bus bar of copper shall be provided at the bottom along the entire

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 112 of 287


Irrigation & Water Resources Department
length, cable compartment with concealed hinged front door will be fully segregated from
the main horizontal/ vertical bus bar of equipment module. The distribution board shall be
painted with a suitable enameled shade after necessary primary treatment. The
distribution board shall be suitable for operation on 415 volts 3 phase 50 cycles per
second A.C. supply system.
Bus Bar: - Thehigh conductivity copper bus bar provided in the chambers shall be duly
tinned and insulated andrigidly supported at the short intervals by strong 12mm
thick non inflammable hylam partitions. The partitions shall be so designed so as to
with stand the stress, which can normally occur on short circuits. Further, The bus
bars and links shall be of flat copper dully tinned so that the contract between bus
bars shall be easily accessible from front for any connections and inspection etc.

The bus bars chamber should have of strong metal having no possibility of any dents, due to
accidents and damage, which could result into electrical fault. Bus bars chamber shall be of
unit type construction and have standard flanges opening at the top and bottom on both side so
that any modification, extension can be easily effected at the site.
Test Certificate: - A test certificate from the manufacturer shall be handed over to the
department before installation of the panel specifying that the panel conform to relevant ISS/
PWD specifications.
Wiring Diagram: - After completion of the work complete diagram showing connections to the
various equipment on the board is to be prepared by the contractor and to be submitted to the
department along with final bill of the work. In case contractor fails to supply the diagram
amount @ 0.5% of the work executed shall be deducted from the contractor’s final bill.
Connection: - Inter connections from bus bar chamber to the different molded case circuit
breaker / air circuit breaker should be through solid copper bars of the required capacity duly
tinned and insulated for which no extra payment will be made.

ADDITIONAL CONDITIONS (E.I.)


1. A tenderer shall be deemed to have full knowledge of the relevant documents,
samples, site etc. whether he inspects them not.

2. The department reserves the right to withdraw any item or any portion of the work
while allotting the work / approving the tender case or during execution of work.

3. The rates mentioned in the NIT are for complete items including cost of all
accessories, materials, labour, tools plants and water electricity bill etc. Unless
otherwise specified.

4. In case of any error or omission in the description rates and unit etc. of HSR items it
will be applicable as mentioned in the schedule of rate 2021 corrected up to date
except mentioned as above. Further in case of any confusion or imperfection of the
HSR item the confidential detailed analysis of HSR shall be applicable and still
there is any dispute in this regard the decision of Superintending Engineer Electrical
Circle PWD B&R concerned shall be final.

5. The jurisdiction of the court will be the District Court of concerned district head
quarter.

6. The recovery of the pipe already laid will be made on measurement rate basis or point
rate basis or on actual expenditure basis which ever is on high side. In case of
Departmental work, 10% supervision charges shall also be added.

7. Conduit pipe where already laid for wiring purpose will be delivered to the contractor
in absolutely clean condition with round inspection boxes duly painted, covered and

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 113 of 287


Irrigation & Water Resources Department
whole system tested. After the conduit system is handed over to the contractor to
whom the work is allotted, he will be responsible for its upkeep.

8. During execution of work, if the contractor does not lay pipe and its accessories in the
slab within time prescribed by the Engineer-in-Chief of the work, the Deptt. can
then get the said pipe laid departmentally/other sources at contractors risk and cost
without operating the clause 2 and 3 of the contract agreement. Recovery of such
work executed departmentally/other source shall be made at market rate+10%.

9. Separate conduit pipe for power plug with independent circuit wires shall be laid.

10. Multi plug socket shall be provided for light & power plugs.

11. Call bell shall be dingdong/music only as per site requirement.

12. C-Series MCB will be provided for air conditioner / motor wiring without any extra
cost.

13. MCB’s shall be of minimum 9 KA breaking capacity.

14. The make of enclosure will be same as that of MCB of standard size having thickness
1.6 mm and 1.2 mm in case of TPN and SPN enclosure respectively.

15. All MCCB’s up to 220 Amp. will have 25KA minimum breaking capacity and above
220amp. MCCB’s will have 50 KA minimum breaking capacity. All MCCB’s will
have magnetic thermal release and rotary operating mechanism duly interlocked and
only one make of MCCBs shall be used in whole work. No extra payment on this
account shall be made.

16. The thickness of M.S. Sheet of switch boxes/ fan boxes should of minimum 1.6 mm.

17. The contractor shall install the material from the list of approved electrical material
appended in the NIT. Material not covered in the list will be used as approved by
Engineer-in-charge of site.

18. The contractor must ensure preparation and submission of pipe diagram, wiring
diagram, key diagram etc. as required vide PWD Specifications.

19. PVC insulated Stranded / multi strand wire shall be allowed to be used. Similarly
where ISI recommends multi stranded conductor of cable, cable with multi-
stranded conductor only will be used on work. PVC insulated PVC sheathed under
ground cable as per IS: 1554 Part-I is to be used. However the firm shall be allowed
to used XLPE insulated PVC sheathed cable as per IS: 7098 Part-I. No extra
payment on this account shall be made. The contractor should quote the rate
accordingly.

20. The rates of bus bar include the cost of all Labour and material required to complete
the job in all respect including thimbles etc. of the same material as that of bars. The
support for bars will be made of porcelain.

21. The tenderer must either be ‘A’ Class Electrical Contractor enlisted with Haryana
PWD B&R or he must sublet the electrical work to a sub contractor possessing the
above qualification. The Sub contracting will be done with the written approval of
Executive Engineer, Elect. Divn. PWD B&R Br. (concerned division) for value

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 114 of 287


Irrigation & Water Resources Department
upto 25 lacs. For work more than Rs. 25 Lacs Superintending Engineer Elect. Circle
PWD B&R Br., concerned shall be competent authority.

22. The Electrical part of bill of quantity of the agreement will be got executed by and
under the supervision of Executive Engineer, Elect. Divn. PWD B&R Br.,
(concerned division) and all the running payment of electrical works will be made
by him. However copy of final bill will be sent to Executive Engineer (Civil) to
include in the final bill. The over all technical supervision of electrical work shall be
of Superintending Engineer Elect. Circle PWD B&R Br., concerned and any
technical instructions given by him will have to be adhered to strictly by the
contractor.

23. If desired by Engineer-in-charge, the electrical material will be got inspected by the
contractor at the works / Go down of the manufacturer / dealer before installation at
site. A certificate will also be produced/ submitted by the contractor about the
authenticity of purchase of above material from the authorized source.

24. ISI make (I.S.2036-1995) white Bakelite sheet 3mm thick will be used on the work.
The contractor should quote rates accordingly.

25. The rates mentioned in the NIT are for complete item including cost of all accessories,
material, labour, tool plants, water electricity bills etc., unless otherwise specified.

26. The minimum size of MS control switch boards for controlling one fan point and one
light point shall not be less than 20cm x 25cm x 10cm.

27. The contractor shall install two number check nuts and one No. PVC threaded Bush
for each pipe in MS inspection boxes. The contractor shall also install PVC flanged
bush in the junction boxes for each pipe.

28. If the agency does not fill / quote the rate of any item then it will be considered as nil
and same item will be executed by the agency free of cost. The agency will have to
give an undertaking on account of above otherwise earnest money will be forfeited.
In addition to this Engineer-in-Charge of work may also black list the agency.

29. The department can withdraw any item from the contract agreement of the agency and
gets it executed from other sources.

30. In case of rewiring & special repair work the old dismantled material if any will be
handed over to the department by the contractor and the receipt obtained will be
submitted along with first bill.

31. The MS box for telephone, TV, intercom and bell push shall be installed of size
100mm x 100mm x 60mm.

32. In case of over head line, minimum distance of street light poles from the over head
line must be maintained as per Indian Electricity rule direction. Shut down to the
over head line from electricity department should be taken before doing the work
under such over head lines. Work in the campus where over head line is existing
should be carried out in the presence of SDE / ASDE / JE. The contractor will be
fully responsible for any damage / loss due to laps on this account.

33. Only experience of Central Govt. / State Govt. Department will be considered for this
work.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 115 of 287


Irrigation & Water Resources Department

34. The date of warranty will be start on the date of installation of the transformer, Panel
and allied equipments for this work

35. Minor civil repair including but not limited to chiseling plaster, paint will be in the
scope of firm / contractor.

36. The bidder will offer inspection at the place of manufacturing. The bidder will bear the
cost of travelling (to and fro). Boarding on lodging of atleast two officers/ officials.

37. These conditions shall supersede the similar conditions found contrary elsewhere in
the DNIT.

38. It will be mandatory for contractor to get the complete installation cleared / approved
from CEI Haryana after completion. The inspection fee will be deposited by the
firm metering equipment will also be got cleared for DHBVNL by the contractor
including depositing necessary feed etc.

39. Firm/ contractor will offer inspection of all major materials at manufacturer place and
will bear the to and fro including boarding & loading expenses for atleast two
person.

40. A tenderer shall be deemed to have full knowledge of the relevant documents,
samples, site etc. whether he inspects them not.

41. The department reserves the right to withdraw any item or any portion of the work
while allotting the work / approving the tender case or during execution of work.

42. The rates mentioned in the NIT are for complete items including cost of all
accessories, materials, labour, tools plants and water electricity bill etc. Unless
otherwise specified.

43. In case of any error or omission in the description rates and unit etc. of HSR items it
will be applicable as mentioned in the schedule of rate 2021 corrected up to date
except mentioned as above. Further in case of any confusion or imperfection of the
HSR item the confidential detailed analysis of HSR shall be applicable and still
there is any dispute in this regard the decision of Superintending Engineer Electrical
Circle PWD B&R concerned shall be final.

44. The jurisdiction of the court will be the District Court of concerned district head
quarter.

45. The recovery of the pipe already laid will be made on measurement rate basis or point
rate basis or on actual expenditure basis which ever is on high side. In case of
Departmental work, 10% supervision charges shall also be added.

46. Conduit pipe where already laid for wiring purpose will be delivered to the contractor
in absolutely clean condition with round inspection boxes duly painted, covered and
whole system tested. After the conduit system is handed over to the contractor to
whom the work is allotted, he will be responsible for its upkeep.

47. During execution of work, if the contractor does not lay pipe and its accessories in the
slab within time prescribed by the Engineer-in-Chief of the work, the Deptt. can
then get the said pipe laid departmentally/other sources at contractors risk and cost

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 116 of 287


Irrigation & Water Resources Department
without operating the clause 2 and 3 of the contract agreement. Recovery of such
work executed departmentally/other source shall be made at market rate+10%.

48. Separate conduit pipe for power plug with independent circuit wires shall be laid.

49. Multi plug socket shall be provided for light & power plugs.

50. Call bell shall be dingdong/music only as per site requirement.

51. C-Series MCB will be provided for air conditioner / motor wiring without any extra
cost.

52. MCB’s shall be of minimum 9 KA breaking capacity.

53. The make of enclosure will be same as that of MCB of standard size having thickness
1.6 mm and 1.2 mm in case of TPN and SPN enclosure respectively.

54. All MCCB’s up to 220 Amp. will have 25KA minimum breaking capacity and above
220amp. MCCB’s will have 50 KA minimum breaking capacity. All MCCB’s will
have magnetic thermal release and rotary operating mechanism duly interlocked and
only one make of MCCBs shall be used in whole work. No extra payment on this
account shall be made.

55. The thickness of M.S. Sheet of switch boxes/ fan boxes should of minimum 1.6 mm.

56. The contractor shall install the material from the list of approved electrical material
appended in the NIT. Material not covered in the list will be used as approved by
Engineer-in-charge of site.

57. The contractor must ensure preparation and submission of pipe diagram, wiring
diagram, key diagram etc. as required vide PWD Specifications.

58. PVC insulated Stranded / multi strand wire shall be allowed to be used. Similarly
where ISI recommends multi stranded conductor of cable, cable with multi-
stranded conductor only will be used on work. PVC insulated PVC sheathed under
ground cable as per IS: 1554 Part-I is to be used. However the firm shall be allowed
to used XLPE insulated PVC sheathed cable as per IS: 7098 Part-I. No extra
payment on this account shall be made. The contractor should quote the rate
accordingly.

59. The rates of bus bar include the cost of all Labour and material required to complete
the job in all respect including thimbles etc. of the same material as that of bars. The
support for bars will be made of porcelain.

60. The tenderer must either be ‘A’ Class Electrical Contractor enlisted with Haryana
PWD B&R or he must sublet the electrical work to a sub contractor possessing the
above qualification. The Sub contracting will be done with the written approval of
Executive Engineer, Elect. Divn. PWD B&R Br. (concerned division) for value
upto 25 lacs. For work more than Rs. 25 Lacs Superintending Engineer Elect. Circle
PWD B&R Br., concerned shall be competent authority.

61. The Electrical part of bill of quantity of the agreement will be got executed by and
under the supervision of Executive Engineer, Elect. Divn. PWD B&R Br.,
(concerned division) and all the running payment of electrical works will be made

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 117 of 287


Irrigation & Water Resources Department
by him. However copy of final bill will be sent to Executive Engineer (Civil) to
include in the final bill. The over all technical supervision of electrical work shall be
of Superintending Engineer Elect. Circle PWD B&R Br., concerned and any
technical instructions given by him will have to be adhered to strictly by the
contractor.

62. If desired by Engineer-in-charge, the electrical material will be got inspected by the
contractor at the works / Go down of the manufacturer / dealer before installation at
site. A certificate will also be produced/ submitted by the contractor about the
authenticity of purchase of above material from the authorized source.

63. ISI make (I.S.2036-1995) white Bakelite sheet 3mm thick will be used on the work.
The contractor should quote rates accordingly.

64. The rates mentioned in the NIT are for complete item including cost of all accessories,
material, labour, tool plants, water electricity bills etc., unless otherwise specified.

65. The minimum size of MS control switch boards for controlling one fan point and one
light point shall not be less than 20cm x 25cm x 10cm.

66. The contractor shall install two number check nuts and one No. PVC threaded Bush
for each pipe in MS inspection boxes. The contractor shall also install PVC flanged
bush in the junction boxes for each pipe.

67. If the agency does not fill / quote the rate of any item then it will be considered as nil
and same item will be executed by the agency free of cost. The agency will have to
give an undertaking on account of above otherwise earnest money will be forfeited.
In addition to this Engineer-in-Charge of work may also black list the agency.

68. The department can withdraw any item from the contract agreement of the agency and
gets it executed from other sources.

69. In case of rewiring & special repair work the old dismantled material if any will be
handed over to the department by the contractor and the receipt obtained will be
submitted along with first bill.

70. The MS box for telephone, TV, intercom and bell push shall be installed of size
100mm x 100mm x 60mm.

71. In case of over head line, minimum distance of street light poles from the over head
line must be maintained as per Indian Electricity rule direction. Shut down to the
over head line from electricity department should be taken before doing the work
under such over head lines. Work in the campus where over head line is existing
should be carried out in the presence of SDE / ASDE / JE. The contractor will be
fully responsible for any damage / loss due to laps on this account.

72. Only experience of Central Govt. / State Govt. Department will be considered for this
work.

73. The date of warranty will be start on the date of installation of the transformer, Panel
and allied equipments for this work

74. Minor civil repair including but not limited to chiseling plaster, paint will be in the
scope of firm / contractor.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 118 of 287


Irrigation & Water Resources Department

75. The bidder will offer inspection at the place of manufacturing. The bidder will bear the
cost of travelling (to and fro). Boarding on lodging of atleast two officers/ officials.

76. These conditions shall supersede the similar conditions found contrary elsewhere in
the DNIT.

77. It will be mandatory for contractor to get the complete installation cleared / approved
from CEI Haryana after completion. The inspection fee will be deposited by the
firm metering equipment will also be got cleared for DHBVNL by the contractor
including depositing necessary feed etc.

78. Firm/ contractor will offer inspection of all major materials at manufacturer place and
will bear the to and fro including boarding & loading expenses for atleast two
persons.

TECHNICALL SPECIFICATION OF LIFTS

ALARM BELL

1. A battery operated emergency alarm bell with rechargeable cells and recharger
including wiring shall be provided and connected to a clearly marked push button in the
car operating panel. Alarm bell shall be located outside at the ground floor landing.
RAILING

2. Suitable size of railing shall be provided on the car top for safety.

PAINTING
3. All exposed elevator material shall be properly painted to the entire satisfaction of
Engineer-in-charge.

COUNTER WEIGHT SCREEN

4. Proper counter weight screen shall be provided at the hoist way pit.

5. Fire resistant traveling cable shall be used as per relevant ISI specifications.

HOISTWAY DOOR INTERLOCKS


6. Each hoist way door shall be provided with approved interlocks which will protect the
movement of car away from the landing unless all doors are closed and locked. The
interlocks shall also prevent opening of the door except at the landing where the car is
stopping or has stopped.

SAFETY GEARS

7. The car movement shall be controlled through Governor including speed in descending
and free fall, limiting the speed to safe limits as per relevant I.S.I.
HANDICAP COMPATIBILITY

8. All Lift of capacity 13 passenger or more than 13 persons shall be handicapped


compatibility and necessary provisions shall be made accordingly.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 119 of 287


Irrigation & Water Resources Department
9. Enlistment as contractor in the department for original manufacturer of elevators is not
required
10. Erasing and over Writings are not permissible. All amendments, corrections and
insertions must be signed by the firms
11. Rates should be quoted for complete LIFT with ARD and AMC separately in words
and in figures. In case there is any difference in rates between words and figures, the
lower of the two will be taken as correct.
12. The tender shall remain valid upto 120 days from the date of opening of quotation. With
the issuing of acceptance/ allotment letter to the contractor within this period, the
contract agreement will stand concluded even without signing of contract agreement
and in case the contractor fails to commence the work, his earnest money will stand
forfeited and action under clause 45 of A & B of the contract agreement will also be
taken in addition to the forfeiture of earnest money. In case the contractor withdraws or
amends his offer within this period i.e. 120 days or before the issue of
acceptance/allotment letter, his earnest money will only stand forfeited. The contractor
will also be liable to be debarred/ blacklisted in both the cases.
13. Only Manufacturer of lift as mentioned in BOQ are allowed to bid for the work.
14. Firms are advised to visit the site sufficiently in advance of the date fixed for
submission of the quotation. The firms shall be deemed to have full knowledge of all
the relevant documents, samples, sites etc. whether they inspect them or not.

DATE OF COMPLETION
15. Certified date of completion will be accepted after 30 days uninterrupted trouble free
trail run of lift after commissioning. This trail run period is excluded from the contractual
period
ACCOMMODATION
16. Necessary lockable accommodation for storing of lift material shall be provided by
the department. The contractor shall however, be responsible for watch and ward of
material brought at site against damage and theft and losses due to any reason including
natural calamities.
17. No living accommodation for the elevator staff shall be provided by the department.
LIFE OF LIFT.
18. The lifts are deemed to have life span of 20 years. Under no circumstances, the lifts
will be declared obsolete during the above period by the firm. The firm shall be bound to
keep/maintain sufficient inventory of Parts/Assemblies required for maintaining the lifts
for 20 years’ life.
20) The work shall conform to IS- 1860 –1980/ or latest, IS: 4666-1980 and all other
relevant IS (BIS) specifications mutatis mutandis.
21 The reference floor for call collection and start of lift, in case of any fault shall be
the nearest/same floor where the lift will stop after operation of ARD. offer should
be inclusive of this arrangement and no extra payment will be made for this.
22) For wiring purposes ISI mark heavy gauge welded MS conduit/GI/aluminum
troughing /flexible pipe shall be used.
SAFETY
23 Under no circumstances the lift shall operate when the car door or landing door is
in open position. If lift will be found in operation without proper barricading when
the door of either landing or car is open, it will be treated as serious negligence on
the part of firm and firm shall be held responsible for all direct damages arising
there from.

SCOPE OF WORK TO BE DONE BY DEPTT.


24 (a) To provide proper hoist way along with pit in plumb with
permissible variation of + 100mm, (-) 50mm, without any projection

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 120 of 287


Irrigation & Water Resources Department
inside the hoist way, duly plastered and white washed.
(b) To provide light with bulb & 5amp plug point in the middle of each
landing level inside hoist way.
(c) To provide adequate size machine room with hoisting beam / hook, doors
and windows of proper size, ventilation, duly plastered and white washed.
(d) To provide sufficient light , power socket & exhaust fan in machine
room.
(e) To provide trap door of desired size (exact dimensions to be supplied by
the contractor ) with 5mm thick MS plate cover fixed in angle
iron frame.
(f) To provide permanently fixed 3 phase and single phase supply terminated
through main switches / MCCBs, along with double earthling in machine room.
Electricity shall be provided by the department on payment basis for erection
purpose and free of cost for testing and commissioning
(g) To provide proper access to machine room. If steel step ladder will be
provided then it will have proper hand rail on both sides.
SCOPE OF WORK TO BE DONE BY CONTRACTOR

25 (a) To provide doorsills, doorframes, machine beams, bearing plates,


buffer support channels, facia plates.
(b) To provide scaffolding.
(c) To provide all cut pockets / rope holes and grout bolts to fix rails, brackets.
(d) To do all minor building work comprising cutting and repair thereof.
(e) To adjust doorsills.
(f) To furnish drawings showing general arrangements of the elevator equipment for
approval from Engineer-in-Charge before the work is begun.
(g) To provide temporary barricading with caution boards at each landing to
prevent accident during execution and maintenance of work.
(h) To provide steel ladder for access to lift pit.
(i) To do all necessary work to support machines in machine room including
RCC pedestal if required.
AMBIENT TEMPERATURE
26. The lift should work satisfactorily without requiring /necessitating cooling system for
control panel, motor or any system or part thereof on ambient temperature upto 55 degree
centigrade.

COST COMPARISION OF TENDER.


27 For cost comparison of quotation, maintenance charges shall be added to the cost of
original work as per formula: Total cost of quotation = Cost of original work + AMC
charges quoted in quotation x No. of years of AMC.
PAYMENT
28 The firm shall not be entitled for any payments on account of work done by
them till he signs the agreement.
29 30 % advance against bank guarantee of equal cost, 50% supply of material, 10
% on completion & balance 10% on commissioning

FINANCIAL & TAXES


30. Earnest money in the shape of bank guarantee valid for one
year will also be acceptable.
31 10% (Ten Percent) security shall be deducted from each bill of the firm subject
to maximum 5% (inclusive of earnest money already deposited) of the agreement
amount. The security/performance guarantee in shape of bank guarantee valid for
18 months shall also be acceptable which shall be deposited in full before the first
payment & will be refunded after completion of free maintenance period.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 121 of 287


Irrigation & Water Resources Department

32 Income Tax / Sales tax /works contract tax/ labour cess /service tax / GST at
source as and if applicable will be deducted on the amount of the work done from
all running and final bills .Necessary TDS certificate will be issued by the
department.
33 The rates shall be inclusive of all charges at the time of quoting however
variation due to increase/decrease in rates of statutory duties, taxes etc. and any
new levies during execution of original/maintenance work, as per the contract
agreement shall be to the account of the department.
34 IEEMA price variation is not acceptable within the original time limit. If the
delay is on account of department IEEMA will be payable for such period only. If
the delay in completion is on the part of firm, no IEEMA price variation shall be
payable.
35 In case of force major circumstances, time extension will be granted on proof of
the same but no IEEMA price variation will be payable.
36 The agencies shall submit separate rates for lifts with vandal proof and Moon
Rock/Honey Comb Scratch resistant stainless steel. Stainless steel to be used shall
be decided by the department.

JURISDICTION OF COURT

37 Jurisdiction of court will be at concerned district head quarter.


INSPECTION
36) Manufacturer test certificate should be given by the contractor for Motors, Ropes,
control panels and other assemblies. It will be certified by the firm that all the
equipment supplied is tested and it conforms to relevant standards and specifications
provided in contract agreement. Contractor shall get the lifts inspected from Chief
Electrical Inspectorate/Nodal agency for inspection of lifts. The required inspection
charges shall be paid by the firm and reimbursed to the firm by the department on
proof of payment.
FREE MAINTENANCE
37 After 30 (thirty) days uninterrupted and trouble free operation maintenance
Service for equipment furnished under the specifications shall be provided free
of cost for labor, material and spare parts for a period of 12 (Twelve) months.
The free service shall include examination of the installation during regular
working hours by trained employees and shall include all necessary adjustments,
greasing, oiling, cleaning, setting right of defects including replacement of
defective parts with genuine standard parts as required to keep the equipment in
proper operation.
38 During the free maintenance period lift will have to be maintained and
inspected regularly at least once in a month and as and when called by Engineer-
in-Charge or his representative due to fault / breakdown without any charges.

39 There shall not be delay of more than 24 (Twenty four) hours in removal of
minor break down /defect and four days including day of complaint and holidays
for the major break down /defect reported in station where quotationer has lift
service organization. At other place it shall not be more than 48 (Forty eight)
hours and 6 (six) days inclusive of holidays respectively. In case firm do not
attend to above complaint and rectifies defects within above specified period
then, free maintenance period will be extended by 2 (Two) times the delayed
period beyond the prescribed period .

GUARANTEE
40 The elevator contractor shall guarantee that the material and workmanship of the

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 122 of 287


Irrigation & Water Resources Department
Apparatus installed by him under these specifications are new and of first quality in
every respect and for that he will make good any defect for the period for 12 (Twelve)
months plus extended period of free maintenance from the date of completion of 30
(thirty) days trouble free operation .

COMPENSATION FOR DELAY


41. 0.5% of incomplete portion of work per week, maximize 5 % of the
contract value.

NOTICE / RESCINATION OF AGREEMENT:-

42. In any case in which under clause or clauses of this contract the contractor has
rendered himself liable to pay compensation amounting to the whole of his
security deposit (whether paid in one sum or deducted by installments. The
Executive Engineer on behalf of Govt. Of Haryana shall have power to adopt any
following course s he may deem best suited to the interest of Govt.

(a) To rescind the contact of which recession notice in writing to the contractor under the
hand of Executive Engineer shall be conclusive evidence & in which case the security
deposit of the contractor shall stand forfeited & be absolutely at the disposal of Govt.
(b) To measure the work of the contractor, & to take such part there of as shall be
unexpected out of his hands & to give it to another contractor to complete in which
case any expenses which may be incurred in excess of the sum which would have
been paid to the original contractor of the whole work had been executed by him (of
the amount of such excess, the certificate in writing of the Executive Engineer shall be
final & conclusive shall be borne & paid by the original contractor & may be deducted
from any money due to him by Govt. under the contract or otherwise or from his
security deposit.

In the event of any above courses being adopted by the Executive Engineer, the
Contractor shall have no claim to compensation for any loss sustained by him by reason
of his having purchased or produced any material or entered into any engagement or
made any advances on account of or with a view to the execution of the work for the
performance of contract. And in case of the contract shall be rescind under the
provision aforesaid, the contractor shall not be entitled to recover or be paid any sum
for any work there to for actually performed under the contract, unless & until the
Executive Engineer will have certified in writing the performance of such work & the
payable in respect thereof & he shall only be entitled to be paid the value so certified.

43. Agreement amount will stand automatically enhanced if there is any increase due
to applicability of IEEMA clause or any other statutory variation in taxes and duties
levied after the date of quotationing subject to the condition that this enhanced
amount does not require revision of detailed estimate/administrative approval. For
any other excess proper enhancement will be sought from the competent authority
as per usual practice/rules.
44. The agencies shall submit their tender of lifts with the specifications/conditions
given in the quotation document only. They will not give their own
specifications/conditions separately in general. If there is any deviation in
specifications/conditions from those given above then only those particular
specifications/conditions shall be given in the first envelop meant for technical bids.
45. TRAVEL: - Travel of lift will be measured as per IS 3534-1976 or latest i.e
from floor level of Ist landing to floor level of last landing.
46. Before quoting the rates the bidder should visit the site and ensure that the lift
well is as per the size/ specifications given in the tender documents. In case

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 123 of 287


Irrigation & Water Resources Department
the lift well is under construction, it will be liability of bidder to timely check
the same.
47. The lower of quoted AMC rates and standard AMC rates as mentioned in
DNIT will be payable to L-1 bidder.

IEEMA PRICE VARIATION CLAUSE FOR ELEVATOR WORKS CONTRACTS


The price quoted/confirmed is based on the cost of raw materials/components and labour
cost as on the date of quotations and the same is deemed to be related to wholesale price index
number for metal products and all India average consumer price index number for industrial
workers as specified below. In case of any variation in these index numbers, the price shall be
subject to adjustment up or down in accordance with the following formula:-

P= Po 15 + 55 MP + 15 Wo (D) + 15 Wo (D)
100 MPo Wo Wo

P= Price payable as adjusted in accordance with the above price variation formula.
Po = Price quoted/confirmed.
Mpo = Whole sale price index number for metal products as published by the office of
“the Economic Advisor, Ministry of Industry, Government of India, in their
weekly bulleting, Revised Index Number of wholesale prices for the week ending
first Saturday of the relevant calendar month.
Wo = All India Consumer price index number for industrial workers as published by
Labour Bureau, Ministry of Labour, Government of India for the relevant
calendar month.
The above index numbers Mpo & Wo are those published by Government of
India as prevailing on the first working day of the calendar month FOUR months
prior to the date of tendering e.g. when offer is submitted in June 1998 then the
applicable indices Mpo will be as prevailing of the 1st Saturday of February 1998
and Wo would be that for the month of February 1998.
MP = Whole sale price index number for metal products as published by the office of
“the Economic advisor, Ministry of Industry, Government of India, in their
weekly bulletin revised index number of wholesale prices. The applicable whole
sale price index number for metal products as the 1st Saturday of month covering
the date FOUR months prior to the date of delivery.
Wo(D) = All India average consumer price index number for industrial workers as
published by Labour Bureau, Ministry of Labour, Government of India.
The applicable all India. Average consumer price index number for Industrial
workers prevailing for the month covering the data FOUR months prior to the
date of delivery of manufactured material and would be as published by Govt. of
India.

PRICE VARIATION CLAUSE FOR COMPREHENSIVEMAINTENANCE CONTRACTS


FOR ELEVATORS/ESCLATORS

The price of comprehensive maintenance contractors for elevators/escalators is to be revised oat


the end of one year period on the basis of the following variation formula :-

P= Po 15 + 50W + 25 MP + 10 FP
100 Wo MPo FPo

Wherein:

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 124 of 287


Irrigation & Water Resources Department
P= Revised price payable in accordance with the above formula.
Po = Previous year’s confirmed price for the maintenance contract.
W = All India average consumer price index number for industrial workers, as published
by the Labour Bureau, Ministry of Labour, Govt. of India.
This index number is as applicable for the month, six months prior to the date of
commencement of previous year’s contract.
MPo= The final wholesale price index number for metal products as published by the
office of the Economic advisor, Ministry of Industry, Govt. of India.
This index number is as applicable on the 1st Saturday of the month, six months
prior to the date of commencement of previous year’s contract.
FPo= The final wholesale price index number for fuel, power, light and lubricants as
published by the office of the Economic Advisor, Ministry of Industry, Govt. of
India.
This index number is as applicable on the 1st Saturday of the month, six months
prior to the date of commencement of previous year’s contract.
W= All India average consumer price index number for Industrial workers is as
published by the Labour Bureau, Ministry of Labour, Govt. of India.
This index number is as applicable for the month, six months prior to the date of
commencement of the revised contract.

MP= The final wholesale price index number for metal products as published by the
office of the Economic Advisor, Ministry of Industry, Govt. of India.
This index number is as applicable on the 1st Saturday of the month, six months
prior to the date of commencement of previous year’s contract.
FP= The final wholesale price index number for fuel, power, light and lubricants as
published by the office of the Economic Advisor, Ministry of Industry, Govt. of
India.
This index number is as applicable on the 1st Saturday of the month, six months prior to the
date of commencement of previous year’s contract.
ADDITIONAL CONDITIONS FOR MTC. CONTRACT.

1. AMC means AMC after completion of free maintenance period specified in the
agreement.
2. The work will be carried out as per relevant IS: Specifications and other
general codes and practices.
3. Sales Tax / Income Tax/ labour cess /GST /Service tax as and if applicable will
be deducted from all bills. However, certificate for TDS will be issued by the
department.
4. The jurisdictions of court shall be at district head quarter concerned of work.
5. After expiry of free maintenance period, AMC shall come into force. AMC
charges for first year will be calculated on updated value of original work
contract agreement after including up to date IEEMA price variation. The
maintenance charges will be increased/ decreased every year on the basis of
IEEMA Price variation clause. The first maintenance period will be from expiry
of free maintenance period to the end of financial year i.e. 31st March
Subsequently the maintenance charge shall be fixed on Ist April every year and
will remain current throughout the financial year without any variation.
However any statutory variation / new imposition of taxes and duties will be to
the account of the department
6. The firm will maintain a reasonable inventory of genuine spares parts in their
service depot, so that faults in the lifts do not remain unattended for want of
spares. During the free maintenance period lift will have to be maintained and
inspected. Regularly at least once in a month and as and when called by
Engineer-in- Chief Charge or his representative, due to fault/breakdown without

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 125 of 287


Irrigation & Water Resources Department
a charges.
7. The firm will deploy only trained and appropriate skilled personnel to keep the
equipment properly adjusted and they will use all reasonable care to maintain
the elevator in proper and safe operating conditions, which will include
manpower i.e. 2 operators cum technician with 10 hr. shift of each on all the
seven days of week.
8. This maintenance contract includes replacement of all minor and major
parts/assemblies including their cost and cost of all other material/consumable
and tools etc. and labour required to maintain these lifts in proper working
order. The maintenance of the following items will also be included in the
contract.
9. Denting /Painting of Car enclosure panels, Car doors, Landing doors,
Handrails. Replacement of Light diffuser, Bulbs, Tubes, Mirrors, Floor covering
carpets, external wiring to elevator, hoist way and machine room, other
Architectural features & replacement of batteries for alarm, Emergency light,
ARD, Intercom,
10. The firm shall remove the breakdown during or after working hours and even on
holidays on receipt of information at the firm control station from the authorized
representatives of PW (B&R) Department or the client department in whose
premises the lifts are working. The firm will intimate the complaint number to the
complainant at the time of reporting the breakdown. Machine room key shall be
made available to authorized technician of the firm on arrival at site. The break-
down rectification report shall be signed by the department for record of issue
of spares and keeping time record of the firms service personnel. The firm
personnel will also sign the log book of respective lift in token of attending the
complains & removal of defects and other observations recorded by department
officers /officials to complete satisfaction.
11. The firm shall set right the lift in working condition within 24 (Twenty-four)
hours for the minor defects and within 4(four) days including day of complaint
for the major breakdown after receipt of the complaint at their center, if service
center of the firm exists at that station and within 48(Forty-Eight) hours and 6
(six) days for minor and major breakdown respectively, in case service center of
the firm does not exist at that station. If the complaint is not attended within the
specified period, beside not paying AMC charges for delayed period,
compensation of two days AMC charges for every delay of one day or part
thereof per lift shall be levied, but the total amount of compensation during a
year shall not exceed 10% (Ten Percent) of the annual maintenance charges of
relevant year. The Superintending Engineer on representation from the firm may
reduce the amount of compensation and his speaking decision in writing shall be
final. Even after levying the compensation equivalent to 10 % (Ten percent) of
the contract amount if the firm does not attend the complaint, the firm will not be
paid AMC for the defaulting period.
12. Any work which may be rendered necessary due to revision of the existing Govt.
Municipal or elevator acts promulgated subsequent to the date of installation of
elevator or new design/development/modernization work will be covered under
maintenance contract. The lift will have to be got inspected for requisite
clearance from the Nodal inspecting agency after every specified time fixed by
the Nodal agency.
13. The firm shall become liable for compensation in accordance with the Indian
law and Regulations in the event of any accident occurring to any person using,
intending to use the elevator or otherwise due to the fault in the elevator on
account of failure to keep the lifts in proper working order or non compliance of
statutory provision for safety measures.
14. The parts if replaced by the firm shall be OEM parts matching with the existing

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 126 of 287


Irrigation & Water Resources Department
equipment. Defective/removed /unserviceable parts will be the property of the
firm.
15. The bill of maintenance charges should be properly prepared and scrutinized
by the Chartered Accountant of the firm with the supporting papers of price
indices at the time of submission of first maintenance contract bill of financial
year.
16. After completion of maintenance contract or termination of contract mid-way
due to any reason what-so-ever, the firm will hand over the lift in working order
with every parts /assembly intact. In case, if any part / assembly is found
missing/defective or of substandard specifications due recovery will be made for
such a deficiency and other measures to effect such recovery as deemed fit will
be taken against the firm.
17. The department will have prerogative to discontinue the maintenance contract of
any or all the lifts without assigning any reason at any time for any or all the lifts
without paying any compensation for such an act. However, a valid one-month
notice will be given before taking any such action as mentioned above or
maintenance charges will be paid for the period for which notice falls short.
18. Separate agreement of AMC shall be prepared yearly on agreed rates, terms
and conditions on completion of one-year free maintenance period. It shall stand
concluded and will become operative from the next day of expiry of free
maintenance period even without signing of contract agreement.
19. 10% (Ten percent) security shall be deducted from each bill of the firm which
shall be maximum to 5% of contract value and shall be refunded after completion
of AMC period. Or alternatively security can be deposited by the firm in shape of
bank guarantee for the required amount and validity.

AMC CHARGES
20. After completion of free maintenance period of one year from the date of
completion as above, the firm will be bound to carry out paid comprehensive
maintenance i.e. repair and replacement of all installation including consumable
items etc. for next ten years for which the firm will quote the rates on BOQ
template.

21. The bidder will arrange the necessary safety certificate from Chief Electrical
Inspector including insurance and all other formalities. However, department
will reimburse the Govt. fee and other charges subsequently.

Payment of this maintenance will be done on half yearly basis after deducting the Statutory
taxes.
22. The standard AMC rates are as following: -

(i) 1st year (after one year guarantee period) @ 4% of capital cost
(ii) 2nd year @ 4.5% of capital cost
(iii) 3rd year @ 4.75% of capital cost
(iv) 4th year @ 5% of capital cost
(v) 5th year @ 5.5% of capital cost
(vi) 6th year @ 5.75% of capital cost
(vii) 7th year @ 6% of capital cost
(viii) 8th year @ 6.5% of capital cost
(ix) 9th year @ 6.75% of capital cost
(x) 10th year @ 7% of capital cost
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 127 of 287


Irrigation & Water Resources Department
The lower of above mentioned rates and quoted AMC rates will be paid to L-1 bidder.

These additional conditions shall supersede the similar conditions found contrary elsewhere in
DNIT.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 128 of 287


Irrigation & Water Resources Department

TECHNICALSPECIFICATIONFORMEDICALGASPIPE
LINESYSTEM
A MEDICALOXYGENSYSTEM
1.0 Liquidtank(Indian)
SCOPEOFSUPPLY
a) Design,manufactureandsupplyofvacuum+perliteinsulatedverticalstoragetank(Non-
Thermosiphon)aspertechnicalspecificationandflowschemeenclosed.
b) Design,fabricationandsupplyof LowPressureAtmosphericVaporizeraspertechnical
specificationand GAcumfoundationdrawingenclosed
DOCUMENTATIONFORSTORAGETANK
Operatingandmaintenancemanual-1setalongwithshipmentshallbegiven.
Qualitytestcertificate–1setforCryogenicpressurevesselshallbesubmittedalongwith the
shipment.ThecryogenictankQualitycertificateshallcompriseof:
a) ApprovalletteralongwithapproveddrawingsfromCCOEfor innervessel
b) CertificatefromthirdpartyinspectionAgencyforinnervessel
c) MaterialHeatchartforinnervesselpressureparts.
d) Mechanicalpropertiestestreportforproductiontestcoupon
e) Historysheetforinnervessel
f) Materialtestreportforpressureparts(innervessel)
g) Nameplatephotocopy
h) Certificateofsafetyvalve,pressuregauge,levelgauge

DOCUMENTATIONFORVAPORISER
Inspectionandtestreports-1setalongwiththeequipmentshallbeprovided
Operation&Maintenancemanual-1set alongwiththeequipmentshallbeprovided
INCLUSIVE
· Civilfoundation/ foundationbolts,anyothercivilwork
withinbatterylimit
· Spares,burstingdisc,etcforthe equipment.
· Unloading,ErectionandCommissioningofEquipmentat site
· Interconnectingpipingbetweentankand
vaporizeranddownstreamof vaporizer
· Fencing,gates,fire-fightingequipmentetc
requiredonthetankyardlayout.
· CCOElicensefortheusageof equipment
· ColdtestatourWorks/Site
· Liquefiedgasesforcommissioningofthesystem

INSPECTION

TECHNICAL SPECIFICATIONS FOR COLD CONVERTERS


DESCRIPTION UNIT
CONFIGURATION - VERTICAL
GROSS VOLUME LIT 10600
NET CAPACITY LIT 10000
INNER VESSELMATERIAL - X5 CrNi 18-10
DESIGN MANUFACTURING CODE EN13458-2:2002
MAX. ALLOW ABLE WORKING PRESSURE KG/CM2 (G) 17
DESIGN PRESSURE (corrected for vaccum KG/CM2 (G) 18.033
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 129 of 287


Irrigation & Water Resources Department
HYDRO TEST PRESSURE KG/CM2 (G) AS PER CODE
DESIGN TEMPERATURE DEG.C - 156
N2 M3 3985 x2
CAPACITY OF GAS KG 4539x2
AT 27 DEG. CENT. 02 M3 4927x2
AR KG 6401x2
M3 4815x2
KG 7845
CEANING DUTY OXYGEN
INSULATION VAC+PERLITE
INSPECTION THIRD PARTY
OUTER VESSEL : - CARBON STEEL
MATERIAL DESIGN CODE CGA-341, 2002
OPERATING PRESSURE - VACUUM
EMPTY WEIGHT (APPROX) Kg. 3650
FULL WEIGHT (APPROX.) N2 Kg. 8189
02 Kg. 10051
AR Kg. 11495
OUTSIDE DIAMETER mm 2116
OVERALL HEIGHT mm 4121
EXTERNAL SURFACE MECH. CLEANING
PRIMER TWO COATS
FINAL POINT (POLYEURETHENE) TWO COATS
Exact volume could be +/-3% after stretching

TECH. SPEC. OF LOW PRESSURE ATMOSPHERIC VAPORISERS


S.no. Unit
1 Duty HRS 8
2 CAPACITY - LOX NM3/HR 200
- LIN NM3/HR 230
- LAR NM3/HR 260
3 INLET TEMP. DEG.C -196 to + 40
4 OUTLETTEMP. DEG.C 10 Deg. Below amb.
5 SURFACE AREA SQ.M 65
6 HEATING MEDIUM - AMBIENT
7 MAX. OPERATING PRESSURE KG/CM2 25
8 DESIGN PRESSURE KG/CM2 27
9 PNEUMATIC TEST PRESSURE KG/CM2 30
10 RADIOGRAPHY - NIL
11 CLEANING DUTY - OXYGEN
12 DESIGN & MFG. CODE - ASME SEC.VIII,
DIV.I
2013

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 130 of 287


Irrigation & Water Resources Department
13 MTL. OF CONSTR. TUBES - SB221 A96063 T5
14 OVERALL DIMENSION Lx W x H MM 900*1520*2770
15 INLET FLANGE ANSI B 16.5 NB 25
16 OUTLET FLANGE ANSI B 16.5 NB 40
17 EMPTY WEIGHT [APPROX.] KG. 280
Note : Specifications are subject to change due to continuous technical up gradation.
Empty weight of the vaporizer might change during detail

2.0 Oxygen Manifold (Indian)


The oxygen cylinder manifold should comprise of two cylinder Banks which can accommodate 16
cylinders in each Bank (means 16+16) complete with copper tail pipes with bull nose fittings of
RH External threading suitable for cylinder valves conforming to IS 3234 (Oxygen service) and
Cylinder support system.

Manifold should be suitable to withstand a pressure of 140 Kg/cm2, along with high pressure
copper annealed tail pipes with Brass adapter suitable for Oxygen Cylinders and manifold.

Top frame comprising of high pressure copper pipes of size 1/2” I.D. x 14swg with high pressure
brass fittings made of high tensile brass and connections through non- return valves.

High pressure copper tail pipes, made of high pressure copper pipe of size 1/4” I.D. x 16 swg.

The middle and bottom frame to be provided to fit both round and flat bottom cylinders safely. The
manifold should be tested (hydraulically) at 250kg / cm sq.

The copper tail pipes are fitted to the individual non return valves of the cylinder manifold for easy
removal of cylinders without disturbance to system operation.

Each manifold should be provided with one terminal header and a NPT connection for the
Automatic control panel.

3.0 Fully Automatic Oxygen Gas Control System – (Imported) as per NFPA -99 Std with
latest amendments / HTM -2022/02-01 of UK
Digital / Analog Display Gas Manifold should be fully automatic, self – shifting to reserve bank on
exhaustion of the service bank without interruption of gas delivery to the system. A critical
connections should be gas specific, non-interchangeable and should be designed to eliminate gas
supply error. The manifold control system should supply a flow of 1000 L/ Min at 50 psi. The dual
line regulator/single vent Medical Gas Manifold control unit should include right and left header
bars and pigtails for the appropriate medical gas. The installed system should automatically switch
over to the reserve bank when the primary bank is depleted. When the depleted cylinders are
replaced with full cylinders the system should automatically reset itself in preparation for the next
bank change. The primary side bank in use and the remaining side bank on reserve. This
designation should automatically change from left to right and right to left as each bank is depleted
and, in turn, refitted with full gas cylinders.

The LED indicator should show a depleted bank by turning red. A buzzer should also sound to
indicate an empty bank. When the system is reset by replacing the depleted cylinders, the indicator
should turn green and also silence the buzzer. If the manifold is connected to the health care
facility’s central alarm system that should also indicate that the bank was depleted and, in turn, was
reset. The only manual activity Medical gas Manifold requires is the changing of the depleted
cylinders. When a bank is depleted, Manifold should automatically switch to the fresh bank,
delivering an uninterrupted gas supply to the health care facility. Changeover is performed by
solenoid valves contained in the control cabinet. In the event of an electrical power failure, both
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 131 of 287


Irrigation & Water Resources Department
solenoid valves should automatically open to provide an uninterrupted gas flow. Under normal
operating conditions, the gas should leave the high pressure cylinders through the pigtails into the
header bars.

The pigtails should have on-way Valves (check valves) to allow the replacement of depleted
cylinders without gas pressure back-flow into the remaining depleted cylinders on that bank. In the
event a safety relief device on an individual cylinder should activate or a pigtail should leak
excessively, the local check vale should also prevent loss of gas from the rest of the cylinders on
that bank.

The gas should flows through the manually operated shutoff valve into the primary regulator. This
regulator should reduce the high cylinder pressure to an intermediate pressure. The intermediate
pressure gas flows through the solenoid valve to the line regulator for its final (Line) pressure
reduction for use in the health care facility. Two line pressure regulators should be installed in
parallel, and each should be capable of maintaining a constant dynamic delivery pressure at the
maximum designed flow rate of the system.

The solenoid valve should be the key to the automatic mechanism the manifold. This component
ensures that the flow of gas is not interrupted and the pressure does not fluctuate during normal
operation. When the operating bank pressure falls to a predetermined level, which is controlled by
the preset pressure switches (for high at 60 PSI and for low at 40PSI) , the switches should activate
the solenoids to switch to the fresh ( reserve) cylinder bank .

The manifold control cabinet should have three means of giving continuous information on the
system status: first pressure gauges to indicate the bank pressure and the delivery pressure: second
six indicator LEDs , two green that indicate which cylinders is in use, two yellow for Reserve
Ready and two red that indicate a bank is now depleted : third, a loud audible buzzer gives an
alarm when either or both banks are depleted.

The six indicators should controlled by sensing the bank pressure. Replacing the depleted cylinders
on the empty bank resets the system, changing the indicator form red to yellow. At the same time
the yellow LED should change to green to go form Reserve Ready to In Service. LEDs should
show red prior to initial pressurization or whenever both cylinder banks are below the present
value.

4.0 Emergency Oxygen Manifold (Indian)


The oxygen cylinder manifold should comprise of one cylinder Banks which can accommodate 12
cylinders complete with copper tail pipes with bull nose fittings of RH External threading suitable
for cylinder valves conforming to IS 3234 (Oxygen service) and Cylinder support system.

Manifold should be suitable to withstand a pressure of 140 Kg/cm2, along with high pressure
copper annealed tail pipes with Brass adapter suitable for Oxygen Cylinders and manifold.

Top frame comprising of high pressure copper pipes of size 1/2” I.D. x 14swg with high pressure
brass fittings made of high tensile brass and connections through non- return valves.

High pressure copper tail pipes, made of high pressure copper pipe of size 1/4” I.D. x 16 swg.

The middle and bottom frame to be provided to fit both round and flat bottom cylinders safely. The
manifold should be tested (hydraulically) at 250kg / cm sq.

The copper tail pipes are fitted to the individual non return valves of the cylinder manifold for easy
removal of cylinders without disturbance to system operation.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 132 of 287


Irrigation & Water Resources Department

5.0 Terminal / Gas Outlet with probes– as per NFPA-99 std with latest amendments / HTM -
2022/02-01 of UK (Imported)
Oxygen
Air-4Bar
Air-7Bar
N2O
Vacuum
AGSS/WAGD
Surface mount, non interchangeable, self sealing outlets, outlets should consist of a roughing in
assembly and a finishing assembly. A non removable positive- pin keying arrangement for each
specific gas service. Installed in the mounting box a fully assembled brass secondary check valve.

Design of outlet should be such that it should have 100% metal construction for corrosion
resistance fire safety & push button mechanism for quick release of adaptor. The secondary check
valve automatically should form a positive seal to prevent a gas flow when the finishing assembly
is removed. The secondary check valve to include 7’’ (17.78cm) of 1/2’’ Type K copper tubing
with a label affixed which identifies the specific gas by name and colour. A plastic cap inserted at
the end of the inlet tube. Rotation of the inlet tube should allow gas connection from the top or
bottom. the finishing assembly should consists of a die cast chrome plated cover plate , a machined
brass housing for the primary check valve, and a positive –pin keying device to prevent accidental
installation into a roughing in assembly of a dismal gas. The finishing assembly incorporates a
double seal arrangement which automatically engages when a hose adapter or patient treatment
device is removed from the outlet. The design of the outlet should be such that if can be easily
repaired without disassembly of the outlet.

The finishing assembly should have a colour coded (specific gas) keying disc to prevent
connection of hose adapters or patient treatment device to the wrong gas service. The primary
check allows absolutely no gas flow to take place until the keying devices are engaged. It should be
manufactured in accordance with all applicable NFPA and CGA standards. The locking device
should be in the probe instead of gas outlet.

Matching probe for outlets – Imported as per NFPA-99 / HTM 02-01 UL Listed / CE Marked
Matching probes to the gas outlet mentioned above. That is adapter for Gas outlets each adapter
should have suitable barb or threads so that it can be connected to tube or flow meter /suction
regulator. Adapter should have clear gas service embossed on it.

6.0 Oxygen Flow meter & Humidifier Bottle for critical area – (Imported)European CE
Certified with notified body no./UL listed
· The graduated scale should have an oval shape this allows a "lens effect" get the scale values
easy-reading in any condition of use.
· I/0 switch button green and red allows the operator to quickly lock and reactivate the
flowmeter gas supply, keeping unchanged the previous flow preset value.
When the flowmeter is not working, the green button is visible and pushing it, the flow is
activated. On the contrary, to stop the flow, the red button must be pushed.
· It should have ADJUSTING KNOB WITH PUSH&LOCK SYSTEM: it keep locked the pre-
set flow value. To adjust the flow pull the knob, set the flow value you need to deliver to the
patient and push the knob to lock the selected value.
· The flowmeter should have an integrated pressure reducer for the stabilization of supplied
pressure at 2.8bar, to guarantee always and in any condition the flow accuracy of the device.
The flowmeter can be used in any hospital with different pressure from the plants and it is not
necessary to calibrate it.
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 133 of 287


Irrigation & Water Resources Department
· The outlet nipple should have a double thread interchangeable by the end user.
· The flowmeter should have 50 mm adjusting knob with soft grip inserts for easy handling
· The humidifier should completely made of polycarbonate and it can be sterilized in
autoclave at 121 °C for 15 min
· For the inlet connection it should have some snap inserts, identified with color-code, with
different threads to be chosen by the end user
· An ergonomic and big size rotating nut allows to easily connect and disconnect the
humidifier to the oxygen supply device, the 360° rolling positioning hose connector ø 6÷9
mm allows an easy use of the humidifier.
· The bottle should have hollow shape, besides being a design unique element, offers the
operator an easy and safe handling.
· The humidifier should have an integrated relief valve

6a Oxygen Flow meter & Humidifier Bottle – (Imported) CE Certified with 4 digit notified
body no./UL Listed for other area
Brass bodychromeplatedFlowmeter withcolour codingtomatchwiththegas beingused.
Thehousingshouldbemade ofpolypropylenetoensure highdurability.Theflowrange shouldbe0-
15LPM.TheFlowmeter shouldbefittedwithmatching adaptor (probe)for OxygenGas Outlet Point.

Humidifier bottleshould becompatiblewithOxygenFlowmeter &itshouldbereusabletype.


Thebottleshouldbeshatterproof&madeofpolypropylene/polycarbonate.Metal componentsof
humidifier bottleshouldbemadeof brass withanti-corrosion nickelplating.

D-TypeBigsizeMedicalOxygenCylinderlSIMark(220CU.FT.)
1. D-Type high pressure seamless cylinder for medical oxygen gas, cylinder are ISI marked
confirmingto IS: 7285 part 2, certified bythe Bureau of Indian Standards(BIS) and
approvedbythe chief controller of explosive (CCOE)GovernmentofIndia.
2. Cylinder made.fromManganeseSteel.
3. 46.7Ltr.watercapacity(220CU.FT.).
4. FittedwithbullnosetypevalveasperIS:3224,andneckcap.
5. Valvemadeof BrassandChromePlated.
6. Working pressure 150Kg.f/cm2at15deg.C.
7. Hydraulictestpressure 250Kg.f/cm2.
8. Color code of the cylinder should as per IS 3933-1966with updating till date.

B MEDICAL NITROUS OXIDE SYSTEM


1.0 Nitrous Oxide Manifold (Indian)
The N2O cylinder manifold should comprise of two cylinder Banks which can accommodate 2
cylinders in each Bank (means 2+2) for cylinder valves conforming to IS 3234 (N2O service)
complete with copper tail pipes with fittings.

Manifold should be suitable to withstand a pressure of 140 Kg/cm2, along with high pressure
copper annealed tail pipes with Brass adapter suitable for Nitrous Cylinders and manifold.
Top frame comprising of high pressure copper pipes of size 1/2” I.D. x 14swg with high pressure
brass fittings made of high tensile brass and connections through non- return valves.

High pressure copper tail pipes, made of high pressure copper pipe of size 1/4” I.D. x 16 swg.

The middle and bottom frame to be provided to fit both round and flat bottom cylinders safely. The
manifold should be tested (hydraulically) at 250kg / cm sq.

The copper tail pipes are fitted to the individual non return valves of the cylinder manifold for easy
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 134 of 287


Irrigation & Water Resources Department
removal of cylinders without disturbance to system operation.
Each manifold should be provided with one terminal header and a NPT connection for the
Automatic control panel.

2.0 Fully Automatic Nitrous Oxide Gas Control System – As per NFPA-99 std with latest
amendments / HTM -2022/02-01 of UK(Imported)
Gas Manifold should be fully automatic, self – shifting to reserve bank on exhaustion of the
service bank without interruption of gas delivery to the system. A critical connections should be
gas specific, non-interchangeable and should be designed to eliminate gas supply error. The
manifold control system should supply a flow of 1000 L/ Min at 50 psi. The dual line
regulator/single vent Medical Gas Manifold control unit should include right and left header bars
and pigtails for the appropriate medical gas. The installed system should automatically switch over
to the reserve bank when the primary bank is depleted. When the depleted cylinders are replaced
with full cylinders the system should automatically reset itself in preparation for the next bank
change. The primary side bank in use and the remaining side bank on reserve. This designation
should automatically change from left to right and right to left as each bank is depleted and, in turn,
refitted with full gas cylinders.

The LED indicator should show a depleted bank by turning red. A buzzer should also sound to
indicate an empty bank. When the system is reset by replacing the depleted cylinders, the indicator
should turn green and also silence the buzzer. If the manifold is connected to the health care
facility’s central alarm system that should also indicate that the bank was depleted and, in turn, was
reset. The only manual activity Medical gas Manifold requires is the changing of the depleted
cylinders. When a bank is depleted, Manifold should automatically switch to the fresh bank,
delivering an uninterrupted gas supply to the health care facility. Changeover is performed by
solenoid valves contained in the control cabinet. In the event of an electrical power failure, both
solenoid valves should automatically open to provide an uninterrupted gas flow. Under normal
operating conditions, the gas should leave the high pressure cylinders through the pigtails into the
header bars.

The pigtails should have on-way Valves (check valves) to allow the replacement of depleted
cylinders without gas pressure back-flow into the remaining depleted cylinders on that bank. In the
event a safety relief device on an individual cylinder should

Activate or a pigtail should leak excessively, the local check vale should also prevent loss of gas
from the rest of the cylinders on that bank.

The gas should flows through the manually operated shutoff valve into the primary regulator. This
regulator should reduce the high cylinder pressure to an intermediate pressure. The intermediate
pressure gas flows through the solenoid valve to the line regulator for its final (Line) pressure
reduction for use in the health care facility. Two line pressure regulators should be installed in
parallel, and each should be capable of maintaining a constant dynamic delivery pressure at the
maximum designed flow rate of the system.

The solenoid valve should be the key to the automatic mechanism the manifold. This component
ensures that the flow of gas is not interrupted and the pressure does not fluctuate during normal
operation. When the operating bank pressure falls to a predetermined level, which is controlled by
the preset pressure switches (high and low) , the switches should activate the solenoids to switch to
the fresh ( reserve) cylinder bank .

The manifold control cabinet should have three means of giving continuous information on the
system status: first pressure gauges to indicate the bank pressure and the delivery pressure: second
six indicator LEDs , two green that indicate which cylinders is in use, two yellow for Reserve

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 135 of 287


Irrigation & Water Resources Department
Ready and two red that indicate a bank is now depleted : third, a loud audible buzzer gives an
alarm when either or both banks are depleted.

The six indicators should controlled by sensing the bank pressure. Replacing the depleted cylinders
on the empty bank resets the system, changing the indicator form red to yellow. At the same time
the yellow LED should change to green to go form Reserve Ready to In Service. LEDs should
show red prior to initial pressurization or whenever both cylinder banks are below the present
value.

3.0 Emergency N2O System – (Indian)


The Emergency supply manifold should be connected to downstream of the manifold control
panel. The assembly should consist of 1 (one) cylinders connection supplying a manually
adjusted regulator via a common header assembly. The delivery system is isolated from the main
system by an isolation valve. Pressure gauges should indicate cylinder and delivery pressure &
valves conforming to IS 3234 (N2O service)

C MEDICAL COMPRESSED AIR SYSTEM


1.0 Duplex MEDICAL DRY COMPRESSED AIR SUPPLY SYSTEM -as per NFPA-99 std
with latest amendments / HTM -2022/02-01 of UK(Imported)
a)The total plant capacity running and standby should be 110 scfm capacity @ 100psi oil-less air
compressors and associated equipment, one vertical ASME Tank and one control panel. The entire
system including the receiver should be mounted on a common structural steel stack base. The only
field connections required would be system intake, exhaust and power connection at the control
panel. All components should be completely prepiped and pre-wired to single-point service
connections. All interconnecting piping and wiring should be completed and operationally tested at
the site of manufacturer.

b)The medical air compressors should be of the totally oil-less scroll air-cooled design. Connecting
rod and bearings should be packed with lifetime lubrication and sealed.

c) Each compressor should be belt driven by a suitable HP, 3 phase, 50 cycle, 415 volt, ODP
NEMA construction motor. Slide bases for convenient belt tension adjustment and totally enclosed
OSHA approved belt guards should be provided.

d) Each air compressor should have a capacity of 55 scfm at 100 PSIG.

e) The system should include individual compressor inline intake filters, discharge check valves of
bronze construction, safety relief valves, bronze intake and discharge flexible connectors, solenoid
unloaders, isolation valves, air cooled after coolers for each compressor, high discharge
temperature shut down switches on each cylinder, pressure control switches, as well as copper
tubing with shut-off cock for gauge and switches. The system should include a 120 gallon.
Pressure storage tank of ASME construction rated for 200-PSI MWP service. The tank should be
equipped with a pressure gauge, safety relief valve, 3-way by-pass; gauge glass and automatic
electronic tank drain with manual override. The inside of the tank should be coated for rust
protection with a two component coating which provides a hard, durable lining. Provide spring
vibration isolators for each compressor.

f)The system should include a UL listed control panel in a NEMA 12 enclosure with the following
accessories for each pump:

g) Externally operatable fusible disconnect with door interlock, control circuit transformer with
fused primary and secondary coils, H-O-A switch, magnetic starter with 3 leg overload protection,
hour meter, motor running light. Provide the panel with a multiple position selector switch for

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 136 of 287


Irrigation & Water Resources Department
selection of normal operation (automatic alternation) or manual selection of lead and lag pumps if
one of the pumps is taken out of service due to scheduled maintenance. Provide audible and visual
local alarm (complete with indicating lights and individual sets of auxiliary contacts wired to the
terminal strip for remote alarm indication) for the following: compressor temperature malfunctions
and reserve compressor in use.

Provide manual reset for thermal malfunction shutdown. All control and alarm functions should
remain energized while any compressor in the system remains electrically on-line. The lag
compressor should be able to start automatically if the lead compressor fails to operate. All models
should operate between 65-90 dBa

STANDARD BILL OF MATERIAL FOR DUPLEX


DESCRIPTION Qty
DUPLEX
Oil-Less Compressor 2
Belt Guard 2
Electric Motor 2
High Air Temperature Switch 2
Air Receiver ( ASME Rated) 1
Control Pressure Switch 1
Three-Valve By pass 1
Sight-Gauge Glass 1
Pressure Gauge 1
Pressure Relief Valve 1
Automatic Tank Drain 1
Electrical Control Panel 1
NEMA 12 Enclosure 1
Power Distribution Block 1
Combination Motor Starters with Circuit Breaker Disconnects
Automatic Alternation 1
Running Lights 2
Hour Meters 2
Control Transformer 2
Hand-Off Automatic switch 2
High-Air Temperature Light with contacts 2
Lag On Alarm with Horn, Light & contacts 1
Interconnecting piping 1 lot
Compressors Isolating Valve 2
Check Valve 2
Compressor Inlet flex connectors ( installed) 2
Compressor Discharge Flex Connectors ( installed) 2
System Flex Connector ( shipped loose) 2
Vibration Dampeners ( Shipped Loose) 1 set

D Duplex MEDICAL VACCUM CENTRAL SYSTEM


1.0 VACUUM (SUCTION) SUPPLY SYSTEM – as per NFPA-99 std with latest
amendments / HTM -2022/02-01 of UK ( Imported)
Medical Vacuum should be provided by vacuum plant reference and capable of providing a flow
rate of 4200 LPM with one Pump running and one pump standby, pumps running simultaneously
at a vacuum level of 19” Hg. The total plant capacity should be 150 SCFM .

The Oil Lubricated Rotary Vane Medical vacuum System should provided superior performance
with minimal maintenance. The packaged system should contain all necessary controls and

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 137 of 287


Irrigation & Water Resources Department
components to meet or exceed NFPA99 recommended guidelines. Systems should be available in
simplex and all multiplex arrangements. The factory packaged vacuum system consists of rotary
vane vacuum pumps, pre-wired control panel, receiver, and interconnecting wiring and piping,
requiring only two plumbing connection. The Medical Vacuum systems should be available as
base mounted with vertical receiver size .The vacuum pumps should be continuous duty, rotary
vane, oil-sealed, air cooled, direct driven units capable of continuous operation over a working
range of 18” to 29” Hg. Each pump should have single shaft seals and should be equipped with an
automatic gas ballast valve to prevent condensation of water vapor, extending the life of the oil and
the system.

The pump should include an integral, multi-stage oil-removal system featuring a built in exhaust
demister that should remove and reclaim 99.9% of the exhausted oil. Additionally each pump
should include exhaust back pressure gauge to indicate the need for filter maintenance and an oil
sight glass for monitoring oil level. Lubrication should provided by the integral, fully re-
circulating oil supply. The pump inlet should be protected by means of a wire mesh screen. An
internal anti suck back valve should included to prevent oil from entering the vacuum piping
network. Pump vanes, because of their construction, should provide superior heat transfer and long
life. The pumps should be dynamically balanced and virtually vibration free.

Each pump should be driven by a direct flanged three-phase, standard TEFC motor via a pin and
bush coupling. All models should operate between 58-83 dBa,. Pumps require standard automotive
grade SAE-30 non-detergent oil for lubrication.

The UL listed / CE marked electrical control panel should be mounted in a control cabinet. The
standard control panel includes the following components:

Integral circuit breaker disconnected with door interlock, across-the-line motor starters with three-
phase overload protection
A programmable logic controller to cycle lead pump with each use
Hand off Automatic selector switch for each pump
Lag pump in use indicator light with horn and connection for remote annunciation
Hour meters to monitor factory recommended service intervals.
Pump running lights to indicate pump in operation.

Each system should include an ASME coded receiver rated for full vacuum service. The system
receiver should include a 4-1/2” vacuum gauge, manual drain, and three- valve by pass.
Additionally, each system should include properly sized inlet and exhaust flex connectors and
vibration isolation pads for filed installation. the pump has the facility that in case one pump stop
the standby pump should automatically start. if any pump fails the system should automatically
revert to the stand by pump. All the status monitoring of the pump can be connected to the Master
Alarm. The system should also includes factory installed 5 micron pump inlet filters to promote
longer life.

Standard Bill of Material


Oil-Lubricated Rotary Vane Vacuum System
DESCRIPTION Qty
DUPLEX
Rotary Vane Pump 2
TEFC Motors 2
Back Pressure Indicator Gauge 2
Oil Reservoir 2
Oil Sight-Gauge Glass 2
Air Receiver (ASME Rated) 1
Three Valve Bypass 1

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 138 of 287


Irrigation & Water Resources Department
Control Vacuum Switch 2
Vacuum Gauge 1
Manual Drain 1
Electrical Control Panel 1
NEMA 12 Enclosure 1
Integral Motor Starter with Circuit Breaker Disconnect 2
Automatic Alternation 1
Running Light 2
Hour Meter 2
Minimum Run Timer (7.5 hp and larger) 2
Control Transformer 2
Hand-Off-Automatic Switch 2
Lag On Alarm with Horn, Light & contacts 1
Interconnecting piping 1 lot
Pump Isolation Valve 2
Check Valve 2
5 Micron Pump Inlet Filter 2
Pump Inlet Flex Connector (installed) 2
Pump Discharge Flex Connector (Shipped loose) 2
Receiver Flex Connector (Shipped loose) 1
Vibration Dampeners (Shipped Loose) 1 set

3 Ward Vacuum Unit with Suction Jar - Imported CE certified with 4 digit notified body no./
UL Listed for critical area
· The digital vacuum regulator should have a digital vacuum gauge with monochromatic
LCD display, it is available with three possible end of scale: -250 mbar, -600 mbar and -
1000 mbar.
· The scale should be able to set in mbar/hpa or mmhg by the end user
· The numerical display should show the vacuum value and a sector bar proportional to
the adjusted de-pressure. The reading resolution is 1 mbar/hpa (1 mmhg).
· The frontal part of the digital gauge should be equipped with 3 buttons: one to switch
ON/OFF the vacuum regulator, the other 2 for various settings such as: set the timer for
the automatic switch off of the regulator; select the unit scale (mbar/hPa or mmHg); set
up a preferred vacuum value; zeroing the device at any time.
· The device should have a quick I/0 switch button that allows the operator to quickly
lock and reactivate the vacuum, keeping unchanged the previous preset value. When the
device is suctioning, the red button is outside and by pushing it, the operator can stop the
vacuum at any time. While, to reactivate the vacuum, at the same pre-set value, the
operator have to simply push the green button (visible when the device is not working).
· A vacuum adjustment knob with Soft Grip inserts for an easy handling with a “Push &
Lock” position system, the operator have to pull the knob, by rotating it regulate the level
of vacuum needed and then push the know to lock the selected value.
· Suctionjar shouldbe made of polycarbonate autoclave upto121ºC.Thejar capacityis
1000ml . Thefloat&cap assemblyincludesa patientportinletthatishorizontal tohelp
preventkinking ofsuctiontubing. All collection bottleassembliesallow visual inspection
offluidlevel,color &consistency&canbesteam autoclaved or gas sterilized. Polycarbonate
bottlesoffer theadditional advantage of eliminatingbreakage

3b Ward Vacuum Unit with Suction Jar - Imported CE certified with 4 digit notified body
no. / UL listed for other area
W.V.Unitshouldhavesofttouchknobfor easyaccess to(a) On/offmode(b) Regulation mode
(c)fullflowofvacuum pressure directlyformvacuumline.Mode.Theanaloguegauge shouldhave 2’’
diacolor coded;glow–in–the–darkfacefor easyreadabilityunder any condition.Highvacuumsetting0-
760"Hg.
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 139 of 287


Irrigation & Water Resources Department

Suctionjar shouldbe made of polycarbonate autoclave upto121ºC.Thejar capacityis 1000ml.


Thefloat&cap assemblyincludesa patientportinletthatishorizontal tohelp preventkinking
ofsuctiontubing. All collection bottleassembliesallow visual inspection offluidlevel,color
&consistency&canbesteam autoclaved or gas sterilized. Polycarbonate bottlesoffer theadditional
advantage of eliminatingbreakage.

Filter is designedtohelp protectthevacuum system from contaminationduetoaerosols or


collectionbottle overflow.This highefficiencybacteriafilterfeaturesa hydrophobic,micro-
porousmembranewhichfilters air withmaximumefficiencywhile helpingblock theflowof
aqueousfluidsandaerosol contaminants.

Filter efficiencyis superb: 99.97%D.O.P. retention(.3micronparticlesize).Filters are availablewith


1/8"NPT malepipethreadononeendtoconnecttoalmostany vacuum regulator anda¼"hose barbfor
connection ofvacuum tubing.

4 Theatre Vacuum Unit with Suction Jar - Imported CE certified with 4 digit notified body
no. / UL listed
· The digital vacuum regulator should have a digital vacuum gauge with monochromatic
LCD display, it is available with three possible end of scale: -250 mbar, -600 mbar and -
1000 mbar.
· The scale should be able to set in mbar/hpa or mmhg by the end user
· The numerical display should show the vacuum value and a sector bar proportional to
the adjusted de-pressure. The reading resolution is 1 mbar/hpa (1 mmhg).
· The frontal part of the digital gauge should be equipped with 3 buttons: one to switch
ON/OFF the vacuum regulator, the other 2 for various settings such as: set the timer for
the automatic switch off of the regulator; select the unit scale (mbar/hPa or mmHg); set
up a preferred vacuum value; zeroing the device at any time.
· The device should have a quick I/0 switch button that allows the operator to quickly
lock and reactivate the vacuum, keeping unchanged the previous preset value. When the
device is suctioning, the red button is outside and by pushing it, the operator can stop the
vacuum at any time. While, to reactivate the vacuum, at the same pre-set value, the
operator have to simply push the green button (visible when the device is not working).
· A vacuum adjustment knob with Soft Grip inserts for an easy handling with a “Push &
Lock” position system, the operator have to pull the knob, by rotating it regulate the level
of vacuum needed and then push the know to lock the selected value.
· Suctionjar shouldbemadeofpolycarbonateaautoclaveupto121ºC.Thejar capacityis
2000ML..Thefloat&cap assemblyincludesapatientportinletthatis horizontal tohelp
preventkinking ofsuctiontubing.All collectionbottle assembliesallow visual
inspectionoffluidlevel,color &consistency&can besteamautoclaved or gas sterilized.
Polycarbonatebottlesoffer the additional advantage of eliminatingbreakage.

DA DuplexAGSS/WAGDSYSTEM
AGSS/WAGD SUPPLYSYSTEM – asperNFPA-99 std / HTM -2022/02-01of UK ( Imported)
Waste Anesthetic GasDisposalSystem( WAGD)/AnestheticGas
ScavengingSystem (AGSS) Imported -asper NFPA-99 Std /HTM -2022/02-01of UK

Theduplexoil lessrotary vanemedicalvacuumsystemskid mounted with Vertical


reservoirsuitableforOTwithtotal plantcapacityof minimum10 SCFM(280LPM).

TheWAGDpumpsshould becontinuousdutydry-running unitswith carbon graphiteself-lubricating


rotaryvanes.

Thepumpsshould beair cooled and directdriven, capable ofcontinuousoperating over a working


DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 140 of 287


Irrigation & Water Resources Department
rangeof0"to25.5Hg. Thepumpsshouldcompletely self-contained units,requiring noexternal
coolers,pumps,separators or reservoirs.

Lubricationshould provided bytheself-lubricating self-adjusting carbon graphitevanes. The carbon


graphite vanes should have a life of 8,000to15,000 hours, dependingon thesize ofthe pump.

Thepump inlet should beprotected bymeansofan integral,5micron inletfilter. Therotary design


should bedynamicallybalanced and virtually vibration free.

Thepumpsshould beconstructedof heavy-dutyaluminiumalloy, providing superior heattransfer and


long life.

The pumpsshould be equipped with largecooling finsand a sound-attenuating enclosureto


assurecool,quietoperation.

Remoteswitchesare notrequired forWAGDsystemasperNFPA-99 Guidelines.


TheWAGDarrangementshould areservoir henceitprovidestheWAGDserviceround theclock.It
should beduplex modelofWAGD.

If pump in usefails secondpump will startautomaticallywithout fluctuating in linepressure.This


equipmentshould operateat83DBA. Thepumpsshould require nooilorother serviceliquid
foroperation. Each pump should drivebya direct-flangedthree-phasestandardTEFC motorviaa pin
and bush coupling. TheULlisted electrical controls should mounted ina NEMA12controlcabinet.

Thestandard controlsinclude:
a) Combinationcircuitbreaker disconnects,non reversing, across-theline motor starter
withthree-phaseoverload protection
b) A programmablecontroller tocyclelead pumpwitheach use.
c) Hand-Off Automaticselectorswitches
d) Lag pumpin useindicator lightwith horn and connection for remote annunciation
e) Hourmeterstomonitorfactoryrecommendedserviceintervals
f) Running lightsindicatingpump in operation
g) Thesystemshould besupplied with properlysized inlet,discharge flexconnectorsand
vibration isolationpadsforfield installation. As options,thesystemcanbesupplied with a
dischargesilencer and/or bacterial filtersfor field installation.

E MEDICAL COPPER PIPE


Copper Piping :
Installation:
Installation of piping should be carried out as per international standards with utmost cleanliness.
Only pipes, fittings and valves which have been degreased as per International standards should be
used. Pipe fixing clamps for upto 28mm diameter. Pipes should be non ferrous suitable for the
diameter of the pipe. For the pipes of the sized above 28mm rigid metallic hanging or cemented
supports to be used.

The main lines to the building to be taken overhead through metallic poles or through underground
ducts with inspection removable slabs, All pipe joints should be made using inert gas flux less
brazing method. All joints should be of copper to copper and should be brazed by silver brazing
filler material without flux while being brazed joints shall be continuously purged with oil free dry
nitrogen to prevent the formation of copper oxide on the inside surface of the joint. All pipes
should be installed without springing or forcing. All pipes should be protected against mechanical
injury in a manner satisfactory to authorities having jurisdiction.
Test: After erection, all the new pipes cleaned or purged with the help of dry nitrogen gas.
Complete system should be tested with dry nitrogen at 2 times of working pressure for 24 hours.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 141 of 287


Irrigation & Water Resources Department
Painting: All existing and proposed exposed pipes/should be painted with two coats of Synthetic
enamel paint & color codification as per international standards. All concealed pipes to have gas
identification bands / labels at appropriate distance. Similarly all pipes which need embedding in
the wall should be tested/painted/labelled and properly insulated.
Certification: To be certified that pipes are suitable for the particular service and complete cross
connection (anti-corrosion) test will be carried out.
Distribution piping system:
MATERIAL (PIPE):
Solid drawn, seamless, deoxidized, non arsenical, half hard, tempered and degreased materials
conforming to BS: EN 13348 Medical Grade Kite Marked Pipe
All copper pipes will be KITE MARKED for medical use before dispatch and the pipe will be
delivered plugged or capped at both ends.

Pipe sizes to be used as under:


54mmOD X 1.2mm thk
42mmOD X 1.2mm thk
28mmOD X 1.00mm thk
22mmOD X 1.00mm thk
15mmOD X 1.00mm thk
12mmOD X 1.00mm thk

Fittings will be made of copper conforming to BS 864 and suitable for a steam of working
pressure of 35 bar and especially made for brazed socket type connections.

F MEDICAL AREA LINE PRESSURE ALARM:


Medical Gas Alarm – As per NFPA -99 std with latest amendments / HTM -2022/02-01 of
UK (Imported)
2 service
3 services
4 services
6 services

Area Alarms are designed to include all necessary displays, factory wiring, transformers and
circuitry requiring only 230 VAC primary powers. Internal voltage should be stepped down to 5
VDC and 15 VDC for control circuit Power. Voltage to external pressure or vacuum transducers
should be 15 VDC.
The Area Alarm should have digital display facility. Each area alarm should monitor up to 6 or 12
medical gas & / or Vacuum services.
Area alarm panels should be modular in design. Each gas monitored should have a light Emitting
Diode (LED) display to continuously indicate actual line pressure. A vertical series of LED’s
should further indicate relative line pressure.
The control module should include a silence/enter button, a Test/Shift button, an Up button and a
Down button. These buttons should be used to silence the audible alarm, set up the alarm panel and
to test the alarm panel. The test button should test all modules one at a time. An LED on the
control module should illuminate green to indicate Power on.
The LED should show Normal pressure at 50 psi . apart from Normal it should also show low risk
of 40 PSI as low-pressure and 60 psi as high. High risk of 30 psi as low pressure & 70 psi as High
pressure.

Line pressure modules should be available in dual display configuration, dual display modules
should accept any Combination of pressure or Vacuum.

The back box should contain factory installed copper tube extensions 6” Long , 3/8” ID (1/2”OD) ,
to accept installer furnished lines form the medical gas system.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 142 of 287


Irrigation & Water Resources Department

Each inlet tube should accept gas – specific DISS fittings for transducers, to prevent cross-
connection. The power supply should be installed in the back box Power supply should include an
on / off rocker switch and a fuse holder.

The audible alarm tone should pulsate, 90 dBa at 2 meters. The audible signal should be cancelled
only by the alarm silence button or fault correction. The display should remain illuminated to
indicate the presence of the alarm condition. The alarm should automatically reset with the
correction of the fault condition. A new alarm should occur while the panel is silenced, the audible
alarm should reactivate. The area alarm should store the last four alarm conditions in memory at
the alarm panel. These conditions can be indicated by using the buttons on the alarm panel control
module.

The alarm should be capable to be connected with the HIS system.

Line pressure Alarm panel for Medical Gas Piping System should monitor the following
indication:-
2 gas service :
Oxygen Normal / High / Low
Vacuum Normal / Low
3 gas service
Oxygen Normal / High / Low
Medical Air Normal / High / Low
4 gas service
Oxygen Normal / High / Low
Medical Air Normal / High / Low
surgical Air Normal / High / Low
Vacuum Normal / low

Medical Air Normal / High / Low


Tool Air (Surgical) Normal / High / Low
Vacuum Normal / low

G MEDICAL AREA VALVE SERVICE UNIT ( VALVE BOX WITH ISOLATION


VALVE) AS PER ENCLOSED TECHNICAL SPECIFICATIONS
ZONE VALVE BOX CE Marked with CE no./ UL Listed
1/2" x 3/4" ( 2 Gas)
1/2" x 1/2"x 3/4" ( 3 Gas )
1/2" x 1/2"x ½”x3/4" (4 Gas )
1/2"x1/2"x1/2"x 1/2" x1/2”X 3/4" ( 6Gas)
Adopter having opening by quarter turn of handle. The valve should be pneumatically tested as per
BSEN 1057 for twice the working pressure and degreased for medical gas service before supply.
Valve boxes should be equipped with components for shutting off and supervising individual /parts
of central systems in hospital, laboratories and the like. They should be allowed the ward staff to
allow isolating of the areas for maintenance and repair work. The pressure monitoring of the
distribution system is done by pressure gauges. In case of emergency the door can be glass break
opened or by un-locking using the key.

H MEDICAL LINE VALVE, AS PER TECHNICAL SPECIFICATIONS


ISOLATING VALVE
15mm OD
22mm OD
28mm OD

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 143 of 287


Irrigation & Water Resources Department
42mm OD
54mm OD
All ball valves as per BS 1057 are rated at 400 psig, as well as full vacuum ( 29.9" Hg). Valves go
from full ON to full OFF by turning the vinyl-gripped valve handle 90 0 Locking-type handles may
be ordered separately when required. Copper tubing is factory installed to help prevent valve seat
damage during soldering. main and riser valves are not required to be installed in a box unless
specially noted or required.

I Bedhead panel for Low Equity Ward Areas, 1500mm length, with provision of Gas outlets
& provided with electrical sockets & accessories complete as per enclosed tender technical
specifications
Bed Head Panel – CE Marked / UL Listed
The system should provide a safe, efficient means of delivering services to patients/staff in general
ward application.
The Bed Head Panel should meet the following criteria.
Robust design in extruded aluminium sections
Ability to house medical gas terminal units and Electrical Sockets.
Ease of installation via separate wall mounting plates.
The system should consist of a number of aluminium extrusions joined together to form a carcass
to suit the particular application.
Each Bed Head Panels will have three extruded section compartments
. One for MGPS outlets with copper pipe
. One for electrical receptables 6, 6/16 Amps receptacles
. One for low voltage like nurse call, data points & voice points

Each Bed unit should have


· Length of panel should be 1500 mm.
· 1 Nurse Call Button – Provision only
· Gas Outlets as per list attached O2, Air-4 , Vac (Provision only – Gas outlets
calculated separately)
· Electricals – 2 nos. (5/15 Amps switched socket)
· Electricals – 2 nos. (5 Amps switched socket )
· 1 IV Pole with 4 Bottle Holder

Note: All system for Medical Gas Pipe line System must be certified by third party: i.e.(i) - For
system installed as per NFPA standard , NFPA appointed inspector must certified system and
relevant documents for inspector must be submitted with bid documents . (ii) - For system installed
as per HTM standard, HTM appointed Pharmacist must certify system and relevant document for
pharmacist must be submitted with bid documents.

J Technical Specifications for Modular Pre- Fabricated Operation theatres Ceiling


Construction – (Indian) (cladding type OT)
The inner ceiling will be constructed with 1.60mm thick EGP sheet panel / SS with 120 GSM as
per IS 277, backed by 12-mm gypsum board panel. The Panel will be flame resistance to BIS 1142
part 3. The EGP sheet will be indigenous of reputed make and will be provided with test
certificate. The inner surface ceiling will be fixed to the brick ceiling with essential supports.

The individual ceiling panels will be welded together. All joints will be filled with metal filler
(Dupont / 3M) make and will be sanded flush on site till ready to receive the plastic finish. Ceiling
panel joints will not be visible after the final wall coating is applied.

The gap between the inside and outside surfaces of the theatre will be variable to suit the
architects’ layout, but will be sufficient for the flush mounting of equipments.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 144 of 287


Irrigation & Water Resources Department
The gap between the inner and outer ceiling will be left to accommodate the equipment at a later
date and to enable services, pipes, conduits etc, to be run within the gap. All ceiling-mounted
equipment will be flush mounted and sealed into theatre. All the sharp edges and corners will be in
radius to avoid bacterial contamination. The ceiling and wall panel design will be such that is allow
to installation and support of all equipment and the provision of openings required for the
installations, without affecting rigidity and strength. Access boxes will be fitted to the rear of all
ceiling & wall-mounted equipment to enable maintenance to be carried out from outside the
operating theatre. There will be 4 return air ducts with grills provided to meet the HVAC
requirements.

K Sterile Anti-bacterial Coating – (cladding type OT) (Imported)


Anti-bacterial epoxy and Anti-fungus sterile coating will be applied on the EGP/SS finished walls
& ceiling with atleast 3-4 coats to achieve a thickness of minimum 200 micron. Before application
of sterile wall coating an appropriate primer will be applied. The Primer will be supplied along
with the paint and will be imported.

The prima will be applied prior to coating of Anti – bacterial & Anti- Fungus sterlite paint an EGP
/SS walls & ceiling. 3 to 4 coates will be applied to achieve a thickness of 200micrones.

Sterile coating and primer will be applied on the surface by air-less spray gun. Sterile coating will
be to withstand with commonly used cleaners in the operation rooms and even withstanding with
regular steam cleaning.

We will provide the colour of paints approved by Engineer-in-Charge.

L Planair Ceiling (Plenum box – Air Diffuser) – (cladding type OT) (Indian)
The plenum box (2400mm x 2400mm) will be made of high quality Aluminium 2mm thick & Air
diffuser will be made of Woven polyester cloth that will introduce the highest air quality into the
Operation Theatre. There will be 6-8, H-14 HEPA filters 0.3 microns size (as per plenum size)
with 99.97% efficiency to ensure high quality clean air & tight control of bacteria infection system.
Air will be diffused into the theatre uniformly over the total area through perforated aluminium
sheet / SS 304. The air distribution system serving to the Operation Theatre will be tested as per
DIN 4799 standards / HTM 03-01 standard.

The Unidirectional laminar flow installation & lighting system will be design to provide the
Operation Theatre as key to preventing patients being infected during operation lies on the design
of sterilized air conditioning system and the flow pattern of draught as well as the quality of
engineering.
The airflow should be Unidirectional, downwards and the average velocity of the diffusers should
be 25 to 35 fpm . It should have a low noise recirculation system, compliance with noise level of
<45 to 48dB.

The ceiling will incorporate supports to secure it to the main structural frame of the modular
operating theatre.

M Double peripheral lights– (cladding type OT) (Indian)


Double peripheral OT lights each set having two lights IP 54 Grade will be provided with stepped
finish aluminium reflector and will be of A class for use in clean room application. The peripheral
light diffusers will be constructed from opal prismatic diffuser material in aluminium frames.

Light will be generated from high frequency electronic ballast’s complete with colour corrected
fluorescent tubes. The ceiling will incorporate supports to secure it to the main structural frame of
the modular operating theatre. The laminar flow ceiling will be able to provide integrated lamp
support system, ease of maintenance and long life system. Control equipment for the peripheral

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 145 of 287


Irrigation & Water Resources Department
lighting will be provided in the theatre control panel to allow independent control of the lighting
levels by the surgical team.

The operation procedures can never be affected by shadows, shimmering lights and dazzling eyes.
This has been achieved by the lighting system with sufficient illumination level at the wound site
and to provide flicker less design lighting control system

Controls for the peripheral lighting will be provided in the theatre control panel to allow
independent control of the lighting levels by the surgical team.

N Surgeon’s Control Panel with Separate Distribution Board – (Indian)


The Control panel will be “Tiled Membrane” type, can be configured to incorporate all the services
that Operation Theatre staff required. The connection between the surgeon control panel and the
distribution board will be by a multiplexed system, providing a PWM signal on a two-core cable.

The panel will contain 6 services Tiles as follows:


a). Time day clock
b). Time Elapsed Clock
c). Temperature , Humidity Indicator & pressure indicator , Hepa filter status.
d). General/peripheral Lighting control
e). Medical Gas Alarm Panel – upto 6 gases
f). Hand Free telephone with memory card.

Time Day Clock will be digital type and clocks have high brightness characters, not less than
30mm in height. Time Elapsed Day Clock will be digital type and clocks have high brightness
characters, not less than 30mm in height. Temperature Indicator will indicate the theatre
temperature will be connected to the local pressure switches of Air-Conditioning system. Indicator
will be digital type have high brightness characters, not less than 30mm in height.

General Lighting System incorporates all the necessary controls of the lighting system inside the
theatre. The medical gas alarm will indicate High and Low gas pressure for each gas service
present in the operating theatre and will have an audible buzzer with mute facility. The medical gas
alarms will be connected to local pressure switches located downstream of the last isolation valves.
A Hand Free Set Telephone system incorporated in the panel with memory type card.

The size of the each tile will not be more than 300mm x 200mm. Colour will be RAL 9002 for the
frame and membrane fascia. The Control Panel will be designed for front – access only.

All high voltage equipment is installed in a separate enclosure. The remote cabinet will house the
operating lamp transformers, mains failure relays, electrical distribution equipment and circuit
protection equipment for all circuits within the operating theatre. All internal wiring will terminate
in connectors with screw and clamp spring connections of the Clip-on type mounted, on a DIN rail
and labelled with indelible proprietary labels. Individual fuses or miniature circuit breakers will
protect all internal circuits. All internal wires will be marked with plastic ferrule type cable
markers, for ease of identification.

O X-ray Viewing Screen – (cladding type OT) (Indian)


The theatre will be equipped with a 2-plate X-Ray viewing screen. It will be designed to provide
flicker free luminance for the film viewing purpose. It is installed flushed with the theatre wall for
hygienic and ease of cleaning purpose. The X-Ray viewing screen is designed for the purpose of
front access. The X-Ray viewing screen will be illuminated by 4 pieces of high frequency
fluorescent lamps and the dimming will controlled by the usage of dimming ballast with Philips
make rotary control. The diffuser is able to diffuse the light evenly and to provide enough
luminance for film viewing. It is made of high quality opaque acrylic sheet. The film is held firmly

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 146 of 287


Irrigation & Water Resources Department
by using spring-loaded clips for ease of mounting and demounting. The body is built by using
electrolysed steel with powder coated to BS standards.

P Static dissipative Flooring (Tile Form) – (cladding type OT)(Imported)


The floor finish in the operating room will be 2mm Static dissipative PVC tiles, laid on a semi
conductive adhesive base. The floor finish will terminate at the room perimeter passing over a
concealed cove former and continuing up the wall for 100mm.

Flooring will fulfil EN 649 of US requirements. It will have chemical resistance as per EN 423 . It
will have electrical resistance conforming to EN 1081/IEC 61340.

All joints will be welded and the plastic wall finish will overlap the floor coving by 25mm, to
provide a continuous sealed surface.

A floor screed will be provided, flat to within a tolerance of +/- 3mm over any 3-metre area. Onto
this sub floor, a self-levelling compound will be laid prior to laying of the floor finish.

The self-levelling compound will be of the type that does not promote bacteriological growth.
Copper grounding strips (0.05mm thick, 50mm width) will b laid flat on the floor in the conductive
adhesive and connect to copper wire of grounding

Q Scrub Station – (cladding type OT) (Indian)


The scrub station will be equipped with 2 bay bay scrub stations. The scrub station will be made of
high-grade stainless steel 304 with stain polish finish and wired to the current IEE regulations &
BS 7971. The scrub stations control system will be based on advanced microprocessor. The scrub
station will be sensor-activated 24VAC. The scrub station will be provided with user selectable
time out control. The supply will not be interrupted in case of power failure or maintenance.

The station will be equipped with thermostatic mixing valve to control the temperature of hot / cold
water supply. The washing faucet will be made of Chrome plated brass hand.

R Swievel Single arm Anesthesia Ceiling Pendent - Imported


Multi-movement Pendent is a new design motorized Single arm(900mm)with up & down
movement of 515 mm and load carrying capacity of 80 kg. The arm can be rotated upto 330º-
340ºwith adjustable stopper. An extremely quite electric motor reduces noise to a minimum,
dampened stoppers and very low hand forces for horizontal movements contribute to an
ergonomically optimised workplace. The newly developed pneumatic brake system can be adapted
to various safety requirements and construction facilities. Modern and very quite, high
performance motors as well special spindles are used to realise precise & steady movement. As a
safety feature the motor is equipped with an over load protection. The large interior cross section
for supply lines offers completely new applications with 120 mm diameter. The stoppers are
infinitely variable from 0-330º-340º service head is provided with the modular design square in
shape to achieve maximum supply with minimum required space. service head is designed to
hosts, Base, Gas Module, Electric Module and shelves . Upto 8 Gas outlets & 10 Electrical
switches. Racks & shelves are provided to mount the equipments like monitor etc. Surgeon
pendent will have 2 arms with shelves as per following details:
a. Horizontal arm system -1
b. Weight carrying capacity - 80kg
c. 5/15 Amp. Electrical sockets with switches - 8 to 10 Nos.
d.Shelfs with side rails - 2 Nos.
e.Provision to fix Gas outlets(i.e.) Oxygen- 2, Vaccum- 2, Air 4 bar-1, Air 7 bar-1, N2O -1 &
WAGD-1 no.
f. Gas interface set for interface plate - 1No.
g.Ceiling mounting system for interin ceiling upto 1000 m - 1 No.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 147 of 287


Irrigation & Water Resources Department
h. Interface plate with electrical fittings - 1No.
i. Ceiling cover for interin ceiling - 1No.

S Swivel Double arm Surgeon Pendent ( Imported )


Multi-movement Pendent is a new design motorized (1000+800)mm arm with up & down
movement of 515 mm and load carrying capacity of 80 kg. The arm can be rotated upto 330º-
340ºwith adjustable stopper. An extremely quite electric motor reduces noise to a minimum,
dampened stoppers and very low hand forces for horizontal movements contribute to an
ergonomically optimised workplace. The newly developed pneumatic brake system can be adapted
to various safety requirements and construction facilities. Modern and very quiet, high
performance motors as well special spindles are used to realise precise & steady movement. As a
safety feature the motor is equipped with an over load protection. The large interior cross section
for supply lines offers completely new applications with 120 mm diameter. The stoppers are
infinitely variable from 0-330º-340º service head is provided with the modular design square in
shape to achieve maximum supply with minimum required space. Service head is designed to
hosts, Base, Gas Module, Electric Module and shelves . Upto 8 Gas outlets & 10 Electrical
switches. Racks & shelves are provided to mount the equipments like monitor etc. Surgeon
pendent will have 2 arms with shelves as per following
details:
a. Horizontal arm system -2
b. Weight carrying capacity - 80kg
c. 5/15 Amp. Electrical sockets with switches - 8Nos.
d. Shelfs with side rails - 2 Nos.
e. Provision to fix Gas outlets(i.e.) Oxygen- 2, Vacuum- 2, Air 4 bar-1, Air 7 bar-1 & WAGD-1
no.
f. Gas interface set for interface plate - 1
g. Ceiling mounting system for interim ceiling upto 1000 mm-1no .
h. Interface plate with electrical fittings - 1No
i. Ceiling cover for interim ceiling - 1No

T Automatic Sliding Door


The main door will be of Single Flap with frame size 1500mm wide x 2100mm height.
Frames
The constructions Frames will be in accordance with the existing prefabricated wall thickness, with
the necessary anchors for hidden fastenings to the wall panel, with horizontal upper drive gear
boxes and in the double door width, included hinged-up inspection fascia. Running in front of the
wall. Floor instand for the frame pillar: 30 mm.
The frames will be provided in Aluminium extruded profiles which will withstand better structural
load. Aluminium profiles will be anodised to make dust free. The frame thickness will be 2.0mm &
sheet thickness will be 1.5mm The apparent frames will have a width of 50 mm. only extruded
profiles shall be used for construction of frames.
Sandwich door leaf of thickness 35 – 40 mm will be completely covered with a high-density solid
care board for silent movement and in order to prevent the door from buckling by using a special
glue on both sides, steel ground to grain size 240, enamel
Door leaves
Sandwich door leaf of thickness 35 – 40 mm will be completely covered with a high-density solid
care board for silent movement and in order to prevent the door from buckling by using a special
glue on both sides, steel ground to grain size 240, enameled or coated.
The total thickness shall be 60mm
The door leaves will be manufactured without impact at the front surface. They will close tightly
and side .A rubber rebate will be installed at the front and rear to prevent the door from closing
sharply.
Each leaf will have:
A pull steel handles on one wall at each side, which allows the door to be opened with hand,

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 148 of 287


Irrigation & Water Resources Department
elbow and knee.
Moderately heavy mortise lock, upward closing, pre-fitted for profile cylinder, including closing
angle, basquille rod and 2 steel cover collars.
Inspection window
An inspection window will be installed in the, glass strips in stainless steel sheet of thickness 1,5
mm, with glass 35 mm (window above 70 mm).

Coating in NCS-colour in accordance with the architect’s / hospital’s choice. Double panes with 2
laminated safety glasses , installed hermetically between the windows.
The window size will be 300x300mm

U Vertical Blend Motorized Window (Indian)


Window made of double glaze glass with vacuum impregnation with motorized vertical blends.
Window size should be 1000 mm x 1000 mm.

V LED light-Double Dome (imported) CE certified / UL listed

(a)The double dome operating light must be designed for the use in high demanding surgical
procedures. State-of-the-art LED bulbs should be used to ensure a low energy consumption and a
long service life.
(b)Outer handles at the light head should be provided to allow for non-sterile positioning.
(c) Light head must be designed with smooth transitions and surfaces, without slots, gaps or
exposed screwing to ensure fast and effective cleaning.
(d) The light head with streamlined shape is favourable within laminar flow. The light head must
be resistant to disinfectant.
(e)For sterile positioning an ergonomic, exchangeable and centrally positioned sterile handle
within the light head should be provided.
(f) All main joints of surgical light must be provided with unlimited rotation (360°). Light head and
suspension must be sealed dustproof.
(g) Color temperature should be homogeneous at every illumination intensity.
(h) Control of illumination intensity must be possible via wall control panel

(i) Classification
a. Protection class acc. to IEC 60601-1 -
i. Mains connection component - Protection class 1
ii. Light head – SELV
b. Protection class acc. to IEC 60529
i. Arm system/mains connection component - IP 30
ii. Light head - IP 42
c. Classification in accordance with EU Directive 93/42/EEC Annex IX - Class I
d. UMDNS-Code (Universal Medical Device Nomenclature System ) - 12-282
e. IEC 60601-1 - Medical electrical equipment – Section 1-1
f. IEC 60601-2-41 - Medical electrical equipment – Section 2-41
g. IEC 60601-1-2 - Medical electrical equipment – Section 1-2
(j) The surgical light should be complete with all components for ceiling mount and electrical feed-
in, incl. finalised installation.
(k)Technical data for main dome: - 1nos.
i. Central illumination intensity Ec 160000 Lux
ii. Light field diameter at a distance of 1 m 200 mm
iii. Depth of illumination L1+L2 1300 mm
iv. Average Color rendering index Ra 95
v. Color rendering index R9 (red) 93
vi. Color temperature 5000K
vii. Central illumination at 1m distance with:

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 149 of 287


Irrigation & Water Resources Department
I. Tube 100%
II. one mask: 40%
III. tube and one mask: 40%
IV. two masks: 48%
V. tube and two masks: 48%
viii. Central irradiance Ee 580 W/ m² ± 50 W/ m²
ix. Ee/Ec ratio - 3.5 W/m2 x Lux
x. Adjusting the illumination intensity 40000 to 160000 Lux
xi. Number of LED 66 units
xii. Number of LED stripes 11 units
xiii. Service life LED bulbs approx. 30000 hour
xiv. Replacement of LED bulbs possible
xv. Ambient light mode (Endolight) 300 Lux
xvi. Diameter of light head 620 mm

(L) Technical data for satellite dome - 1 nos.


i. Central illumination intensity Ec 120000 Lux
ii. Light field diameter at a distance of 1 m 200 mm
iii. Depth of illumination L1+L2 1300 mm
iv. Average Color rendering index Ra 95
v. Color rendering index R9 (red) 93
vi. Color temperature 5000K
vii. Central illumination at 1m distance with:
I. Tube 100%
II. one mask: 41%
III. tube and one mask: 41%
IV. two masks: 49%
V. tube and two masks: 49%
viii. Central irradiance Ee 430 W/ m² ± 50 W/ m²
ix. Ee/Ec ratio - 3.5 W/m2 x Lux
x. Adjusting the illumination intensity 40000 to 120000 Lux
xi. Number of LED 48 units
xii. Number of LED stripes 8 units
xiii. Service life LED bulbs approx. 30000 hours
xiv. Replacement of LED bulbs possible
xv. Ambient light mode (Endolight) 300 Lux
xvi. Diameter of light head 620 mm

X Storage Unit (Indian)


The storage unit should be made with 1.50 mm thick EGP Zinc coated sheet panels. Storage
Cabinet should be divided in two equal parts and each part should have individual glass doors with
high quality locking system. Each part should be provided with racks.

Y Pressure Relief Damper (Indian)


Pressure Relief Dampers should be provided in each room to prevent cross contamination of air
from clean and dirty areas. Suitably sized air pressure relief damper should be strategically placed,
enabling differential room pressure to be maintained and ensure that when doors are opened
between clean and dirty area. Counter-weight balancing system should be provided in the PRD to
maintain positive pressure inside the operation room. Air pressure stabilizers should have unique
capability of controlling differential pressure to close tolerance. The PRD should remain closed at
pressure below the set pressure and should open fully at pressure only fractionally above the
threshold pressure. Blades should be of SS304 grade.

Z Writing Board (Indian)

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 150 of 287


Irrigation & Water Resources Department
One Operating List Board should be provided in each Operating Theatre and should be made of
Ceramic Magnetic white board. Operating List Board should be flush mounted.

13 HATCH BOX (Indian)

A Hatch of 600mm x 600mm size should be provided in the Operation Theatre as specified in the
scope of the work to remove waste materials from the Operation Theatre to Dirty linen Area just
adjacent to Operation Theatre. Each Hatch should be equipped with two doors and the door should
be operated electronically. The Hatch should be designed in such a way that only one door should
be opened at one time. The UV light should be so installed that it is kept on while both the doors
are closed, this UV light has to be automatically turned off in case of opening of either of the
doors. There should be indicators on both sides of the OT so that the door open/close status can be
monitored from both ends. Hatch Box should be manufactured from Stainless Steel (Grade 304).
14.(ii) HD Camera PAL for OT Ceiling Light:
for displaying real time images during surgery
Features: Centrally mounted in the light head
Touch screen Surface Controls
Glass Surface for hygiene requirements
Technical Data:
Image Device Sensor: 1/3"
Video standards: Full HD 1920x1080
Pixels: 20,00,000
Video outputs: lx Y/Pb/Pr,1x DVI, 2x HD SDI
LAN, RS232, RS485
Zoom: 10x optical zoom
12x digital
Electronic
Minimum Illumination: 12 Lux
Signal to Noise Ratio: >50dB
Minimum Working distance: 10mm- wide end
800 -tele-end
Image rotation: Via OP lighting, 360 deg
Power connection: Yes
Image stabilizer: Auto, manual
Focus: Auto, manual
Iris: Auto, manual
White balance: Auto, manual

14.(iii) Flat Panel Monitor


Should be 23" High Definition Progressive Scan Flat-panel Monitors with ceiling mounted
spring arm suspension to support high-definition/HDTV progressive Scan images and should
be able to support and display DVI/HDTV, RGBHV, S-Video, Composite video signals. The
flat Panel suspension should be ready with the cables for integration of High Definition Digital
(DVI/HDTV). RGBHV (High Resolution), SVHS (S-Video), Composite video signals to travel
from the various sources of video like endoscopic camera, room camera, in light Camera, high
definition flat panel monitors, while assuring native resolution /signal. Each Monitor should at
least meet the following technical criteria: Resolution: 1600 dots x J200 dots, Progressive Scan
Display Colors: 16 Million Colors, Inputs: DVI, RGBHV, S-Video, Composite Video,
Synchronization: 2.5-5.0 Vpp separated sync, Response time: <25ms, Travel: 33Qc- 340c,
Forward Tilt: 3Qc -40c, Backward Tilt:45c-5Qc,Cable Kit for Integration: DVI, Fiber Optic.
RGBHV, S-Video, Composite
19 Isolation Panel 10KVA
Isolation Panel System of minimum 10KVA capacity should be provided for every operation
theatre which ensures the safety of staff and patient. System should have isolators provided

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 151 of 287


Irrigation & Water Resources Department
through leakage relays etc. (If required) according to IEC recommendation. This unit should be
EN/CE/UL/BIS/FDA/IEC certified. These systems are to be commissioned by specialists.
Should be medical grade Isolation panel
Should have fault detection feature
Should be compliant to CEI 64‐8 / IEC 60364‐7‐710/BS7671 Standard
Should be compact and mountable on wall or flush on brick wall
The IPS should be able to integrate with HIS/BMS and Surgeon Control Panel as standard
Isolation panel system should have facility to detect fault of leakage current for each circuit
(minimum 12 circuits) and same should be integrated with touch screen control panel of MOT and
alarm status should be displayed on the touch screen control panel

20 Internal Ducting
The internal ducting inside of the Operation theatre should be done duly fabricated out of 22 /24
swg Aluminium sheet complete with flanges and accessories such as GI suspenders and GI
supports completely sealed with Silicon sealant duly insulated with Aluminium foil Nitrile rubber
self-adhesive type insulation.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 152 of 287


Irrigation & Water Resources Department
SPECIALCONDITIONOFCONTRACT
QualificationCriteria
A.Toqualifyforawardof thecontract:-
a)TheBiddershouldbepublicundertakingAutonomousBody,PublicLtd./Pvt.Ltd./Partnership
CompanyorProprietaryfirm/Companyatleastfortheminimumthreeyearsinexistence from the
dateofNotificationofthistender.
b) Thebiddermusthaveexperienceof
havingsuccessfullycompletedSupplyInstallationTesting&Commissioningof
LiquidTank,centralmedicalgaspipelinesystem,modularoperationtheatreand
operationmaintenance ingovt./PSUhospital duringlastminimum3yearsendinglastdayof
monthprevioustotheoneinwhichapplicationsareinvitedshouldbeeitherofthefollowing:
i Three similar completed (S/I/T/C of central medical gas pipeline system, modular operation
theatre and operation maintenance in Govt. / PSU hospital) works costing not less than the
amount equal to 40% of the estimated cost.
ii. Two similar completed (S/I/T/C of central medical gas pipeline system, modular operation
theatre and operation maintenance in Govt. / PSU hospital) works costing not less than the
amount equal to 50% of the estimated cost.
iii. One similar completed (S/I/T/C of central medical gas pipeline system, modular operation
theatre and operation maintenance in Govt. / PSU hospital) work costing not less than the
amount equal to 80% of the estimated cost.

Costofwork shall meangross valueofthecompletedwork includingthecostofmaterialssupplied


bytheGovt./Client,butexcludingthosesuppliedfreeofcost.Thisshouldbecertifiedbyan
officernotbelowtherankofExecutiveEngineer/ProjectManager orequivalent (calculatedonthe
basisof10%valueaddedcompoundedperyear).Biddermustcompulsory submitCompletion
Certificate&CompleteordercopyinthisregardotherwiseBidwillberejected.
c)Theapplicantshouldhaveminimum AverageAnnualfinancial turnover during thelast3years,
ending31stMarchofthepreviousfinancialyear,atleast30%ofthe estimatedcost.
TheBalance SheetshouldbedulyauditedbyaCharteredAccountant (10%compoundedvalueper
yeartobe added)
d)Theapplicantshouldnothaveincurredany lossinmorethanthreeyearsduringthelastthree
yearsendinglastdayoftenderdulycertifiedbytheChartedAccountant.
e)Theapplicant’sperformance foreachworkcompletedinthelast3yearsandinhandshouldbe
certifiedbyanofficernotbelowtherankofExecutiveEngineer/Projectmanagerorequivalent and
shouldbeobtainedinsealedcover.
f)ThebiddermusthavebeenawardedCMC(Comprehensive MaintenanceContract)/operation
contactofsimilarworkbyatleastone100beddedGovt.Hospitals&shouldbeoperational.
g) Thebiddershouldbeauthorized distributeroftheforeignprincipalfromlast3yearsw/obreak.
Biddertosubmitaffidavitthatheshallsupplytheequipmentandsparesofthesamebrandfor
whichheisdistributorfor10Years.
h)BiddershouldclearlymentioncountryoforiginwithnameofMfg.company foreachandevery
importedproductsquotedbythemandoriginofcountryfor importedproductsmust befromUSA,
UK&EUonlyandfailingwhichbidwillbestraightwayrejected.
i)Biddersshouldnotquoteanyoptionalitems.Firmmustquotestrictly asperthedesired specifications
anditemsmentionedinTenderrequirementandfulfillingintentandpurposeofthe
workfailingwhichbidwillberejected.
j) Biddershouldsubmitanaffidavitthatallitemswillbeprovidedstrictlyasperapprovedmakes.
k)Biddershouldsubmitoriginalleaflet&letterofauthorityfromthemanufacturerofBSEN
13348KiteMarked Medical Grade Copper pipe&fittingswithoutoriginal leaflet&letterof
authoritytendershouldbestraightwayrejected.
l.) Thecontractorshallarrange&provideLicensetooperateanduseliquidoxygensystemasa
partofthiscontractfrom governmentof India at no added extra cost and must
complete all statutory obligations.
m)BiddersshouldsubmitanaffidavitthattheirCompanyhasneverbeenBlacklistedorDebarred

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 153 of 287


Irrigation & Water Resources Department
byanyCentral/StateGovt.Organization.
n) Before start of work the sample of material are to be approved by Engineer-in-charge.

NOTE: All system for medical gas pipeline system must be certified by third party:
i.e.
(i) – For system installed as per NFPA standard, NFPA appointed inspector
must certified system and relevant documents for inspector must be
submitted with bid documents.
(ii) – For system installed as per HTM standard, HTM appointed Pharmacist
must certify system and relevant document for pharmacist must be
submitted with bid documents.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 154 of 287


Irrigation & Water Resources Department

LISTOF APPROVED MAKES FOR MEDICAL GAS PIPELINE


Sr. Item of Description Approved Make
No.
1. Oxygen Manifold MPS/ Linde/Prime Technomed /
Synergic
2. Emergency Oxygen Manifold MPS/ Linde/ Synergic
3. Nitrous Oxide Manifold MPS/ Linde/ Synergic
4. Emergency Nitrous Oxide Manifold MPS/ Linde/ Synergic
5. Copper Piping & fittings Brand with BSI Kite Mehta Tube / Rajco / Mandev / Lawton
marked certified BSEN 13348-2008/Llyod Certified / Cubax / Star
6. Zonal Valve Box MPS/ Supreme / Krishna Engg./
Synergic / Linde/Prime Technomed
7. Medical Line Valve MPS/ Supreme / Krishna Engg./
Synergic / Linde/Prime Technomed
8. Bed Head Panel Prime Technomed/MPS/Synergic/Hi
tech Engg.
9. Liquid Oxygen Tank Inox / VRV/Linde / Air Lique
10. OT Wall & Ceiling panel system Tata/ Salem / MPS / Bhushan
11. Laminar Flow(Planair) MPS/ Voltas / Supreme / Linde
12. Peripheral lights Philips / Trilux / Zumtobel / LT
13. Surgeon Control panel MPS/ Supreme / Linde
14. X-ray viewing Screen MPS/ Supreme / Linde
15. Scrub MPS/ Supreme / Linde
16. OT Doors Metaflex / HPK / MPS
17. Electrical switch / sockets etc. Legrand/MK/Anchor/AVE/Zencelo/
Schnieder
18. Conducting (PVC Pipe & fittings) Finolex / Lappkabel.
19. Storage Unit MPS/ Supreme / Linde
20. Hatch Box MPS/ Supreme / Linde
21. IPS FUZICONSULE/ 3EM/ SERVOKON/
BENDER

Note: In case if the brand/ make of any item being used is not available in the above list the
same should be got approved from the consultant/ engineer in charge before installation

LISTOF IMPORTED APPROVED MAKES FOR MEDICAL GAS PIPELINE

Sr. Item of Description Approved Make


No.
1. Fully automatic Oxygen Control Panel Allied Health Care USA / Power Ex USA /
Phoenix Pipeline UK / Tri Tech USA /
Precision UK / Ohio./ Reanimed

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 155 of 287


Irrigation & Water Resources Department
2. Gas Oultet point for Oxygen, Vacuum, Air-4 Allied Health Care USA / Power Ex USA /
,Air-7 & N2O – Phoenix Pipeline UK / Tri Tech USA /
Precision UK./Reanimed
3. Oxygen Flow meters with humidifier bottle Allied Health Care USA / Power Ex USA /
Phoenix Pipeline UK / Tri Tech USA /
Flowmeter/Reanimed
4. Fully automatic Nitrous Oxide Controls Allied Health Care USA/Power Ex
USA/Phoenix Pipeline UK / Tri Tech USA /
Precision UK / Ohio./ Reanimed
5. Air compressor system Allied Health Care USA / Power Ex USA /
Phoenix Pipeline UK / Tri Tech USA
/Reanimed
6. Vacuum system Allied Health Care USA / Power Ex USA /
Phoenix Pipeline UK / Tri Tech USA
./Reanimed
7. Ward vacuum unit Allied Health Care USA / Power Ex USA /
Phoenix Pipeline UK / Tri Tech USA / Ohio /
Flow Meter / Medepha./Reanimed
8. Theatre Vacuum Unit Allied Health Care USA / Power Ex USA /
Phoenix Pipeline UK / Tri Tech USA / Ohio/
Flow Meter / Medepha/Reanimed
9. ALARM SYSTEM Allied Health Care USA / Power Ex USA /
Phoenix
Pipeline UK / Tri Tech USA / Precision
UK./Reanimed
10. OT Flooring Tarket / Gerfloor / LG / Armstrong
11. Single arm pendent Allied Health Care USA / Power Ex USA /
Phoenix Pipeline UK / Tri Tech USA
/Pneumatik Berlin /Medepha / Precision
UK./Reanimed
12. Double arm pendent Allied Health Care USA / Power Ex USA /
Phoenix Pipeline UK / Tri Tech USA
/Pneumatik Berlin /Medepha / Precision
UK./Reanimed
13. LED OT Lights Simeon / Trumph / Steris / KLS / Martin/ Etkin
14. camera system Simeon / Trumph / Steris / KLS / Martin/ Etkin
15. Monitor system Simeon / NDS/Advantech/ Etkins

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 156 of 287


Irrigation & Water Resources Department
SPECIAL CONDITIONS FOR COMPREHENSIVE MAINTENANCE CONTRACT
(MEDICAL GAS PIPELINE SYSTEM)

After completion of the installation the firm shall get the installations inspected
from authorized person deputed by department and prepare as built drawings with
complete detail of installations along with inventory of equipment with their make Sr.
No. model size etc.. the firm shall also obtain a certificate of OEM of the equipment
installed for proper installation and backup guarantee by OEM of major items.
The firm after successful completion of the work, shall stand guarantee for all
material, equipment and installation for one year from date of completion. This will
include repair, replacement and all labour of all installation including consumable
items if any. This will be treated as free maintenance period. The firm will hand
over the system as per para above before completion of Defect Liability period /
free maintenance period free maintenance period / Defect Liability of period will
be considered as extended till hand over the system. The decision for allotment of
maintenance work will be on the discretion of client department. However for
operation of system during this period the firm shall be paid @ 1% of the value of
original work done. The decision for allotment of operation and maintenance work will
be allotted on the discretion of client department.

After completion of free maintenance period of one year from the date of
completion as above, the firm will be bound to carry out paid comprehensive
maintenance i.e. repair and replacement of all installations including consumable items
etc. and operation of system for next Four year for which the firm will be paid as
under: -
A.
1. For 1st year (After free maintenance period or actual handover the system
to Client deptt. whichever is later) @ (5.50% of the original work done.
2. For 2nd year @ 6.05% of the original work done.
3. For 3rd year @ 6.66% of the original work done.
4. For 4th year @ 7.30% of the original work done
NOTE:-
The contractor would submit an affidavit in the technical bid that he shall
undertake to carry comprehensive maintenance as brought out in the
DNIT. In case of failure to do so, the department is at liberty to take any
due action including proceeding under criminal negligence against the
firm / contractor.

Payment of this maintenance will be done on quarterly basis. After deducting the
statutory taxes.
Other terms and conditions of comprehensive maintenance contracthave been as
depicted under heading addition condition for free maintenance period and annual
maintenance contract of this DNIT.
IMPORTANT:-
After completion testing and commissioning the installations will be handed
over to the authorized authority of Hospital. The contract for operation and
comprehensive maintenance contracton the rates terms and conditions for the
period as per this DNIT / Agreement will be done with the firm by authorized
authority of Hospital. The firm will be bound to carry out the comprehensive
maintenance and operation contract accordingly for which necessary payments
etc. will be done by Hospital authority.
Note:- Operation means day and night around the year (24x7x365)

ABBREVIATION

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 157 of 287


Irrigation & Water Resources Department

NFPA – NATIONAL FIRE PROTECTION ASSOCIATION


HTM – HEALTH TECHNICAL MEMORANDUM
MGPS – MEDICAL GAS PIPELINE SYSTEM
BSEN – BRITISH STANDARD
NEMA – NATIONAL ELECTRICAL MANUFACTURAS
ASSOCIATION
PERLITE – NON INSULATED MATERIAL & IT DOES NOT
ALLOW HEAT TO PASS. IT IS A CEILING BETWEEN
INNER VESSEL
& OUTERVESSEL
NON-THERMOSIPHON – VALUE FOR FILLING TANK
GA CUM – GENERAL ASSEMBLE
CCOE – CHIEF CONTROLLER OF EXPLOSIVE
OSHA - OCCUPATIONAL SAFETY AND HEALTH
ADMINISTRATION
DISS- DIAMETER INDEXING THREAD ADAPTOR
HIS - HOSPITAL INFORMATION SYSTEM
ASME - AMERICAN SOCIETY OF MECHNICAL ENGINEERS
AGSS - ANESTHESIA GAS SCAVANGING SYSTEM
WAGD - WASTE ANESTHETIC GAS DISPOSABLE SYSTEM

TECHNICAL SPECIFICATIONS (5 KVA to 2500 KVA) DG SETS

Detailed Specifications :- (Diesel Generating Sets 5 KVA, 7.5 KVA, 10 KVA, 15 KVA, 20
KVA, 25 KVA, 30 KVA & 40 KVA)

Diesel Engine and Alternator should be close coupled and mounted on a base plate of
robust construction.
1. DIESEL ENGINE : (Manufactured in India)
Diesel Engine shall be Liquid Cooled, electric start developing required B.H.P. at 1500/
3000 rpm WITH Class A-I Governor or Electronic Governor suitable for alternator to deliver
specified continuous KVA output at 0.8 lagging PF at NTP conditions (Rating shall be tested at
Unity PF). The Diesel Engine should be capable of providing 10 % overload for one hour
continuous running at full load after every 11 Hours continuous running.
The Diesel Engine shall be complete with the following accessories:-

a) Engine instrument Panel consisting of starting switch/push button, Lube Oil and
Pressure Gauges, Water Temperature Gauge, RPM indicator and Hour meter.
b) Low lube oil pressure safety required in Engines, High Water temperature safety for
water cooled Engines is required. The safety should include audio alarm and trip
facility also to avoid damage to the engine.
c) Radiator.
d) Exhaust silencer of Residential type.
e) 12V/24Vstarting system complete with starter motor, charging alternator and Cutout.
f) Lead Acid battery of suitable ratings with connecting cables. The batteries shall be supplied
in uncharged conditions and of Make :
EXIDE/ STANDARD FURUKAWA/ AMARON/ TATA-GREEN/ AMCO/ LUMINOUS/
PACESETTER.
g) The Diesel Engine fitted with Common Rail Direct Injection Fuel Pump shall be only
accepted.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 158 of 287


Irrigation & Water Resources Department

The Engine should confirm to applicable Emission Norms.


The Engine shall be accepted only which conforms to BIS : 10000/1/2 or BS:5514.

2. ALTERNATOR :-
The Alternator shall be self – excited, self – regulated of specified KVA rating in three
phase at 220V/415 Volts, 50 Hz, 1500/ 3000 RPM and 0.8 pf lagging (Rating shall be tested at
Unity PF). The alternators shall be of brushless type only. The alternators shall be screen-protected
drip proof with Min. IP-21 or improved degree of protection for outdoor installations. The class of
insulation of the Alternator would be F/H. The rated voltage of Alternator will be 415 V for 3
phase.
Make of Alternator: Kirloskar / Kirloskar Green/ Crompton – Greaves/ Leroy Somer / Trident/
Stamford/ Meccalte.
3. AMF CONTROL PANEL:-
Automatic mains failure (AMF) control panel shall be able to start up the DG set and can
transfer the load on to D.G. set on mains failure without requiring any human intervention,
similarly, on restoration of main supply, it shall be able to transfer the load to mains supply and
switch off the D.G. Set automatically.
The AMF panel enclosure should be with the IP-53 degree of protection and shall be
fabricated from minimum 16 SWG thick steel sheet duly pre-treated and aesthetically finished and
Power coated.
The AMF Control Panel shall have the following instruments:
a) Microprocessor based relay with composite/separate meter for digital display of:
1. Generator voltage/AC Mains voltage.
2. Generator Current.
3. Load Current.
4. Power Factor.
5. Frequency.
6. Energy.
7. Three attempts engines start/ engines cranking relay.
8. On delay timer for load change over.
9. On delay timer for engine shut off.
b) Mode selector switch for setting the panel on any one position such as off or auto or
manual or test.
c) Engine On-Off switch (Push button type)
d) MCCB/Fuses of suitable rating shall be provided.
e) Rectangular Aluminium Bus Bars (one number for each phase, neutral and Earthing
terminal) of adequate ratings duly colour coded with heat shrinkable PVC Sleeves or
Copper Cables.
f) Two contactors/ACB of suitable rating (one for DG set & one for AC mains) with over
load relay.
g) Under + Over Voltage Relay.
h) Automatic Battery charger with on-off switch, voltmeter and ammeter for charging the
battery from mains. This will be addition to the battery charging alternator fitted on the
engine.
i) Instrument & Control Fuses/MCB.
j) Four number indicating lamps to indicate ‘load on mains’ ‘set running’ ‘load on
set’and ‘battery charger on’.
k) Audio visual alarm for ‘Low lubricating oil pressure’ High water temperature’ (for water
cooled), ‘Start failure’, and ‘DG overload’
l) Any other switch, instrument, relay or contactor etc. essential for smooth and trouble free
function of DG set with AMF Panel (to be specified by the tenderer in their offer with
complete detail of the item).
m) All Electro components/ parts such as MCCB/ MCB/FUSE/ Contactor/ Meters should be

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 159 of 287


Irrigation & Water Resources Department
of L&T/ ABB/ SCHINEDIER/AE/ENERZON/GE/HAVELLS/ SIEMENS make.

4. MANUAL CONTROL PANEL :-


The Control Panel shall be made out of fabricated sheet 16 gauge (min) thick duly powder
coated of suitable size for indoor/outdoor floor mounting installation. Aluminium
Busbar/copper cables, internal wiring with suitable provision for/connection incoming/
outgoing leads. The Control Panel shall include following instruments:-
a. Composite meter for digital display of
i. Voltage
ii. Current.
iii Frequency
b. One MCB/MCCB/ACB of suitable Rating.
c. Push Button switch for on off operation.
d. Indication lamps.
e. Automatic Battery charger with on-off switch, voltmeter and ammeter for charging the
battery from mains. This will be addition to the battery charging alternator fitted on the
engine.
5. SOUND PROOF ENCLOSURE (CANOPY)
The generator shall be in a sound proof (Acoustic) enclosure suitable for Diesel Generating
Set complete in all respect having following specification/ Feature:-
Fabricated as per standard specification of manufacturer, stuffing done with suitable Foam/
Rock. Rock wool supported with Tissue Paper or perforated sheets having holes. Residential type
silencer provided to lower the noise of exhaust outlet. Canopy treated for antirust with powder
coating. Should have fresh Air inflow and proper ventilation. Modular in construction and
provided with lockable doors. The Sound proof enclosure shall be strictly as per CPCB prevalent
norms. The sheet thickness should be 18 gauge (min) as per manufacturer standard and as per
CPCB rules.
CABLING:
Supply & erection of underground Aluminum armoured cable ISI mark including necessary
connections, thimbling, glands alongwith digging & re-filling of cable trenches, complete in all
respect, inclusive of cost of earth excavation. Makes Finolex, Havells, Gloster, Grandlay, Polycab/
RR Kabel, Plaza, Kalinga, Hyglow (ISI Marked) suitable for D.G. Set as per manufacturer
standard / recommendation.
SWITCHES : Change over switch, Supply & erection of change over switch, TPN on angle iron
frame including earthing, necessary connections complete in all respect, Make:- Havells, MEX,
SSK, Standard, DPPL, Crystal ,C&S – Capacity 32, 63, 100, 200 Amps.

Main Switch :- I) Supply & Erection of following Main switches, TPN Re-wireable/HRC on angle
iron frame including earthing necessary connections complete in all respect, Make:- MEX, SSK,
DPPL, Standard, Havells, Crystal. Capacity 32, 63, 100, 200 Amps.

EARTHING
a) Supply and erection of plate earthing as per IS specification with 600mm x 600mm
x 3mm of copper plate below ground upto 2.13 meter with 20mm x 3mm copper
strip of electrolytic grade as per specification. The strip is to be inserted through G.
I. pipe of medium class of suitable size. Earthing should be complete with charcoal,
salt & provision of watering arrangement & manhole cover of size 1 ft x 1ft
including all bricks masonary work, digging & refilling etc., complete in all respect
as required inclusive of the cost of earth excavation work & required material.

Detailed Specifications :- (Diesel Generating Sets 50 KVA to 320 KVA)

Diesel Engine and Alternator should be close coupled and mounted on a base plate of
robust construction.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 160 of 287


Irrigation & Water Resources Department
1. DIESEL ENGINE : (Manufactured in India)
Diesel Engine shall be Liquid Cooled, electric start developing required B.H.P. at 1500 rpm
suitable for alternator to deliver specified continuous KVA output at 0.8 lagging PF at NTP
conditions (Rating shall be tested at Unity PF). The Diesel Engine should be capable of providing
10 % overload for one hour continuous running at full load after every 11 Hours continuous
running. Diesel Engine should be fitted with Electronic Governor.
The Diesel Engine shall be complete with the following accessories:-

a) Engine instrument Panel consisting of starting switch/push button, Lube Oil and Pressure
Gauges, Water Temperature Gauge, RPM indicator and Hour meter.
b) Low lube oil pressure safety required in Engines, High Water temperature safety for water
cooled Engines is required. The safety should include audio alarm and trip facility also to
avoid damage to the engine.
c) Radiator.
d) Exhaust silencer of Residential type.
e) 12V/24Vstarting system complete with starter motor, charging alternator and Cutout.
f) Lead Acid battery of suitable ratings with connecting cables. The batteries shall be supplied
in uncharged conditions and of Make:
EXIDE/ STANDARD FURUKAWA/ AMARON/ TATA-GREEN/ AMCO/ LUMINOUS/
PACESETTER.

Diesel Engine of direct injection or Diesel Engine fitted with common Rail Direct Injection
Pump shall be accepted.

The Engine should confirm to applicable Emission Norms. The Diesel Engine shall be
accepted only which conforms to BIS: 10000/1/2 or BS:5514.

2. ALTERNATOR :-
The Alternator shall be self – excited, self – regulated of specified KVA rating in three
phase at 415 Volts, 50 Hz, 1500 RPM and 0.8 pf lagging (Rating shall be tested at Unity PF). The
alternators shall be of brushless type only. The alternators shall be screen-protected drip proof with
Min. IP-21 or improved degree of protection for outdoor installations. The class of insulation of the
Alternator would be F/H. The rated voltage of Alternator will be 415 V for 3 phase.
Make of Alternator : Kirloskar / Kirloskar Green/ Crompton – Greaves/ Leroy Somer / Trident/
Stamford/ Meccalte.
3. AMF CONTROL PANEL :-
Automatic mains failure (AMF) control panel shall be able to start up the DG set and can
transfer the load on to D.G. set on mains failure without requiring any human intervention,
similarly, on restoration of main supply, it shall be able to transfer the load to mains supply and
switch off the D.G. Set automatically.

The AMF panel enclosure should be with the IP-53 degree of protection and shall be
fabricated from minimum 16 SWG thick steel sheet duly pre-treated and aesthetically finished and
Power coated.
The AMF Control Panel shall have the following instruments:
a) Microprocessor based relay with composite/separate meter for digital display of:
1. Generator voltage/AC Mains voltage.
2. Generator Current.
3. Load Current.
4. Power Factor.
5. Frequency.
6. Energy.
7. Three attempts engines start/ engines cranking relay.
8. On delay timer for load change over.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 161 of 287


Irrigation & Water Resources Department
9. On delay timer for engine shut off.
b) Mode selector switch for setting the panel on any one position such as off or auto or
manual or test.
c) Engine On-Off switch (Push button type)
d) MCCB/Fuses of suitable rating shall be provided.
e) Rectangular Aluminium Bus Bars (one number for each phase, neutral and Earthing
terminal) of adequate ratings duly colour coded with heat shrinkable PVC Sleeves or
Copper Cables.
f) Two contactors/ACB of suitable rating (one for DG set & one for AC mains) with over load
relay.
g) Under + Over Voltage Relay.
h) Automatic Battery charger with on-off switch, voltmeter and ammeter for charging the
battery from mains. This will be addition to the battery charging alternator fitted on the
engine.
i) Instrument & Control Fuses/MCB.
j) Four number indicating lamps to indicate ‘load on mains’ ‘set running’ ‘load on
set’and ‘battery charger on’.
k) Audio visual alarm for ‘Low lubricating oil pressure’ High water temperature’ (for water
cooled), ‘Start failure’, and ‘DG overload’
l) Any other switch, instrument, relay or contactor etc. essential for smooth and trouble free
function of DG set with AMF Panel (to be specified by the tenderer in their offer with
complete detail of the item).
m) All Electro components/ parts such as MCCB/ MCB/FUSE/ Contactor/ Meters should be
of L&T/ ABB/ SCHINEDIER/AE/ENERZON/GE/HAVELLS/ SIEMENS make.

4. MANUAL CONTROL PANEL :-


The Control Panel shall be made out of fabricated sheet 16 gauge (min) thick duly powder
coated of suitable size for indoor/outdoor floor mounting installation. Aluminium
Busbar/copper cables, internal wiring with suitable provision for / connection incoming/
outgoing leads. The Control Panel shall include following instruments:-
a. Composite meter for digital display of
i. Voltage
ii. Current.
iii Frequency
b. One MCB/MCCB/ACB of suitable Rating.
c. Push Button switch for on off operation.
d. Indication lamps.
e. Automatic Battery charger with on-off switch, voltmeter and ammeter for charging
the battery from mains. This will be addition to the battery charging alternator fitted
on the engine.

5. SOUND PROOF ENCLOSURE (CANOPY)


The generator shall be in a sound proof (Acoustic) enclosure suitable for Diesel Generating
Set complete in all respect having following specification/ Feature :-
Fabricated as per standard specification of manufacturer, stuffing done with suitable Foam/
Rock wool. Rock wool supported with Tissue Paper or perforated sheets having holes. Residential
type silencer provided to lower the noise of exhaust outlet. Canopy treated for antirust with powder
coating. Should have fresh Air inflow and proper ventilation. Modular in construction and
provided with lockable doors. The Sound proof enclosure shall be strictly as per CPCB prevalent
norms. The sheet thickness should be 18 gauge (min) as per manufacturer standard and as per
CPCB rules.
CABLING :
Supply & erection of underground Aluminum armoured cable ISI mark including necessary
connections, thimbling, glands alongwith digging & re-filling of cable trenches, complete in all

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 162 of 287


Irrigation & Water Resources Department
respect, inclusive of cost of earth excavation. Makes Finolex, Havells, Gloster, Grandlay,Polycab,
RR Kabel, Plaza, Kalinga, Hyglow (ISI Marked) suitable for D.G. Set as per manufacturer
standard / recommendation.
SWITCHES : Change over switch, Supply & erection of change over switch, TPN on angle iron
frame including earthing, necessary connections complete in all respect, Make:- Havells, MEX,
SSK, Standard, DPPL, Crystal , C&S – Capacity 200, 320, 400, 630, 800, 1000, 1250 Amps.

Main Switch :- I) Supply & Erection of following Main switches, TPN Re-wireable/HRC on angle
iron frame including earthing necessary connections complete in all respect, Make:- MEX, SSK,
DPPL, Standard, Havells, Crystal. Capacity 200, 320, 400, 630, 800, 1000 Amps.

EARTHING
a) Supply and erection of plate earthing as per IS specification with 600mm x 600mm
x 3mm of copper plate below ground upto 2.13 meter with 20mm x 3mm copper
strip of electrolytic grade as per specification. The strip is to be inserted through G.
I. pipe of medium class of suitable size. Earthing should be complete with charcoal,
salt & provision of watering arrangement & manhole cover of size 1 ft x 1ft
including all bricks masonary work, digging & refilling etc., complete in all respect
as required inclusive of the cost of earth excavation work & required material.

b) Supply and erection of copper strip earthing of 25mm x 3mm copper earth strip &
suitable size medium class GI pipe including all necessary material and termination
etc. complete in all respect.

Detailed Specifications :- (Diesel Generating Sets 400 KVA to 2500 KVA)

Diesel Engine and Alternator should be close coupled and mounted on a base plate of
robust construction.
1. DIESEL ENGINE : (Manufactured in India)
Diesel Engine shall be Liquid Cooled, electric start developing required B.H.P. at 1500 rpm
suitable for alternator to deliver specified continuous KVA output at 0.8 lagging PF at NTP
conditions (Rating shall be tested at Unity PF). The Diesel Engine should be capable of providing
10 % overload for one hour continuous running at full load after every 11 Hours continuous
running. Diesel Engine 400 KVA and above should be fully electronic i.e. governing, fuel
injection, monitoring of engine and its parameters should be all electronic. Diesel Engine
Monitoring & Controlling & Controller for Generator Operation Monitoring & Synchronization
Function shall be Independent of Each other.

The Diesel Engine shall be complete with the following accessories:-

a) Engine instrument Panel consisting of starting switch/push button, Lube Oil and Pressure
Gauges, Water Temperature Gauge, RPM indicator and Hour meter.
b) Low lube oil pressure safety required in Engines, High Water temperature safety for water
cooled Engines is required. The safety should include audio alarm and trip facility also to
avoid damage to the engine.
c) Radiator.
d) Exhaust silencer of Residential type.
e) 12V/24Vstarting system complete with starter motor, charging alternator and Cutout.
f) Lead Acid battery of suitable ratings with connecting cables. The batteries shall be
supplied in uncharged conditions and of Make :
EXIDE/ STANDARD FURUKAWA/ AMARON/ TATA-GREEN/ AMCO/ LUMINOUS/
PACESETTER.

The Engine should confirm to applicable Emission Norms. The Diesel Engine shall be

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 163 of 287


Irrigation & Water Resources Department
accepted only which conforms to BIS : 10000/1/2 or BS:5514.

2. ALTERNATOR (LT) :-
The Alternator shall be self – excited, self – regulated of specified KVA rating in three
phase at 415 Volts, 50 Hz, 1500 RPM and 0.8 pf lagging (Rating shall be tested at Unity PF). The
alternators shall be of brushless type only. The alternators shall be screen-protected drip proof with
Min. IP-21 or improved degree of protection for outdoor installations. The class of insulation of the
Alternator would be F/H. The rated voltage of Alternator will be 415 V for 3 phase.
Make of Alternator : Kirloskar / Kirloskar Green/ Crompton – Greaves/ Leroy Somer / Trident/
Stamford/ Meccalte.
2A. ALTERNATOR (HT) for 1500/2000/2275/2500 KVA in addition to LT:-
The Alternator shall be self – excited, self – regulated of specified KVA rating in three
phase at 3.3/6.6/11KV, 50 Hz, 1500 RPM and 0.8 pf lagging (Rating shall be tested as per standard
design of Manufacturer). The alternators shall be of brushless type only. The alternators shall be
screen-protected drip proof with Min. IP-21 or improved degree of protection for outdoor
installations. The class of insulation of the Alternator would be F/H. The rated voltage of
Alternator will be 3.3/6.6/11 KV for 3 phase as per Manufacturer design with Latest amendment.
Make of Alternator : Kirloskar / Leroy Somer / Stamford/ TDPS/ABB/ Siemens.
3. AMF CONTROL PANEL :-
Automatic mains failure (AMF) control panel shall be able to start up the DG set and can
transfer the load on to D.G. set on mains failure without requiring any human intervention,
similarly, on restoration of main supply, it shall be able to transfer the load to mains supply and
switch off the D.G. Set automatically.
The AMF panel enclosure should be with the IP-53 degree of protection and shall be
fabricated from minimum 16 SWG thick steel sheet duly pre-treated and aesthetically finished and
Power coated.
The AMF Control Panel shall have the following instruments :
a) Microprocessor based relay with composite/separate meter for digital display of :
1. Generator voltage/AC Mains voltage.
2. Generator Current.
3. Load Current.
4. Power Factor.
5. Frequency.
6. Energy.
7. Three attempts engines start/ engines cranking relay.
8. On delay timer for load change over.
9. On delay timer for engine shut off.
b) Mode selector switch for setting the panel on any one position such as off or auto or
manual or test.
c) Engine On-Off switch (Push button type)
d) MCCB/Fuses of suitable rating shall be provided.
e) Rectangular Aluminium Bus Bars (one number for each phase, neutral and Earthing
terminal) of adequate ratings duly colour coded with heat shrinkable PVC Sleeves or
Copper Cables.
f) Two contactors/ACB of suitable rating (one for DG set & one for AC mains) with over
load relay.
g) Under + Over Voltage Relay.
h) Automatic Battery charger with on-off switch, voltmeter and ammeter for charging the
battery from mains. This will be addition to the battery charging alternator fitted on the
engine.
i) Instrument & Control Fuses/MCB.
j) Four number indicating lamps to indicate ‘load on mains’ ‘set running’ ‘load on set’and
‘battery charger on’.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 164 of 287


Irrigation & Water Resources Department
k) Audio visual alarm for ‘Low lubricating oil pressure’ High water temperature’ (for water
cooled), ‘Start failure’, and ‘DG overload’
l) Any other switch, instrument, relay or contactor etc. essential for smooth and trouble free
function of DG set with AMF Panel (to be specified by the tenderer in their offer with
complete detail of the item).
m) All Electro components/ parts such as MCCB/ MCB/FUSE/ Contactor/ Meters should
be of L&T/ ABB/ SCHINEDIER/AE/ENERZON/GE/HAVELLS/ SIEMENS make.

4. MANUAL CONTROL PANEL (LT) :-


The Control Panel shall be made out of fabricated sheet 16 gauge (min) thick duly powder
coated of suitable size for indoor/outdoor floor mounting installation. Aluminium
Busbar/copper cables, internal wiring with suitable provision for / connection incoming/
outgoing leads. The Control Panel shall include following instruments :-
a. Composite meter for digital display of
i. Voltage
ii. Current.
iii Frequency
b. One MCB/MCCB/ACB of suitable Rating.
c. Push Button switch for on off operation.
d. Indication lamps.
e. Automatic Battery charger with on-off switch, voltmeter and ammeter for charging
the battery from mains. This will be addition to the battery charging alternator fitted
on the engine.
4A. MANUAL CONTROL PANEL (HT) :-
The Control Panel shall be made out of fabricated sheet 14 gauge (min) thick duly powder
coated of suitable size for outdoor floor mounting installation. Aluminium Busbar, internal
wiring with suitable provision for / connection incoming/ outgoing leads. The Control Panel
shall include following instruments :-
a. Composite meter for digital display of
i. Voltage
ii. Current.
iii Frequency
b. One VCB of suitable Rating.
c. Push Button switch for on off operation.
d. Indication lamps.
e. Automatic Battery charger with on-off switch, voltmeter and ammeter for charging the
battery from mains. This will be addition to the battery charging alternator fitted on the
engine.
f. Neutral Ground Resistor (NGR) Panel suitable for 3.3/6.6/11KV shall be included with HT
Manual Control Panel.
5. SOUND PROOF ENCLOSURE (CANOPY)
The generator shall be in a sound proof (Acoustic) enclosure suitable for Diesel Generating
Set complete in all respect having following specification/ Feature:-

Fabricated as per standard specification of manufacturer, stuffing done with suitable Foam/
Rock wool. Rock wool supported with Tissue Paper or perforated sheets having holes. Residential
type silencer provided to lower the noise of exhaust outlet. Canopy treated for antirust with powder
coating. Should have fresh Air inflow and proper ventilation. Modular in construction and
provided with lockable doors. The Sound proof enclosure shall be strictly as per CPCB prevalent
norms. The sheet thickness should be 18 gauge (min) as per manufacturer standard and as per
CPCB rules.
CABLING :
Supply & erection of underground Aluminum armoured cable ISI mark including necessary
connections, thimbling, glands alongwith digging & re-filling of cable trenches, complete in all

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 165 of 287


Irrigation & Water Resources Department
respect, inclusive of cost of earth excavation. Makes Finolex, Havells, Gloster, Grandlay, Polycab,
RR Kabel, Plaza, Kalinga, Hyglow (ISI Marked) suitable for D.G. Set as per manufacturer
standard / recommendation.
SWITCHES : Change over switch, Supply & erection of change over switch, TPN on angle iron
frame including earthing, necessary connections complete in all respect, Make:- Havells, MEX,
SSK, Standard, DPPL, Crystal , C&S – Capacity 630, 800, 1000, 1250 Amps.

Main Switch :- I) Supply & Erection of following Main switches, TPN Re-wireable/HRC on angle
iron frame including earthing necessary connections complete in all respect, Make:- MEX, SSK,
DPPL, Standard, Havells, Crystal. Capacity 630, 800, 1000 Amps.

EARTHING
a) Supply and erection of plate earthing as per IS specification with 600mm x 600mm
x 3mm of copper plate below ground upto 2.13 meter with 20mm x 3mm copper
strip of electrolytic grade as per specification. The strip is to be inserted through G.
I. pipe of medium class of suitable size. Earthing should be complete with charcoal,
salt & provision of watering arrangement & manhole cover of size 1 ft x 1ft
including all bricks masonary work, digging & refilling etc., complete in all respect
as required inclusive of the cost of earth excavation work & required material.

b) Supply and erection of copper strip earthing of 25mm x 3mm copper earth strip &
suitable size medium class GI pipe including all necessary material and termination
etc. complete in all respect.

c) Foundation of DG set will be made suitable for capacity of DG set as under:


Specification:- Const. of foundation for Diesel Generator of size length and width
300mm more all around the DG set having foundation with 150mm CC 1:4:8 with stone
aggregate 40mm nominal size in foundation and brick work in cement motor
1:6:600mm (300mm underground and 1000mm above ground) and earth filling inside
and cement concrete 1:1:5:3 slab with stone aggregate 20mm nominal size with steel
reinforcement 10mm dia 150mm center to centre both way. Including cement plaster
1:4 all around as per PWD specification and up to entire satisfaction of Engineer-In-
Charge of work.

TECHNICAL BID DOCUMENTS


a. Compliance report of the NIT specifications.
b. Manufacturing proof i.e. SSI Registration Certificate/ Large Medium
Registration Certificate or any other proof in case of original
manufacturer.
c. G. S.T. Registration No. & details alongwith attested copy of that.
d. Copy of PAN card & PAN details including the details of Assessing Authority.
e. Complete tender form duly stamped & signed on each page must be put in
Technical Bid without quoting rates/ taxes and duties.
l. Any other supporting technical documents.
PAYMENT TERMS:
For D.G. Set supply:
90% shall be released after successful delivery at Site.
Balance 10% after satisfactory installation & commissioning at Site.
AMC for DG Set:
Quarterly Payment shall be released supporting with 10% Bank Guarantee.
Regarding downtime penalty shall be AMC + 10% if AMC service not rendered by the
bidders.
DELIVERY PERIOD:
3 months for supply of material.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 166 of 287


Irrigation & Water Resources Department
NOTE :
All other remaining documents other than mentioned above be put in the Technical Bid as
per requirement of the NIT.
TERMS & CONDITIONS :-
1. F.O.R.
Destination anywhere in Haryana, Chandigarh and other Haryana government offices
located outside the State.
2. The bidder must submit authority letter from Diesel Engine manufacturer alongwith valid
Nodel Agency Certificate for DG Sets in Diesel engine manufacturer name, failing which offer
will be rejected straightway.
3. DG sets shall meet the requirements of Environmental (Protection) Rules 1986 as laid
down by Min. of Environmental & Forests read with GSR 371 (E) dated 17.2.2002. GSR 520 (E)
dated 1.7.2003 and No.448 (E) dated 12.07.2004 in respect of noise and emission norms. The
supplier shall furnish copy of Type approval certificate from authorized agency for emission
norms and noise level norms for each DG Set giving detail of Model No. of Engine and Alternator
which such approval is applicable. The tenderer shall furnish copy of COP for each Model of DG
Set form and authorized agency with the tender.
4. Warrantee: One year from the date of satisfactory trial working of sets or commissioning
at destination.
5. Rates of AMC including parts (Comprehensive) for 5 years after the warrantee period.

6. AUTHORITY LETTER
In case offers are submitted by the Authorised Dealer, letter of Authority from the Diesel
Engine manufacturer to quote rates on their behalf must be furnished alongwith their offers,
duly supported with the documents as required above. The authority letter must be signed
and stamped by the Proprietor/ Partner/ M.D./ Director/ Manager of the firm/ company and
must be valid for the period of rate contract.

7. INSPECTION : (FOR GENUINESS OF MATERIAL)


The stores for inspection may be offered to this office within the stipulated delivery period
and the inspection will be carried out by the representatives of the indenting Deptts. before
despatch of D.G. Set at Diesel Engine manufacturers premises. You are, therefore, requested to
keep adequate stock ready for inspection at your godown and dispatch only such material, which
has been duly inspected and accepted. The inspection of stores shall only be arranged after
execution of agreements.

SECURITY is to be kept till expiry of warrantee period by the office of Director General
Supplies & Disposals Haryana.

8. SPARES AVAILABILITY:
Guarantee that the equipment being offered is the latest model and that spare for the
equipment will be available for a period of at least 10 years and also guarantee that they
will keep the institution informed of any update of the equipment over a period of next
10 years.
9. Tenderer should also have Service Centers throughout Haryana & Chandigarh. He
should submit list of such Authorised Service Centres along with complete address
Phone Nos. and Email etc.

CONDITION :
The Diesel Generating Sets above 1000 KVA, which are not approved from Central Pollution
Control Board nodel agency, have to submit Performance Certificate of approx. 25 Nos. Diesel
Generating Sets from 1010 KVA to 2500 KVA which are installed with Govt. Departments or
Private Consumers with minimum 2 years performance.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 167 of 287


Irrigation & Water Resources Department

FINANCIAL DOCUMENTS :-
Rates offered must be quoted including Taxes (but excluding GST), Duties, Freight, etc.

ADDITIONAL CONDITIONS FOR OPERATION AND MTC. CONTRACT

1. AMC means annual comprehensive maintenance contract after completion of free


1. maintenance period specified in the agreement.
2. The work will be carried out as per relevant IS: Specifications and other general codes
and practices.
3. GST / Income / labour cess as and if applicable will be deducted from all bills. However,
certificate for TDS will be issued by the department.
5. The jurisdictions of court shall be at concerned district head quarter.
1. After expiry of free maintenance period, AMC shall come into force. AMC charges for
first year will be calculated on updated value of original work contract agreement. The
first maintenance period will be from expiry of free maintenance period.
2. The firm will maintain a reasonable inventory of genuine spares parts in their service
depot, so that faults in the system do not remain unattended for want of spares. During the
free maintenance period lift will have to be maintained and inspected regularly.
3. The firm will deploy only trained and appropriate skilled personnel to keep the equipment
properly adjusted and they will use all reasonable care to maintain the elevator in proper
and safe operating conditions,
4. This maintenance contract includes replacement of all minor and major parts/assemblies
including their cost and cost of all other material/consumable and tools etc. and labour
required to maintain these lifts in proper working order.
10. The firm shall remove the breakdown during or after working hours and even on
holidays on receipt of information at the firm control station from the authorized
representatives of PW (B&R) Department or the client department in whose
premises the system is working. The firm will intimate the complaint number to the
complainant at the time of reporting the breakdown .Machine room / Control room
keys shall be made available to authorized technician of the firm on arrival at site.
The break-down rectification report shall be signed by the department for record of
issue of spares and keeping time record of the firms service personnel. The firm
personnel will also sign the log book of respective system in token of attending the
complains & removal of defects and other observations recorded by department
officers /officials to complete satisfaction.
1. The firm shall set right the system in working condition within 24 (Twenty four) hours for
the minor defects and within 4(four) days including day of complaint for the major
breakdown after receipt of the complaint at their center, if service center of the firm exists
at that station and within 48(Forty Eight) hours and 6(six) days for minor and major
breakdown respectively, in case service center of the firm does not exist at that station. If
the complaint is not attended within the specified period ,beside not paying AMC charges
for delayed period, compensation of two days AMC charges for every delay of one day or
part thereof shall be levied ,but the total amount of compensation during a year shall not
exceed 10% (Ten Percent) of the annual maintenance charges of relevant year. The
Superintending Engineer on representation from the firm may reduce the amount of
compensation and his speaking decision in writing shall be final. Even after levying the
compensation equivalent to 10 % (Ten percent) of the contract amount if the firm does not
attend the complaint, the firm will not be paid AMC for the defaulting period.
2. Any work which may be rendered necessary due to revision of the existing Govt.
Municipal or elevator acts promulgated subsequent to the date of installation of system or
new design/development/modernization work will not be covered under maintenance
contract.
3. The firm shall become liable for compensation in accordance with the Indian law and

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 168 of 287


Irrigation & Water Resources Department
Regulations in the event of any accident occurring to any person due to the fault in the
system on account of failure to keep the system in proper working order or non
compliance of statutory provision for safety measures.
4. The parts if replaced by the firm shall be OEM parts matching with the existing
equipment. Defective/removed /unserviceable parts will be the property of the firm.
5. The bill of maintenance charges should be properly prepared and scrutinized by the
Chartered Accountant of the firm with the supporting papers of price indices at the time of
submission of first maintenance contract bill of financial year.
6. After completion of maintenance contract or termination of contract mid way due to any
reason what-so-ever, the firm will hand over the system in working order with every
parts /assembly intact. In case, if any part / assembly is found missing/defective or of sub
standard specifications due recovery will be made for such a deficiency and other
measures to effect such recovery as deemed fit will be taken against the firm.
7. The department will have prerogative to discontinue the maintenance contract of any or
all the lifts without assigning any reason at any time without paying any compensation for
such an act. However, a valid one month notice will be given before taking any such
action as mentioned above or maintenance charges will be paid for the period for which
notice falls short.
8. Separate agreement of operation & AMC shall be prepared yearly on agreed rates, terms
and conditions on completion of one year free maintenance period. It shall stand
concluded and will become operative from the next day of expiry of free maintenance
period even without signing of contract agreement.
9. 10% (Ten percent) security shall be deducted from each bill of the firm subject to
maximum 5% of agreement value and shall be refunded after completion of Operation &
AMC period. Or alternatively security can be deposited by the firm in shape of bank
guarantee for the required amount and validity i.e upto expiry to 5 years after completion.
10. These additional conditions shall supersede the similar conditions found contrary
elsewhere in DNIT.

ADDITIONAL CONDITIONS FOR SUBSTATION/ OVER HEAD HT/LT AND DG


SET

1. The transformer, G.O switch LT panel, Shall be got inspected / approved from
Engineer-in-Charge or his authorized representative before its installation at site.
The inspecting authorized / approving authority may get tested the above noted
items at the work of manufacture’s firm, if desired by the inspecting / approving
authority.

2. The contractor shall be responsible for getting inspected / passed the electrical
substation from Chief Electrical inspector, Haryana, Chandigarh & he will also
make necessary payments of fees for this purpose to his office. The department
will however give render necessary assistance to the contractor in this regard.

3. All testing charges of the various equipments of electrical substation required by


DHBVNL authorities will be borne by the contractor.

4. The Contractor shall submit the original manufacture’s test certificate in respect
of DG set, Transformer, LT panel, HT panel MCCB’s, PVC armored
underground LT cable, XLPE 11 KV cables, CT’s, PT’s, Isolator and electronics
Digital metering panel.

5. The Voltmeter, Amp. Meter etc. will be of AE / IMP make.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 169 of 287


Irrigation & Water Resources Department
6. The tenderer must be himself ‘A’ class electrical contractor license holder from
Chief Electrical inspector, Haryana for execution of 11 KV works and is
specialized for doing the same type of works.

7. The Air Circuit breaker and MCCB in LT panel shall be of same make.

8. The material and installation will be got checked by the contractor from local
DHBVNL authorities during execution. Makes as approved by DHBVNL will be
allowed.

9. It will be mandatory for contractor to get the complete installation cleared /


approved from CEI Haryana after completion. The inspection fee will be
deposited by the firm. Metering equipment will also be got cleared from
DHBVNL by the contractor including depositing necessary fee etc.

10. All material will be got inspected from department before dispatch to site of
work.

11. Firm / contractor will offer inspection of all major materials at manufacturer
place and will bear the to and fro including boarding & loading expense.

ADDITIONAL CONDITIONS FOR EPABX, LAN, FIRE ALARM, PUBLIC ADDRESS,


CCTV CAMERAS AND INFORMATION DISPLAY SYSTEM/BMS/AUDIO VISUAL
SYSTEM

1. Bidders to submit along with the data sheet of their make & model as per BOQ along
with their technical bid.
2. Bidders should submit along with technical bid certificate from OEM regarding
technical compliance of their model as per technical specification attached on their letter
head.
3. Bidder should submit along with technical bid certificate from OEM that their products/
Brands are not debarred / blacklisted from Govt. semi Govt. deptt. / Undertaking.
4. The bidder to submit the authorization letter from OEM along with technical bid
5. Bidder to submit backup guarantee of principle manufacturer.
6. In addition to above the contractor will have to arrange certificate from OEM that the
installation have been checked by him and the material installed is genuine and the OEM
stands for back up guarantee of material/ equipment’s.
7. Bidder should submit list of works executed & their performance certificates of similar
work in addition to the above contractor.

NONE SUBMISSION OF ABOVE ALONGWITH TECHNICAL BID WILL LEAD TO


OUTRIGHT REJECTION OF TECHNICAL BID ADDITIONAL CONDITIONS FOR
OPERATION AND MTC. CONTRACT

1. AMC means annual comprehensive maintenance contract after completion of free


maintenance period specified in the agreement.
2. The work will be carried out as per relevant IS: Specifications and other general
codes and practices.
3. GST / Income / labour cess as and if applicable will be deducted from all bills.
However, certificate for TDS will be issued by the department.
4. The jurisdictions of court shall be at concerned district head quarter.
5. After expiry of free maintenance period, AMC shall come into force. AMC
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 170 of 287


Irrigation & Water Resources Department
charges for first year will be calculated on updated value of original work contract
agreement. The first maintenance period will be from expiry of free maintenance
period.
6. The firm will maintain a reasonable inventory of genuine spares parts in their service
depot, so that faults in the system do not remain unattended for want of spares.
During the free maintenance period lift will have to be maintained and inspected
regularly.
7. The firm will deploy only trained and appropriate skilled personnel to keep the
equipment properly adjusted and they will use all reasonable care to maintain the
elevator in proper and safe operating conditions,
8. This maintenance contract includes replacement of all minor and major
parts/assemblies including their cost and cost of all other material/consumable and
tools etc. and labour required to maintain these lifts in proper working order.
9. The firm shall remove the breakdown during or after working hours and even on
holidays on receipt of information at the firm control station from the authorized
representatives of PW (B&R) Department or the client department in whose premises
the system is working. The firm will intimate the complaint number to the
complainant at the time of reporting the breakdown. Machine room / Control room
keys shall be made available to authorized technician of the firm on arrival at site.
The break-down rectification report shall be signed by the department for record of
issue of spares and keeping time record of the firm’s service personnel. The firm
personnel will also sign the log book of respective system in token of attending the
complains &removal of defects and other observations recorded by department
officers /officials to complete satisfaction.
10. The firm shall set right the system in working condition within 24 (Twenty four)
hours for the minor defects and within 4(four) days including day of complaint for the
major breakdown after receipt of the complaint at their center, if service center of the
firm exists at that station and within 48(Forty Eight) hours and 6(six) days for minor
and major breakdown respectively, in case service center of the firm does not exist at
that station. If the complaint is not attended within the specified period ,beside not
paying AMC charges for delayed period, compensation of two days AMC charges for
every delay of one day or part thereof shall be levied ,but the total amount of
compensation during a year shall not exceed 10% (Ten Percent) of the annual
maintenance charges of relevant year. The Superintending Engineer on representation
from the firm may reduce the amount of compensation and his speaking decision in
writing shall be final. Even after levying the compensation equivalent to 10 % (Ten
percent) of the contract amount if the firm does not attend the complaint, the firm will
not be paid AMC for the defaulting period.
11. Any work which may be rendered necessary due to revision of the existing Govt.
Municipal or elevator acts promulgated subsequent to the date of installation of
system or new design/development/modernization work will not be covered under
maintenance contract.
12. The firm shall become liable for compensation in accordance with the Indian law
and Regulations in the event of any accident occurring to any person due to the fault
in the system on account of failure to keep the system in proper working order or non-
compliance of statutory provision for safety measures.
13. The parts if replaced by the firm shall be OEM parts matching with the existing
equipment. Defective/removed /unserviceable parts will be the property of the firm.
14. The bill of maintenance charges should be properly prepared and scrutinized by
the Chartered Accountant of the firm with the supporting papers of price indices at the
time of submission of first maintenance contract bill of financial year.
15. After completion of maintenance contract or termination of contract midway due to
any reason what-so-ever, the firm will hand over the system in working order with
every parts /assembly intact. In case, if any part / assembly is found missing/defective

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 171 of 287


Irrigation & Water Resources Department
or of substandard specifications due recovery will be made for such a deficiency and
other measures to effect such recovery as deemed fit will be taken against the firm.
16. The department will have prerogative to discontinue the maintenance contract of
any or all the lifts without assigning any reason at any time without paying any
compensation for such an act. However, a valid one month notice will be given before
taking any such action as mentioned above or maintenance charges will be paid for
the period for which notice falls short.
17. Separate agreement of operation & AMC shall be prepared yearly on agreed rates,
terms and conditions on completion of one year free maintenance period. It shall
stand concluded and will become operative from the next day of expiry of free
maintenance period even without signing of contract agreement.
18. 10% (Ten percent) security shall be deducted from each bill of the firm subject to
maximum 5% of agreement value and shall be refunded after completion of
Operation & AMC period. Or alternatively security can be deposited by the firm in
shape of bank guarantee for the required amount and validity i.e upto expiry to 5
years after completion.
19. These additional conditions shall supersede the similar conditions found contrary
elsewhere in DNIT.
20. AMC (Annual comprehensive maintenance contract) during next four years after
free mtc period will be paid as below: -
(a) 1st year after free mtc period @ 3%
(b) 2nd year after free mtc period @ 3.5%
(c) 3rd year after free mtc period @ 4 %
(d) 4th year after free mtc period @ 4.5% of original work.

ADDITIONAL CONDITION FOR MAINTENANCE OF HVAC SYSTEM

1. The firm shall set right the breakdown in working condition within 24 hours for the
minor defects and 48 hours for the major breakdown after receipt of the complaint at
their centre. If the complaint is not attended to within the specified period and
monthly examination is not done on due date compensation for delayed period,
compensation @ 0.5% work done of original work for every delay of one day or part
thereof shall be levied but the total amount of compensation shall not exceed 5% of
the work done of original work. The Superintending Engineer may, on representation
from the firm, reduce the amount of compensation and his decision in writing shall be
final. It the firm does not attend to the complaint / monthly examination for further
four days of the above specified period i.e. 24 and 48 hours the same shall be got
attended to at his risk and cost from other source.
2. The firm will also attend to the breakdown after normal working hours, if necessary,
to keep the system in working condition. In a such case department will provide
necessary assistance but no extra charges will be paid.
3. The part, if replaced by the firm shall be OEM parts matching with the existing
equipment. Defective / removed parts will be the property of the firm.
4. The department will have prerogative / option to discontinue the maintenance work
of complete / part system without assigning any reason at any time without paying
any compensation for such an act. However, a valid one month notice will be given
before taking any such action as mentioned above or maintenance charges will be
paid to firm for the period for which notice falls sort.
5. All T&P items required shall be of the agency.
6. The successful tenderer will have to train two persons nominated by the department
for proper handling and minor routine maintenance.
7. The system will have to be serviced & demonstrated once in every three months
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 172 of 287


Irrigation & Water Resources Department
during defect liability period free of cost.
8. Retention Money for AMC
10% (Ten percent) retention money shall be deducted from running bills subject to a
maximum of 5% of the agreement amount and shall be refunded 100% after completion of
work to the satisfaction of Engineer-in-Charge and handing over (back) complete
installation in good / working condition. However, retention money can be released against
unconditional Bank Guarantee in favour of department valid for 60 days beyond AMC
period.
9. The firm shall become liable to pay compensation in event of any accident occurring
to the person using or intending to use the system instrument due to the fault in the
system on account of non keeping the system in proper working order and other
safety measures.

SPECIAL CONDITIONS FOR COMPREHENSIVE MAINTENANCE CONTRACT


(HVAC)
After completion of the installation the firm shall get the installations inspected from
authorized person deputed by department and prepare as built drawings with complete detail of
installations along with inventory of equipment with their make Sr. No. model size etc.. the firm
shall also obtain a certificate of OEM of the equipment installed for proper installation and backup
guarantee by OEM of major items.
The firm after successful completion of the work, shall stand guarantee for all material,
equipment and installation for one year from date of completion. This will include repair,
replacement and all labour of all installation including consumable items if any. This will be
treated as free maintenance period. The firm will hand over the system as per para above
before completion of Defect Liability period / free maintenance period free maintenance
period / Defect Liability of period will be considered as extended till hand over the system.
The decision for allotment of maintenance work will be on the discretion of client
department. However for operation of system during this period the firm shall be paid @ 2% of
the value of original work done. The decision for allotment of operation and maintenance work
will be allotted on the discretion of client department.
After completion of free maintenance period of one year from the date of completion as
above, the firm will be bound to carry out paid comprehensive maintenance i.e. repair and
replacement of all installations including consumable items etc. and operation of system for next
Four year for which the firm will be paid as under: -
A.
1. For 1st year (After free maintenance period or actual handover the system to Client deptt.
whichever is later) @ (4%+2%=6% of the original work done.
2. For 2nd year @ 6.60% of the original work done.
3. For 3rd year @ 7.26% of the original work done.
4. For 4th year @ 8% of the original work done
NOTE:-
The contractor would submit an affidavit in the technical bid that he shall undertake
to carry comprehensive maintenance as brought out in the DNIT. In case of failure to do so,
the department is at liberty to take any due action including proceeding under criminal
negligence against the firm / contractor.
Payment of this maintenance will be done on quarterly basis. After deducting the statutory
taxes.
Other terms and conditions of comprehensive maintenance contracthave been as depicted
under heading addition condition for free maintenance period and annual maintenance contract of
this DNIT.
IMPORTANT:-
After completion testing and commissioning the installations will be handed over to the
authorized authority of Hospital. The contract for operation and comprehensive maintenance
contraction the rates terms and conditions for the period as per this DNIT / Agreement will be done
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 173 of 287


Irrigation & Water Resources Department
with the firm by authorized authority of Hospital. The firm will be bound to carry out the
comprehensive maintenance and operation contract accordingly for which necessary payments etc.
will be done by Hospital authority.
Note:- Operation means day and night around the year (24x7x365)

TECHNICAL SPECIFICATION FOR


FIRE FIGHTING SYSTEM.

SPECIAL CONDITION FOR FIRE


FIGHTING WORKS

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 174 of 287


Irrigation & Water Resources Department

1. SCOPE OF WORK

The scope of work covers the supply, installation, erection testing, commissioning of
followings

a) Internal hydrant system.

b) External hydrant system.

c) Related piping with all accessories.

d) All type of valves, connections, headers.

e) Hydrant valves, hose reel, hose pipes, Fire hose cabinets etc.

f) Electrical and diesel operated Fire fighting pumps with all accessories.

g) Electrical works, Panels, cables and earthing.

h) Automatic sprinkler system with accessories.

i) Fire extinguishers.

j) All other allied and necessary equipment and accessories to complete the
system up to the satisfaction of engineer-in- charge and for proper
functioning of the entire system.

k) The system shall be maintained by the contractor at its cost by the contractor
for a period of 3 years from issue of completion i.e The Defects Liability-
cum-Maintenance period for the work and system is 3 years with all the cost
borne by the contractor.

l) Contractor shall carry out successful mock drill and provide training to the
user’s staff and also educate them about fire fighting on quarterly basis for 3
years.

It will be the responsibility of the contractor to get all approval and completion
certificate from the Local Fire Authorities without which the work will not be
considered complete and will not be taken over. The contractor shall bear all the
expenses required to obtain these certificates. The contractor has to prepare the
necessary drawings and documents for the submission to fire authorities. Nothing extra
will be paid for the work done and follow up by him in this regard. However, any
statutory fees paid by the contractor shall be reimbursed by the client on depositing the
proper receipt.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 175 of 287


Irrigation & Water Resources Department

The complete installation of Fire Fighting System shall strictly confirm to the
minimum specifications and guidelines given in NBC – 2005 (part IV), IS : 15105
for sprinkler system, IS : 13030 for external hydrant system, other relevant IS code
of practice and Haryana PWD/ CPWD specifications (part V) amended up to date.

2. FEE AND PERMITS


It will be the responsibility of the contractor to get all approval and completion
certificate from the Local Fire Authorities without which the work will not be
considered complete and will not be taken over. The contractor shall bear all the
expenses required to obtain these certificates. The contractor has to prepare the
necessary drawings and documents for the submission to fire authorities. Nothing extra
will be paid for the work done and follow up by him in this regard. However, any
statutory fees paid by the contractor shall be reimbursed by the client on depositing the
proper receipt.

3. GUARANTEES / DEFECT LIABILITY PERIOD


a) The contractor shall provide guarantee against manufacturing defects for 36
months from the date of actual completion or complete and satisfactory
handing over to the Client whichever is later.

b) In the event of failure of any particular part of any equipment more than
three times during the guarantee period. It shall not be repaired but the
complete part shall be replaced by the contractor and the guarantee for this
particular part shall be extended by one year from the date of last
replacement.

c) In case it is found that the above mentioned failure is due to some connected
part of the equipment, that part shall also be rectified or replaced by the
contractor to avoid such failure. The guarantee for such replaced part shall be
extended by one year from the date of replacement.

In the event of failure of any particular equipment which fails more than three
times during the guarantee period as mentioned in clause-b above, the contractor
shall replace at his own cost that equipment with another equivalent make as
approved by the consultant/engineer-in-charge.

Manufacturer's/Contractor's guarantee as mentioned in clause-b above for such


replaced equipment shall be kept valid at least for one year from the date of last
replacement.

d) For electrical motors during the guarantee periods in case some important
part of motor like starter winding shaft bearing squirrel cage, motor etc.
become defective the guarantee shall cover their complete replacement and
no repairs shall be allowed.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 176 of 287


Irrigation & Water Resources Department

4. SITE CONDITIONS

It is assumed that before tendering the Contractor would have visited the site and
familiarized himself with all the local conditions and means of transportation and
communications. No claim of whatsoever nature would be entertained at a later date on
account of the Contractor's ignorance of the local conditions.

5. WORKMANSHIP

The workmanship shall be best of its kind and shall conform to the specifications, as
below or Indian Standard Specifications in every respect or latest trade practices and
shall be subject to approval of the Architects/consultants. All materials and/or
Workmanship which in the opinion of the Engineer is defective or unsuitable shall be
removed immediately from the site and shall be substituted with proper materials and /
or workmanship forthwith.

All electrical works shall be carried out only by those Contractors who are licensed
by the concerned local authorities to execute this type of work.

6. RATES

The rates mentioned in the schedule of quantities / to be quoted for any particular item
by the tenderer are / shall be inclusive of the cost of material, erection, connection,
testing, labour, supervision, tools, plant, transportation, storage, insurance, excise duty,
all taxes ,(but excluding GST) contingencies, breakage, wastage and all other sundries
for execution at any level, depths, leads and height. Nothing extra shall be payable to
him on these account.

The rate shall also be inclusive of cutting holes, making chases in RCC or brick, making
good the same, providing sleeves for crossing of pipes, hangers for supports etc. No
claim for extra would be entertained on this account.

7. DISCREPANCIES IN THE DRAWINGS

If there is any discrepancy due to in-complete description, ambiguity or omission in the


drawings and other documents relating to this Contract found by the Contractor either
before starting the work or during execution or after completion, the same shall be
immediately brought to the attention of the Architect/Consultant and his decision would
be final and binding on the Contractor.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 177 of 287


Irrigation & Water Resources Department

8. MATERIALS

All materials to be supplied by the Contractor shall be new, best of their kind and shall
confirm to the latest Indian standards. All packed items shall arrive at site in original
packing only. Any items found defective or damaged shall be replaced by the Contractor
at his own expenses.

9. INSTRUMENTS FOR MEASUREMENT AND TESTING

The Contractor shall provide, free of cost, all equipment, instruments, labour and all
other allied assistance required by the Architect/Consultant or their representatives for
measurement and testing of the works.

10. UP-KEEP OF THE SITE

It shall be the responsibility of the Contractor to clear away, from time to time all debris
and excess material generated by the activities of his workers.

11. PROTECTION

All work shall be adequately protected, to the satisfaction of the Architect, so that the
whole work is free from the damage throughout the period of construction up to the time
of handing over.

Before handing over the work, the Contractor shall clean all elements of the complete
installation, remove plasters, stickers, rust stains and all other foreign matter and leave
every part in acceptable condition and ready for use to the satisfaction of the
Architect/Consultant.

12. SAFETY CODES AND LABOUR REGULATIONS

(i) In respect of all labour employed directly or indirectly on the work for the
performance of the fire fighting contractor's part of work, the contractor at his
own expense, will arrange for the safety provisions as per the statutory
provisions, B.I.S recommendations, BOCOW (building & other construction
workers) act, workman's compensation act, Haryana PWD code and instructions
issued from time to time. Failure to provide such safety requirements would
make the tenderer liable for penalty for Rs. 20000/- for each violation. In
addition the Engineer-in-charge, shall be at liberty to make arrangements and
provide facilities as aforesaid and recover the cost incurred thereon from the
contractor.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 178 of 287


Irrigation & Water Resources Department

(i)
(ii) The contractor shall provide necessary barriers, warning signals and other
safety measures while laying pipelines, cables etc. or wherever necessary so as
to avoid accident. He shall also indemnify client against claims for
compensation arising out of negligence in this respect. Contractor shall be
liable, in accordance with the Indian Law and Regulations for any accident
occurring due to any cause. The client shall not be responsible for any accident
occurred or damage incurred or claims arising there from during the execution
of work. The contractor shall also provide all insurance including third party
insurance as may be necessary to cover the risk. No extra payment would be
made to the contractor due to the above provisions thereof.
13. WORKS TO BE ARRANGED BY THE CLIENT

Unless otherwise specified in the tender documents, the following works shall be
arranged by the Client:

(i) Space for accommodating all the equipments and components involved in the
work

(ii) One point metered Power supply and Water supply.

14. WORK TO BE DONE BY THE CONTRACTOR

Unless otherwise mentioned in the tender documents, the following works shall be done
by the contractor and therefore, their cost shall be deemed to be included in their
tendered cost- whether specifically indicated in the schedule of work or not :-

(i) Foundations for equipments including foundation bolts and vibration


isolation spring/pads,
(ii) Suspenders, brackets and floor/ wall supports for suspending/supporting
pipes.
(iii) Suspenders and/or cable trays for laying the cables.
(iv) Excavation and refilling of trenches in soil wherever the pipes are to be
laid directly in ground, including necessary base treatment and supports.
(v) Sealing of all floor slab/wall openings to be provided by the Client for
pipes and cables, from fire safety point of view, after laying of the same.
(Client’s scope).
(vi) Painting of all exposed metal surfaces of equipments and
components with appropriate colour.
(vii) Making openings in the walls/ floors/ slabs or modification in the existing
openings wherever provided for carrying pipe line, cables etc.
(viii) All electrical works including cable/wires, earthing etc. beyond power
supply made available by the contractor.
(ix) Making good all damages caused to the structure during installation, and
restoring same to their original finish.
(x) Approval from local fire authorities as may be required as per local bye-
laws. (The contractor's responsibility shall be limited to the work executed
by him.)

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 179 of 287


Irrigation & Water Resources Department

15. COMPLETENESS OF THE TENDER, SUBMISSION OF PROGRAMME,


APPROVAL OF DRAWINGS AND COMMENCEMENT OF WORK

Completeness of the tender :-

All sundry equipments, fittings, assemblies, accessories, hardware items, foundation


bolts, supports, termination lugs for electrical connections, cable glands, junction boxes
and all other items which are useful and necessary for proper assembly and efficient
working of the various equipments and components of the work shall be deemed to have
been included in the tender, irrespective of the fact whether such items are specifically
mentioned in the tender or not.
Submission of programme :-

Within fifteen days from the date of receipt of the letter of award, the successful
tenderer shall submit his programme for submission of drawings, supply of equipment,
installation, testing, commissioning and handing over of the installation to the Engineer-
in-Charge. This programme shall be framed keeping in view the building progress and
the priority fixed by Engineer in-charge. Items like piping etc. that directly affect the
building progress shall be given priority. Hose pipes, branch pipes, first aid hose reel
pipes shall be supplied just before commissioning the system.

Submission of Shop Drawings:-

The contractor shall submit the drawings to the Engineer-in-Charge as per para of
“drawings for approval on award of work” for approval before start of work.

Commencement of Work:-

The contractor shall commence work as soon as the drawings submitted by him are
approved either in full or in part as the case may be.

16 CO-ORDINATION WITH OTHER AGENCIES

The contractor shall co-ordinate with all other agencies involved at the site of work so
that the work of other agencies is not hampered due to delay in his work. Piping, cabling
or any other work, which directly affect the progress of work of other agencies, shall be
given priority.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 180 of 287


Irrigation & Water Resources Department

18 CARE OF THE BUILDING

Care shall be taken by the contractor during execution of the work to avoid damage to
the building. He shall be responsible for repairing all such damages and restoring the
same to the original finish at his cost. He shall also remove all unwanted and waste
materials arising out of the installation from the site of work from time to time.

19 COLOUR SCHEME FOR THE EQUIPMENT AND COMPONENTS.

The entire metal work related to fire fighting above ground level shall be painted with
red colour shade No. 536 of IS: 5.

20 INSPECTION AND TESTING


Initial Inspection andtesting
(i) Initial inspection of materials and equipments at manufacturer's works shall
be done by the Engineer-in-Charge or his representative. For item/
equipment requiring initial inspection at manufacturer's works, the
contractor will intimate the date of testing of equipments at the
manufacturer's works before dispatch. The contractor shall give sufficient
advance notice regarding the dates proposed for such tests to the client's
representative(s) to facilitate his presence during testing. The Engineer-in-
charge at his discretion may witness such testing. Material / Equipments will
be inspected at the manufacturer/ authorized dealer's premises, before
dispatch to the site by the contractor.

(ii) The client also reserves the right to inspect the fabrication job at factory and
the successful tenderer has, to make arrangements for the same.

(iii) The materials duly inspected by Engineer-in-Charge or his authorized


representative shall be dispatched to site by the contractor.

(iv) No additional payment shall be made to the contractor for initial


inspection/testing at the manufacturer's works by the representative of the
Engineer-in-Charge. However, the client will bear the expenses of its
representative deputed for carrying out initial inspection/testing.

Final Inspection and testing:


Final Inspection and testing will be done by the Engineer-in-Charge or his
representative.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 181 of 287


Irrigation & Water Resources Department

The necessary test certificates shall be submitted before dispatch of material.

The installation will be offered for inspection by local bodies (Chief Fire Officer). The
contractor or his representative shall attend such inspection of the Chief Fire Officer,
extend all test facilities as are considered necessary, rectify and comply with all
observations of the Chief Fire Officer which are part of the agreement and arrange for
obtaining necessary clearance certificate in favour of the client. In case the contractor
fails to attend the inspection and make desired facilities available during inspection, the
client reserves the right to provide the same at the risk and cost of the contractor and
impose penalty for the same. The installation will be accepted by the client only after
receiving clearance from Chief Fire Officer for the work executed by the contractor
under the agreement.

21 SAFETY MEASURES

All equipments shall incorporate suitable safety provisions to ensure safety of the
operating personnel at all times. The initial and final inspection reports shall bring out
explicitly the safety provisions incorporated in each equipment.

22 TENDER DRAWINGS, DRAWINGS FOR APPROVAL AND AS BUILT DRAWINGS

Tender Drawings
The drawings appended with the tender documents are intended to show the areas for
various equipments, tentative pipe routes. The equipments offered shall be suitable for
installation in the spaces shown in these drawings.

Drawings for approval on award of the work / shop drawings


The contractor shall prepare and submit following drawings and get them approved from
the Engineer-in-charge before the start of the work. The approval of drawings however
does not absolve the contractor of his responsibility to supply the equipments/materials
as per agreement. In case of any contradiction between the approved drawings and
agreement the decision of the Engineer –in-Charge shall be final and binding on the
contractor.

(a) Lay out drawings of the equipments to be installed in pump room and
terrace.
(b) Drawings showing the detail of erection of entire equipments including their
foundations.
(c) Fire drawings showings the layout of entire piping, dia. and length of pipes,
hydrant, air vessel, valves and isometric drawings showing connections to
various equipment.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 182 of 287


Irrigation & Water Resources Department

(a)
(b) Sprinkler drawing indicating layout and sizes of pipe, location of valves,
sprinklers etc.
(c) Electrical wiring diagrams for all electrical equipments and controls
including the sizes and capacities of the various cables and equipments.
(d) Dimensioned drawings of all electrical and control panels,
(e) Drawings showing details of supports for pipes, cable trays etc.
(f) Any other drawings relevant to the work.

As built Drawings

Three sets of the following laminated drawings shall be submitted by the contractor
while handing over the installation to the Client. Out of this one of the sets shall be
laminated on a hard base for display in the fire control room. In addition one set soft
copy will be given on compact disc.

(a) Installation drawings giving complete details of all the equipments, including their
foundations.

(b) Fire drawings giving sizes and lengths of all the pipes and the sizes and locations
of all types of valves, and including isometric drawings for the entire piping
including the pipe connections to the various equipments.

(c) Line diagram and layout of all electrical control panels giving switchgear ratings
and their arrangement, cable feeder sizes and their layout.

(d) Control wiring drawings with all control components and sequence of operations
to explain the operation of control circuits.

(e) Schematic diagrams.

DOCUMENTS TO BE FURNISHED ON COMPLETION OF INSTALLATION

There sets of the following documents shall be furnished to the client by the contractor
on completion of work :-

(a) As built drawings as mentioned above

(b) 3 sets of manufacturer's technical catalogues of all equipments and


accessories.

(c) Operation and maintenance manual of all major equipments, detailing all
adjustments, operation and maintenance procedure.

(d) Approval of drawing/scheme by District fire officer.

(e) The contractor/ Agency should arrange approval of fire scheme and fire
NOC Certificate from fire authority.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 183 of 287


Irrigation & Water Resources Department

(e) The contractor/ Agency should arrange approval of fire scheme and fire
NOC Certificate from fire authority.
(f) The contractor shall submit the ISI certificate of all the firefighting
equipments. Test certificates of Manufacturing company, ISI and explosive
certificate with Serial number of Carbon dioxide type fire extinguishers to
the department.

INSTRUCTION MANUAL / TRAINING

The contractor shall furnish in 3 copies details instruction and operation manual to the
consultant/engineer-in-charge. The contractor shall guide owner’s / client’s staff for
operation and maintenance of the entire installation for at least fifteen days.

The manual shall contain detailed technical data and drawings for each equipment
installed, the erection, testing, operation and maintenance procedures, spare parts
manual and recommended spares for 3 years period of maintenance of each equipment.

TECHNICAL SPECIFICATION

FIRE PUMPS

1. SCOPE

This covers the general requirements of water pumps for main fire pump and jockey
pump.

2. TYPE

The pumps shall be centrifugal type direct driven with a 3 phase, 415 V ± 10%, 50 Hz.,
A.C. motor. The standby fire pump shall be driven by diesel engine. The pumps may be
either of horizontal split casing (HSC) type with operating speed 1500 / 2900 rpm, or
end suction type / solid casing or multi stage with operating speed not exceeding 3000
rpm as specified in the BOQ.

3. RATING

The main fire pumps shall be suitable for continuous operation in the system. The
jockey pumps shall be suitable for intermittent operation to built up pressure in the
system on account of leakage. The head and discharge requirements shall be as specified
in the tender documents. The head shall be suitable for the system and shall take into
consideration the pressure drops across the various components in the water circuit as
well as the frictional losses.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 184 of 287


Irrigation & Water Resources Department

Pump shall be capable of discharging not less than 150 percent of the rated discharge at a head of
not less than 65 percent with the rated head. The shut off head shall not exceed 120 percent of the
rated head.

4. MATERIAL AND CONSTRUCTION

(i) The centrifugal pumps shall conform to IS 1520.

(ii) The pump casing shall be of heavy section close grained cast iron and designed to
withstand 1.5 time the working pressure. The casing shall be provided with shaft
seal arrangement as well as flanges for suction and delivery pipe connections as
required.

(iii) The impeller shall be of bronze. This shall be shrouded type with machined
collars. Wear rings, where fitted to the impeller, shall be of the same material as
the impeller. The impeller surface shall be smooth finished for minimum frictional
loss. The impeller shall be secured to the shaft by a key.
(iv) The shaft shall be of stainless steel and shall be accurately machined. The shaft
shall be balanced to avoid vibrations at any speed within the operating range of the
pump.

(v) The shaft sleeve shall be of bronze or gunmetal.

(vi) The bearings shall be ball or roller type suitable for the duty involved. These shall
be grease lubricated and shall be provided with grease nipples/cups. The bearings
shall be effectively sealed against leakage of lubricant or entry of dust or water.

(vii) The shaft seal shall be mechanical type, so as to allow minimum leakage. A drip
well shall be provided beneath the seal.

(viii) The pumps shall be directly coupled to the motor/diesel engine shaft through a
flexible coupling protected by a coupling guard.

(ix) The pump and motor / diesel engine shall be mounted on a common base plate
fabricated from mild steel section. The base plate shall have rigid, flat and true
surfaces to receive the pump and motor/diesel engine mounting feet. The pump
will be perfectly aligned with the motor/engine so as to avoid any vibration during
operation.

5. ACCESSORIES

Each pump shall be provided with the following accessories: -

(a) Butterfly valves on suction and discharge (If positive suction is not provided
butterfly valve at suction is not to be provided)

(b) Reducers, as may be required to match the sizes of the connected pipe work.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 185 of 287


Irrigation & Water Resources Department

(c) Non-return valve at the discharge.

(d) Pressure gauge at discharge side between pump and the non-return valve.

6. INSTALLATION

(i) The pump and motor assembly shall be mounted and arranged for ease of
maintenance and to prevent transmission of vibration and noise to the building
structure or to the pipe work.

(ii) The pump and motor assembly shall be installed on suitable RCC foundation. The
length and width of the foundation shall be such that 100 mm. space is left all
around the base frame. The height of foundation shall be so decided that the total
weight of foundation block is 1.5 times the operating weigh of the pump assembly.
The foundation shall be isolated from the floor by vibration isolating pads. Angle
iron frame of size 35 mm x 35 mm x 3 mm shall be provided on the top edges of
the foundation.

(iii) More than one pump and motor assembly shall not be installed on a single base or
cement concrete block.

(iv) the suction/discharge pipe shall be independently supported and their weight shall
not be transferred to the pump. It should be possible to disconnect any pump for
repairs without disturbing the connecting pipe line.

(v) The suitable clearance have to be provided around the fire pumps as per drawings.

(vi) Sufficient space is to be left in front for the radiator of diesel engine for free
discharge of hot air. Arrangement for discharge hot air to outside the pump house
shall be provided so that hot air does not stagnate in the pump house.

7. OPERATING CONDITIONS

Fire pumps shall operate on drop of pressure in the mains header as given below. The
pump operating sequence shall be arranged in such a manner to start the pump
automatically but should be capable of being stopped manually by stop push buttons
only.

Operating conditions for fire hydrant and sprinkler pumps

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 186 of 287


Irrigation & Water Resources Department

Operating Pressure “a” Kg Cut in Cut out


/Sqcm
a. Jockey pump (Sprinkler system) “a” – 1.0 Kg/Sqcm “a” Kg/Sqcm
b. Jockey pump (Hydrant system) “a” – 1.5 Kg/Sqcm “a” Kg/Sqcm
c. Sprinkler pump - duty (Electric) “a” – 2.0 Kg/Sqcm Manual
d. Hydrant pump - duty (Electric) “a” – 2.5 Kg/Sqcm Manual
e. Hydrant / Sprinkler - Standby “a” – 3.0 Kg/Sqcm Manual
(Diesel)
Notes On Starting System

· Jockey pumps shall start and stop through pressure switch automatically.

· Jockey pump shall stop when the main pump starts.

· Main Fire pump shall start automatically on fall of pressure but stopping shall be
manual.

· Diesel Fire pump shall start automatically on further fall of pressure but stopping shall
be manual.
The 'Cut in' and 'Cut out' pressures shall be reconfirmed at detailed design stage.

DIESEL ENGINE FOR FIRE PUMP (IF PROVIDED)

1. SCOPE

This covers the details of requirements of a diesel engine for main fire pump to act as
standby.

2. GENERAL

The diesel engine shall be suitable for automatic operation complete with necessary
automatic starting gear, battery system and shall be complete with all accessories. Both
engine and pump shall be assembled on a common bed place, fabricated from mild steel
channel.

3. DRIVE

The pump shall be only direct driven by means of a flexible coupling. Coupling guard
shall be provided. The speed shall be 1500 to 2300 RPM.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 187 of 287


Irrigation & Water Resources Department

4. DIESEL ENGINE

a) Environment conditions- The engine shall be suitable to operate under


theconditions of environment at site

b) Engine Rating- The engine shall be multi cylinder/vertical 4 stroke cycle,


watercooled, developing suitable HP at the operating speed specified to drive
the fire pump. Continuous capacity available for the load shall be exclusive of
the power requirement of auxiliaries of the diesel engine, and after correction
for altitude, ambient temperature and humidity for specified environment
conditions. The engine rating shall be suitable to drive the pump at 150 percent
of its rated discharge with at least 65 percent of rated head. The engine shall
have 10% overload capacity for one hour in any period of 12 hours continuous
run.
The engine shall be suitable for cold starting for which suitable heaters shall be provided
in lubricating oil.
The engine shall develop full load within 15 seconds from the receipt of signal to start.
The diesel engine shall conform to BS 649/IS 1601/IS 10002, amended upto date.

c) Engine Accessories- The engine shall be complete with following accessories.

(i) Fly wheel dynamically balanced.

(ii) Direct coupling for pump and coupling guard.

(iii) Radiator with hoses, fan, water pump, drive arrangement and guard.

(iv) Air cleaner dry type.

(v) Fuel service tank with necessary pipe work.

(vi) Pump for lubricating oil and Lub.oil filter.

(vii) Elect. starting battery 12 V /24 V with 2 Nos. battery.

(viii) Exhaust silencer with necessary pipe work.

(ix) Speed Governor.

(x) Instrument panel housing all the gauges, including Tachometer,


hour meter and starting switch with key (for manual starting).

(xi) Necessary safety controls.

d) Cooling System- The engine shall be radiator water cooled. The radiator assembly
shall be mounted on the engine. The radiator fan shall be driven by the engine as its
auxiliary with multiple fan belts. When half the belts are broken, the remaining belts
shall be capable of driving the fan. Cooling water shall be circulated by means of an
auxiliary pump of suitable capacity driven by the engine in a closed circuit.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 188 of 287


Irrigation & Water Resources Department

e) Fuel System- The fuel, system shall be gravity fed from the fuel tank to the
enginedriven fuel pump. The engine fuel tank shall be mounted either adjacent to
the engine are suitably wall mounted on brackets. The fuel filter shall be suitably
located to permit easy servicing.

All fuel piping to the engine shall be with M.S. 'C' class pipe with flexible hose
connections where required. Plastic tubing shall not be permitted.

The fuel tank shall be of welded steel construction (2 mm. thick) and of capacity
sufficient to allow the engine to run on full load for at least 2 hours. The tank shall be
complete with necessary floor mounted supports, level indicator (protected against -
mechanical injury) inlet, outlet, overflow connections and drain plug and piping to the
engine fuel tank. The outlet should be so located as to avoid entry of any sediments in to
the fuel line to the engine.

f) Lubricating Oil System- Forced feed Lubricating Oil system shall be employed
forpositive lubrication. Necessary Lub. oil filters shall be provided, located suitably
for convenient servicing.

g) Starting System- The starting system shall comprise necessary batteries 12 Volts
/24 Volts, starter motor of adequate capacity and axle type gear to match with the
toothed ring on the fly wheel. Suitable protection to protect starting motor from
excessively long cranking runs shall be suitably integrated with engine protection
system.

The capacity of the battery shall be suitable for meeting the needs of the starting system.

The battery capacity shall be adequate for 10 consecutive starts without recharging with
cold engine under full compression.

Three attempt starting facility shall be provided. If the engine fails to start after third
attempt, the engine shall be locked out and suitable audio-visual alarm shall be giver to
indicate engine failure.

The scope shall cover all cabling, terminals, initial charging etc

h) Exhaust System- The exhaust system shall be complete with residential


silencersuitable for outdoor installation and silencer piping shall be extended up to 1 m
above the nearest boundary wall, outside pump house duly insulated with 50 mm. thick
glass wool and 1.0 mm. thick aluminum sheet cladding.

i) Engine shut down mechanism- This shall be manually operated and shall
returnautomatically to the starting position after use.

j) Governing System- The engine shall be provided with an adjustable governor


tocontrol the engine speed within 5% of its rated speed under all conditions of load upto
full load. The governor shall be set to maintain rated pump speed at maximum pump
load.

k) Engine instrumentation - Engine instrumentation shall include the following:-

(i) Lub. oil pressure gauge.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 189 of 287


Irrigation & Water Resources Department
(ii) Lub. oil temperature gauge.

(iii) Water temperature gauge.

(iv) Tachometer.

(v) Hour meter.

The instrumentation panel shall be suitably mounted on the engine.

l) Engine protection devices - Following engine protection and automatic shut


downfacilities shall be provided:

(i) Low lub. oil pressure.

(ii) High cooling water temperature.

(iii) High lub. oil temperature.

(iv) Over speed shut down.

m) Pipe work- All pipe lines with fittings and accessories required shall be provided
forfuel oil, lub.oil and exhaust systems.

n) Anti vibration mounting- Suitable vibration mounting duly approved by engineer-in-


charge shall be employed for mounting the unit so as to minimize transmission of
vibration to the structure.

o) Battery Charger- Necessary float and boost charger shall be incorporated in


thecontrol section of power and control panel, to keep the battery under trim condition.
Voltmeter to indicate the state of charge of the batteries shall be provided.

p) The engine installation shall be approved by the representative of engine manufacturer


(who shall carry out after sales service under AMC).

PIPE WORK

1. SCOPE

This covers the requirements of pipe work in fire fighting installations. The work will be executed
as per Haryana PWD B&R Specifications as per latest amendment. In case of any discrepancy the
Bureau of Indian Standards shall be followed and then CPWD specifications shall be followed.
These will be in order of preference as mentioned below:
i) Haryana PWD (B&R) Specifications.
ii) Bureau of Indian Standards.
iii) CPWD Specifications.
In case, any item is not covered by all three above, then the decision of Engineer-in-Charge shall
be final.

2. PLUMBING DESIGN

Pipe sizes shown in tender documents are purely for contractor's guidance. The contractor shall be
responsible for selection of sizes as per detailed engineering to be done by him. Plumbing design

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 190 of 287


Irrigation & Water Resources Department
to be done by the contractor shall incorporate the following:-

(i) (a) Butterfly valves shall be provided at suction and delivery sides of pumps. (If
positive suction is not provided valve at suction is not to be provided).

(b) External hydrant

(c) Fire service connection/inlet.

(d) Test valve.

(e) Drain connections.

(ii) For testing the system healthiness and automatic operation on daily basis, one test
pipe with butterfly valve shall be provided in common discharge header. For
avoiding wastage of water, this pipe shall discharge water in the tank.

(iii) Non return valve shall be provided at the delivery of each pump and fire service
inlet. This shall be of swing type.

(iv) Air Cushion Tank and Air release valves with ball valve shall be provided in the
piping system for venting trapped air.

(v) Fire drawings showing the sizes of pipe, valves, layout and other details shall be
prepared and shall be got approved from the Engineer-in-Charge before the execution
of the plumbing work.

4. PIPE MATERIALS

(i) Pipes shall be of the following materials.

(a) Mild steel heavy class (C-class) conforming to IS: 1239 for sizes upto 150 mm.
For sprinkler drain pipe the pipe class will be G. I. medium duty (B-class)

(b) Welded black steel pipe,conforming to IS: 3589, for sizes greater than 150 mm.
These pipes shall be factory rolled and fabricated from minimum 6mm thick
M.S. Sheet for pipes upto 250 mm dia

(ii) Cadmium plated steel nuts/bolts/washers shall be used.

5. PIPE JOINTS

i) For 50 mm dia and above pipe size, Electric welding joints with V groove shall be
provided in the M.S.pipe work. For up to 40 mm dia, threaded joints by Teflon tape shall
be provided in the M.S. pipe work. Flanged joints to be provided for connections to
valves, pumps, vessels etc. and also on straight lengths at suitable points to facilitate
erection and subsequent maintenance.

ii) M.S.pipe laid at such locations shall be provided anti-corrosive treatment.

iii) Mild steel flanges shall be in accordance with Table - 17 of IS : 6392 i.e. "Plate Flanges
for Welding" and flange thickness shall be as under. Gasket thickness shall not be less
than 3 mm.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 191 of 287


Irrigation & Water Resources Department
Pipe dia Flange Thickness No. of holes
200 mm. 24 mm. 12
150 mm and 125 mm. 22 mm. 8
100 mm and 80 mm. 20 mm. 8
65 mm. 18 mm. 4
40 mm and below. 16 mm. 4

All hardware items such as Nuts, Bolts, Washers shall be of appropriate size.
Washers shall be used on both sides of the bolt.

6. SLUICE AND BUTTERFLY VALVES

Sluice valve conforming to IS:14846 or butterfly valve conforming to IS: 13095 shall be
provided. All valves shall be suitable to with-stand the pressure in the system and rating shall
be as per BOQ; All valves shall be right handed (i.e. handle or key shall be rotated clock wise
to close the valve), the direction of opening and closing shall be marked and an open/shunt
indicator fitted.

(i) The material of valves shall beas under : Body - Cast iron / caststeel

Disc - Stainless Steel


Seat - EPDM

(ii) Non return valves shall be swing check type in horizontal run and lift check type in
vertical run of pipe or dual plate type as per BOQ.

7. STRAINERS

Stainless steel strainers shall have 1.6 mm thick screen with 3 mm perforations.

8. ORIFICE PLATE

Orifice plate shall be made of 6 mm. thick stainless steel and shall have an identification
tag projecting beyond any flange between which it is clamped. The orifice shall be plain
central hole without burs and diameter not less than one-half of the internal diameter of
the pipe to which it is fitted.

9. INSTRUMENTS

(i) Pressure gauge of appropriate range and 150 mm. dia size shall be provided.

(ii) The pressure gauge shall be duly calibrated before installation and shall
complete with shut off valve.

9A. AIR CUSHION TANK

Air cushion shall be provided on top of each riser, and shall be fabricated out of 8 mm
thick M. S. Sheet. The ends shall be dished. This shall be of 250 mm. dia, 1.2 m. high
and installed vertically on suitable legs. The legs shall be provided with M. S. Plate of
size 75mm x 75 mm x 5 mm at the bottom so that the legs do not puncture the roof. The
legs shall be grouted in CC foundation. Flange connection shall be provided for
connection with pipe. Air release valve and pressure gauge with shut off valve shall be
provided. The air cushion tank shall be tested at 25 kg/cm2 pressure before installation.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 192 of 287


Irrigation & Water Resources Department
10. PRESSURE VESSEL TANK

Pressure vessel shall be provided inside fire pump house connected to main header of
fire pumps and shall be fabricated out of 10 mm thick M. S. Sheet. The ends shall be
dished. This shall be of 450 mm. dia, 2 m. high and installed vertically on suitable legs.
The legs shall be provided with M. S. Plate of size 75 mm x 75 mm x 5 mm at the
bottom. The legs shall be grouted in CC foundation. Flange connection shall be
provided for connection with header pipe. Air release valve and pressure gauge with
shut off valve shall be provided.

The pressure vessel tank shall be tested at 25 kg/cm2 pressure before installation.
Suitable pressure switches shall be installed for automatic operation of fire pumps.

11. INSTALLATION

(i) The installation work shall be carried out in accordance with the detailed drawings
prepared by the contractor and approved by the Engineer-in-charge.

(ii) In pipe above ground level, expansion loops or joints shall be provided to take care
of expansion or contraction of pipes due to temperature changes.

(iii) Tee-off connections shall be through equal or reducing tees, otherwise ferrules
welded to the main pipe shall be used. Drilling and tapping of the walls of the main
pipe shall not be resorted to.

(iv) Open ends of piping shall be blocked as soon as the pipe is installed to avoid
entrance of foreign matter.

(v) Piping installation shall be supported on or suspended from structure adequately.


The contractor shall provide, clamps, hangers etc. in accordance with Para under
pipe support

Proper lines and levels shall be maintained while installing exposed pipes.

(vi) The Spacing of fire pipe supports for sprinkler / clevis hanger shall not be more
than that specified below: -

Nominal Pipes Spacing between supports Hanger rod diameter (mm)


Diameter (meter) (meter)
Up to 25
32 to 50
65 to 80
100
150
200 & above

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 193 of 287


Irrigation & Water Resources Department
supports shall be provided at the bends and at heavy fittings like valves to avoid undue stress on
the pipes.

(vii) Anti vibration pads, springs or liners of resilient and non-deteriorating material
shall be provided at each support, so as to prevent transmission of vibration through
the supports.

(viii) Pipe sleeves of diameter larger than the pipe by least 50 mm shall be provided
wherever pipes pass through walls and the annular spaces shall be filled with felt
and finished with retaining rings.

(ix) (a)Vertical risers shall be parallel to walls and column lines and shall be straight
and in plumb. Risers passing from floor to floor shall be supported at each floor by
MS angle with clamp as per specification of pipe support

(b) The space in the floor cut outs around the pipes work shall be closed
using cement concrete (1:2:4 mix) or steel sheet, from the fire safety
considerations, taking care to see that a small annular space is left
around the pipes to prevent transmission of vibration to the structure.
(c) Riser shall have suitable supports at the lowest point.

(x) Where mild steel pipes are to be buried under ground the same shall be treated in
accordance with Para under anti corrosive treatment before laying. The top of the
pipes shall be not less than 100 cms. below the ground level. Where this is not
practicable, permission of the Engineer-in-charge shall be obtained for burying the
pipes at lesser depth. Masonary or C.C. blocks shall be provided for supporting the
pipes at interval in accordance with Para (vi) above. After the pipes have been laid,
the trench shall be refilled with the excavated soil in layers of 20 cm. and rammed
and any extra soil shall be removed from the site of work by the contractor.

(xi) Underground pipe shall be laid at least 2 m. away from the face of the building
preferably along the roads and foot paths. As far as possible laying of pipes under
road, pavement and large open spaces shall be avoided. Pipes shall not be laid under
building and where unavoidable, these shall be laid in masonry trenches with
removable covers.

(xii) To facilitate detection of leak and isolation of defective portion of pipe, valves
shall be provided in under ground pipe at suitable locations. As far as possible such
valves shall be provided over ground. If the valves are to be provided below ground,
suitable masonry chamber with cover plate shall be provided. Locations where
vehicles can pass shall be avoided for provision of valve below ground.

(xiii) Pipe over ground shall be painted in red colour shade No 536 of IS : 5 Suitable
identification shall be provided to indicate the run of under ground pipe where the
route of underground pipe cannot be ascertained from the location of yard
hydrant/isolating valves.

(xiv) It shall be made sure that proper noiseless circulation is achieved in the system. If
proper circulation is not achieved due to air-bound connections, the contractor shall
rectify the defective connections. He shall bear all the expenses for carry out the
above rectification, including the tearing up and refinishing of floors, walls etc. as
required.

(xv) Thrust blocks shall be installed for underground pipe line wherever there is a

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 194 of 287


Irrigation & Water Resources Department
change in the direction / size of the pipe line or the pressure line diagram, or when
the pipe line ends at a dead end and at locations determined by the Engineer-in-
Charge. If necessary, thrust blocks may be constructed at valves also. Thrust blocks
(1:2:4 cement concrete) shall be constructed taking into account the pipe size, water
pressure, type of fitting, gravity component shell when laid on slopes and the type of
soil.

12. PRESSURE TESTING

(a) All piping shall be tested to hydrostatic test pressure of at least the 1.5 times of
operating pressure, but not less than 15 kg./sq.cm. for a period not less than 24
hours. All leaks and defects in joints revealed during the testing shall be rectified to
the satisfaction of the Engineer-in-Charge.

(b) Piping repaired subsequent to the above pressure test shall be re-tested in the same
manner.

(c) System may be tested in sections and such sections shall be securely capped.

(d) pressure gauges may be capped off during pressure testing of the installation.

16.1 ANTI-CORROSIVE PROTECTION ON UNDER GROUND PIPE

Corrosion protection tape shall be wrapped on M. S. Pipes to be buried in ground. This


corrosion protection tape shall comprise of coal tar/asphalt component supported on
fabric of organic or inorganic fiber and minimum 4 mm. thick and conform to
requirement of IS : 10221-Code of practice for coating and wrapping of underground
mild steel pipe line. Before application of corrosion protection tape all foreign matter on
pipe shall be removed with the help of wire brush and suitable primer shall be applied
over the pipe thereafter. The primer shall be allowed to dry until the solvent evaporates
and the surface becomes tacky. Both primer and tape shall be furnished by the same
manufacturer. Corrosion protection tape shall then be wound around the pipe in spiral
fashion and bounded completely to the pipe. There shall be no air pocket or bubble
beneath the tape. The overlaps shall be 15 mm. and 250 mm. shall be left uncoated on
either end of pipe to permit installation and welding. This area shall be coated in situ
after the pipe line is installed. The tapes shall be wrapped in accordance with the
manufacturer's recommendations. If application is done in cold weather, the surface of
the pipe shall be pre- heated until it is warm to touch and traces of moisture are removed
and then primer shall be applied and allowed to dry.

PIPE SUPPORTS

For installing pipes vertically or horizontally inside the building standard pipe supports
of reputed make shall be used. Following supports shall be used.

(i) Split pipe support clamps with rubber lining for vertical, horizontal and roof
hanging.

(ii) Clevis Hangers for horizontal supports to adjust varying heights.

(iii) Sprinkler Hangers for horizontal supports for pipes from 15 mm dia to 150
mm dia.

Fasteners and fully threaded rods shall be used for installing the pipe supports. The sizes

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 195 of 287


Irrigation & Water Resources Department
of pipe supports and installation shall be in accordance with manufacturers
recommendations.

For pipes of size 100 mm and above, with the prior approval of Engineer-in-Charge,
50x50x6 mm MS angle iron with ‘U’ cIamp with dash fastener may be used for
supporting horizontal pipe from ceiling.

14. MEASUREMENT

Measurements of plumbing work shall be on following basis:-

(a) Piping shall be measured along the centre line of installed pipes including all
pipe fittings and accessories but excluding valves and other items for which
quantities are specifically indicated in the schedule of work. No separate
payment shall be made for fittings and accessories.
(b) The rates for piping work shall include all wastage allowances, flanges pipe
supports, hangers, excavation, refilling, testing, nuts and check nuts, vibration
isolators, suspension where specified or required, and any other item required to
complete the piping installation. None of these items will be separately measured
and paid.

FIRE FIGHTING ACCESSORIES

1. SCOPE

This chapter covers landing valves, first aid hose reels, hose pipes, branch pipes etc,
which are vital tools for fire fighting.

2. LANDING VALVE

Landing valves are provided in the system for connection of hose pipes for discharging
water for fighting fire by brigade or trained personnel.

a) The landing valves shall be as per I.S.: 5290

b) The landing valves are of single and double head outlet types as per BOQ.

c) Material of construction.

(i) Body outlet and cap etc stainless steel (as per BOQ)
(ii)Spindle stainless steel for stainless steel body
(ii)Hand wheel Mild steel or cast iron.

Installation

i) The landing valve shall be fitted to a T connection of the riser at the landing
in such a way that the valve is in the centre of the internal hydrant opening
and at a height of 1 M. from floor level.

ii) The valve base shall be vertical and the valve facing out side. There should
be no hindrance in operation of the handle.

3. FIRST AID HOSE REEL

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 196 of 287


Irrigation & Water Resources Department
First Aid Hose Reel is meant for delivering small quantity of water in early stage of fire
and can be operated even by untrained personnel, and thus provides a most effective fire
fighting facility. It consists of a length of 20 mm (nominal internal) diameter hose
tubing wraped around a reel with water inlet pipe, stop valve and shut off nozzle. The
entire assembly is mounted on a MS wall bracket and can swing 180 degree. The water
inlet is connected to the riser pipe by means of 40 mm socket and 20 mm dia valve. The
hose tube can be pulled out easily for the purpose of discharge of water on fire.

First aid hose reel shall be as per IS – 884. The coupling, branch pipe and nozzle shall
be as per IS:8090.

d) Material of Construction:-

(i) Hub and sides : Aluminium Alloy/ Mild steel/ Aluminium sheets
(ii) Wall Bracket : Cast iron / Mild steel
(iii) Hose tube (20 mm) : high pressure rubber braided hose pipe as per IS :
444
(iv) Nozzle with branch pipe : SS (as per BOQ)

Normally M S construction is used. Other material may be used in areas having


corrosive atmosphere.

c) The water flow rate shall not be less than 24 lpm and the range of jet shall be
not less than 6 meter.

d) Installation

First aid hose reel are installed in suitable size MS cabinet as per BOQ and shall be
pained red as per colour shade No. 536 of IS:5. The size & location of the cabinet
shall be such that it does not form an obstruction in passage/escape route.

The length of hose tube shall be 30 meter.


There shall be no obstruction in swinging the hose reel and should be installed
above landing valve where provided.
The inlet valve shall be at 900 mm above floor level.
Hose reel bracket should be firmly grouted on the wall with the help of rawl bolts /
fastener.

4. FIRE HOSE DELIVERY COUPLING, BRANCH PIPE AND NOZZLES

These are important accessories used for fire fighting operations.

Material of Construction - Stainless Steel (as per BOQ).

a) Delivery Hose Coupling’s

The delivery hose coupling consist of male half coupling and female half coupling.
Groves are provided on outer side on both coupling for binding hose pipes with wires.
In female coupling spring loaded cam tooth is provided for holding male half coupling
in position. Male half coupling and female half coupling are provided on both sides (i.e.
on one side male and on other side female) of hose pipes. Two or more pipes can be
joined together with the help of these couplings instantaneously, Sizes:- 63 mm nominal.

b) Branch Pipe and Nozzle:-

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 197 of 287


Irrigation & Water Resources Department

Branch pipes with nozzle are mounted at the end of hose pipe. Branch pipe is properly
finished and free from sharp edges. During operation, a fireman has to hold the branch
pipe. One end of branch pipe is fixed with hose coupling and the other end is threaded to
fit the nozzle.
Nozzle is tapered pipe with one end threaded internally which is fixed on branch pipe.
The size of other end i.e. nozzle shall be 15 mm. (nominal internal diameter).

5. FIRE SERVICES INLET AND FIRE SERVICE CONNECTION

a) These are provided for connection of fire service hose pipes for either directly
pressurizing the system with their pumps or filling water in the tank from a
distance. In the first case non return valve with butterfly valve shall be provided
for holding water pressure. Fire service inlet shall be provided with each wet
riser/down comer and the ring main. These are fixed to 150 mm dia. pipe and
located in MS box made of 2 mm thick mild steel with openable glass cover.

b) These shall be as per IS: 904.

Material of Construction - Cast iron body

6. HOSE PIPES

Hose pipes shall be rubber lined woven jacketed and 63 mm in diameter. They shall
conform to Type A (Re-inforced rubber lined) of IS:636. They shall be flexible and
capable of being rolled. Length of hose pipe will be 15 m.
The hose pipe shall be complete with male and female coupling at the ends.
Besides keeping hose pipe with internal and yard hydrant, spare hose pipes along with
branch pipes shall be kept in fire control room/pump room.

AUTOMATIC SPRINKLER SYSTEM

1. SCOPE

This covers the general requirement of selection, design, installation, testing


commissioning and maintenance of automatic sprinkler system for fire fighting
buildings used for other than industrial and storage purpose.

References: For additional information regarding definitions, planning, design,


hydrauliccalculations, tables etc. following documents are to be referred to.

(i) IS: 15105:- Design and Installation of Fixed Automatic Sprinkler, Fire
Extinguisher Systems- Code of Practice.

(ii) IS: 9972:- Specification for Automatic Sprinkler Heads for Fire
Protection Service.

2. GENERAL SPECIFICATION

a) The sprinkler heads are to be fixed into heavy duty (C Class) steel pipes,
conforming to 1S:1239. The size of pipe will vary from 25 mm to 150mm to
suit the hydraulics of the system and in conformity with the guide lines laid
down under IS : 15105-2002. The System shall conform to above code for
the installation of sprinkler systems in general for 'Moderate Hazard'
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 198 of 287


Irrigation & Water Resources Department
category-in respect of design, density and spacing of sprinkler heads for
basement and parking areas. Whereas “Light Hazard” category is to be used
for residential apartment floors. Some important points of the system are
mentioned below.

b) The entire system shall be capable of with standing an test pressure of 15


Kg / Sq.cm. or the 1.5 times of operating pressure whichever is higher. All
pipe fittings shall be malleable cast iron or ductile iron. Pipe of 40mm dia
and less shall have screwed joints.

c) Reduction in pipe sizes shall not be made by use of bushings. All piping
shall be done by means of V groove welding, screwed & flanged jointing as
per codes.

d) Pipe hanger and clamps: Sprinkler system piping attached to structural


members of the building, suitable type of hangers of steel bars or angles
painted with zinc chromate and synthetic enamel paint of approved shade to
protect from corrosive conditions. Due care shall be taken that sprinklers are
not applied with paint at the time of applying paint to piping and fittings.

e) Sprinkler System Test Pipe: A test pipe of 25 mm dia in size with a drain
valve to test alarm device shall be provided.

f) All control, drain, test and alarm valves shall be provided with signs to
identify their purposes, functions, direction of flow the satisfaction of the
Engg-in-charge.

g) Testing: Before connecting sprinkler risers for testing, all piping and
devices under pressure including yard piping and fire hydrant connections
shall be tested hydrostatically for strength and leakage with pressure not less
than 15 Kg/Sq.cm or 1.5 times the working pressure whichever is higher for
24 hour.

3. QUARTZOID BULB AUTOMATIC SPRINKLER

a) Sprinkler heads shall be made of gun metal / quartzoid bulb sufficiently strong, in
compression to withstand any pressure, surge or hammer likely to occur in the
system. The yoke & body shall be made of high quality gun metal with arms
streamlined to ensure minimum interference with the spread of water. The deflector
of suitable design shall be fitted to give even distribution of water over the area
commanded by the sprinkler.

b) The sprinkler heads shall have current certification of underwriter’s laboratory


(UL) and Factory Manual (FM) approved. The certificate of acceptance shall be
obtained from local fire authorities prior to the procurement of sprinkler heads.

c) The bulb shall contain a liquid having a freezing point below any natural climatic
figure and a high coefficient of expansion. The temperature rating of the sprinkler
shall be stamped on the deflector. The colour of the liquid filled in the bulb shall be
according to the temperature rating as per international standard. The sprinkler
heads shall be of type & quality approved by the Chief Fire office of the area.

d) The sprinklers shall have 15 mm nominal size of the orifice for light / ordinary
hazard and the orifice size shall be marked on the body or the deflector of the

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 199 of 287


Irrigation & Water Resources Department
sprinkler.

e) Metal guards for protection of sprinkler against accidental or mechanical damage


shall be provided.

4. OPERATING TEMPERATURE

a) The Operating temperature, at which the quartzoid bulb of the sprinkler head shall
actuate, shall be 68 degree C or as specifically mentioned.

5. FLOW REQUIREMENTS

a) Moderate hazard: The density of water discharge shall be at least 5


lit/min/sqmover an assumed area of operation covering 360 sqm. The flow
requirement for sprinkler system shall be 1800 Ipm at not less than 2 bar pressure at
installation valve.

b) Light hazard : The density of water discharge shall be at least 2.25 lit/min/sqm
overan assumed area of operation covering 84 sqm. The flow requirement for
sprinkler system shall be 225 Ipm at not less than 2.2 bar pressure at installation
valve.

6. PIPE & FITTINGS FOR SPRINKLER SYSTEM

a) Pipes must be of Heavy grade M.S. pipe conforming to IS 1239. The pipes, fittings
and installation shall be hydraulically tested to a pressure of 15 Kg/Sq.cm. or 1.5
times the working pressure whichever is higher.

b) Fittings for M.S. pipes shall be of MS (IS 1239) or malleable iron (IS 1879) or
Ductile Iron. The fitting of 40 mm dia and less shall be screwed only.
c) All bolt holes & flanges shall be drilled. The drilling of each flange shall be in
accordance with the relevant Indian Standard.

d) Flanges shall be faced & shall have jointing of rubber insertions or asbestos
compound.

e) All installation pipe work above ground shall be installed at a slope not less than
1:500 for horizontal run of pipes towards the installation control valve for drainage
purpose.

f) The necessary MS sleeve of suitable dia and length shall be kept in RCC beams,
walls and other structural members during the casting, for the passing of sprinkler
piping.

7. ORIFICE PLATES

a) For restricting pressure at lower levels in the sprinkler system, orifice plates of
appropriate sizes shall be fitted at different floor levels, at the branching points from
Riser Main.

b) The Diameter of such orifice shall not be less than 50% of the dia of pipe into
which it is to be fitted, which shall not be less than 50mm dia. These orifice plates
must be of stainless steel with plain central hole without burrs, and the thickness
shall be 6 mm for pipe size upto 150 mm dia pipes and 9 mm for above 150 mm dia

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 200 of 287


Irrigation & Water Resources Department
pipe size.

8. PIPES FOR DRAINAGE

a) Sprinkler pipes shall be so installed that the system can be thoroughly drained. As
far as possible all pipes shall be arranged to drain to the installation drain valve as
shown in the drawing for ordinary hazard system.

b) In the case of basement & other areas where sprinkler pipe-work is below the
installation drain valve & in other trapped points in the system, auxiliary valves of
the following sizes shall be provided.

i) 20 mm valves for pipes upto 50mm dia.

ii) 25 mm valves for 80mm dia pipe.

iii) 50 mm valves for pipes larger than 80mm dia.

9. PIPE PROTECTION

All pipes & fittings above ground and in exposed locations shall be painted with two
coat of zinc
chromate primer and two or more coats of synthetic enamel of fire red colour paint.

10. SYSTEM DESIGN

The entire piping for sprinkler installation shall be designed to make it a hydraulically
balanced system to fulfill the various requirements of IS: 15105. The guidelines given in the IS:
15105 is minimum prescribed.

11. Components of sprinkler system

Following types of valves of are used in the installations.

i) Stop valve

ii) Test Valve.

iii) Drain Valve.

iv) Flushing Valve.

v) Check Valve.

vi) Installation Valve and Alarm Valve.

vii) Pre action Valves.

viii) Subsidiary Valves.

ix) Alarm Device.

x) Pressure Gauges.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 201 of 287


Irrigation & Water Resources Department
The location of above valves shall be as under.

a) Main Stop Valve:- Only one main stop valve shall be provided immediately after main
alarm valve at a location which is readily accessible.

b) Test Valve: For testing hydraulic alarm or electric alarm by drawing water from down
stream side, test valve shall be connected with down stream of the water flow alarm.

c) Drain Valve:- For drainage of system, drain valve 50 mm. dia shall be provided down
stream of installation valve/stop valve or any subsidiary stop valve.

d) A common valve can perform the functions of test drain. The outlet shall be connected
with a 50mm dia G. I. drain pipe along with riser pipes.

e) Flushing Valve -: If the water used for sprinkler is not portable. Flushing valves shall
be provided at the end of a distribution pipe. The valve size shall be same as
distribution pipe. Valve outlet shall be fitted a brass plug and extended to not more than
3 m. above floor

f) Check Valve:- Check valve shall be provided where more than one water supply is
available and same shall be fitted on each water supply pipe.

g) Subsidiary Stop Valve:- Subsidiary stop valve which shall be of the same dia. as the
pipe line in which they are fitted shall be provided to control water supply to sprinklers
of highly sensitive areas like computer rooms.

h) Installation and alarm Valve:- A sprinkler installation shall be fitted with suitable main
installation valve to control water supply to the installation. The valve set shall
comprise of following:

i) a main stop valve.

ii) an alarm valve.

iii) a water monitor alarm gong.

The main stop valve shall be placed in the vicinity of the main entrance of the protected area at
an easily accessible place. The valve shall be secured open by a pad locked and protected against
damage. A location plate shall be fixed near the valve bearing the following words in raised
letters: SPRINKLER STOP VALVE

Alarm valve shall be fitted on the main supply pipe immediately after the main control valve and
before any connection is taken off to supply any part of the installation.

h) Alarm Device:- Water monitor alarm suitable for sprinkler services shall be provided very
close to the installation and alarm valve. This alarm shall be provided on the out side of an
external wall. Strainer shall be fitted between the motor nozzle and the alarm valve
connection. The water outlet shall be positioned so that any flow of water can be seen. The
alarm device shall provided audibility level of 85 dB above the back ground noise level.

i) Pressure Gauges: - Pressure gauges shall be provided at each of the following points.

j) Immediately down stream of the alarm valve.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 202 of 287


Irrigation & Water Resources Department
k) Immediately up stream of the main stop valve.

Stop cock shall be provided before pressure gauges for removal without interruption of water
supply of the installation. Pressure gauges shall be per IS: 3624.

12. SPRINKLER ANNUNCIATION PANEL AND ALARM

Electrically operated alarm shall be provided for indication of operation of sprinkler an area.
Water flow switches shall be installed in main distribution pipes which shall be wired to sprinkler
annunciation panel. In the event of operation of a sprinkler, the flow switch will operate and give
signal to the annunciation panel to indicate operation of sprinkler in the area. This will initiate an
electrically operated alarm. The system shall be independent of fire alarm system.

Construction Details

a) The Panel shall be fabricated out of not less than 1.6 mm thick CRCA sheet and powder
coated after 9 tank treatment process and shall be totally enclosed damp and vermin proof.
Suitable knockout shall be provided for the entry cables. The panel shall be designed such
that the equipment for power supply to battery charging are housed in independent
compartments. Sealed maintenances free batteries shall also be accommodated inside the
panel.

b) Indicating lamps control switches, buttons and fuses shall be suitably located the front and
properly labeled.

c) The indicating lamps shall be LED type of following colours. The flow switch operation
conditions shall be indicated by twin lamps.
i) Red to indicate flow switch operation.

ii) Amber to indicate fault condition.

iii) Green to indicate healthy condition.

d) The test buttons to test the indication lamps shall be provided.

e) The panel shall be solid state type or microprocessor type as indicated in the tender.

f) The primary function of the panel shall be to respond automatically to the operation of
one or more flow switches to give alarm and to indicate area/areas where the device has
activated. The operation of one or more flow switches shall result' simultaneous alarm
given by the following:-

i) External alarm hooter(s).

ii) A visible indication on panel.

iii) Audible alarm on panel itself (common for all zones.)

g) The panel shall indicate the fault within the system and immediate fault warning shall be
given by an audible and visible signal on the panel in case of open circuit short circuit and
earth fault in cable between flow switch and annunciation panel.

h) The panel shall be complete with mimic diagram for the areas covered by different flow
switches. The layout of mimic diagram shall be got approved from Engineer-in-Charge.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 203 of 287


Irrigation & Water Resources Department

i) Battery backup with trickle cum boost charger shall be provided for operation of the
system. Indication of mains failure and low battery voltage shall be provided. The batteries
shall be sealed maintenance free. The capacity of the battery shall be 12 Volt 2 Nos. 24
AH each. All standard accessories shall be provided.

13. INSTALLATION

The installation shall be carried out as per good practices. Following additional Points are to be
taken care for sprinkler installations.

a) For fixing sprinkler heads, 15 mm. dia. M.S. Socket is to be screwed to range pipes at the
locations as' per drawings. Dead plug shall be fixed in the socket.

b) If sprinkler head is to be provided away from range pipe, M.S. Pipe nipple of suitable size
be used to extend the sprinkler head and socket is welded at desired location.

c) After completion of the entire work, pressure testing of entire pipe work shall be carried
out for 24 hrs. at a pressure of 15 kg/cm2. The drop of pressure up to 0.5 kg/cm2 shall be
accepted.

d) The lines shall be flushed before completion of building work so that any foreign matter
which might have entered the system is taken out. The pressurization pump (Jockey pump)
be operated and valves opened at different locations.

e) During occupation of the building, sprinkler heads shall be provided in place of dead
plugs. Teflon tape shall be used on threaded portion. The sprinkler heads shall be properly
tightened in the socket.

f) When all sprinklers heads are installed, pressure is built up in the system by pressurization
pump slowly and in case no leak is found, desired pressure is developed and maintained.
In case any leak is detected, the same shall be attended before pressurizing the system
further.

APPROVAL BY LOCAL BODIES

It shall be the responsibility of the contractor to obtain the approval of the system from the
Authorities on relevant drawings before actual installation at site and to get the complete
installation inspected and passed by the concerned authorities, as may be necessary as per local
bye laws.

ELECTRICAL WORK

1. SCOPE

This covers the requirements for the electrical works associated with fighting
installations, namely, motors, switch boards, power cabling, control earthing and remote
control-cum-indicating panels.

2. GENERAL

a) Unless otherwise specified in the tender specifications, all equipment and


materials for electrical works shall be suitable for operations on 415 V / 240 V ±
10%(3 phase/single phase), 50 Hz. AC system.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 204 of 287


Irrigation & Water Resources Department

b) All electrical works shall be carried out complying with the Indian Electricity
Rules, 1956 as amended to date.

c) All parts of electrical works shall be carried out as per appropriate General
Specifications for Electrical works published by Haryana PWD all amended up to
date.

d) All materials and components used shall conform to the relevant IS


specifications amended to date.

3. POWER SUPPLY

Following 3 phases, 415 Volts, 50 Hz., supplies shall be made available for fire fighting
installations directly from sub-station.

(i) Normal supply for fire pumps near under ground tank.

(ii) Essential supply for terrace pump

In buildings where power failures are likely to be for long duration, in order to facilitate
operation of Jockey Pump and maintain pressure in the system, essential supply for
Jockey Pump and control for diesel engine shall be made available in the pump house.

a) Power cable of adequate size shall be laid from the sub-station directly to the
switch board of above pumps. Independent supply shall be provided for water
supply pumps if installed in the same pump house. The power supply for fire
fighting is not used for any other purpose.

b) If the fire pump house, is away from the sub-station building, the route of the
cable shall not pass under the building or permanent structure. Cable shall be
laid along the route which is safe from fire.

c) Sufficient spare power shall always be available to drive pumping sets at all
times throughout the year. Suitable capacity ACB/MCCB/Fuse Switches/Switch
Fuses shall be provided in the electrical panel for extending supplies to fire
pumps. Such switches shall be suitably marked with “FIRE SWITCH” and shall
not be switched off without permission/intimation to appropriate authority. In
case any maintenance work is to be carried out on the electrical panel where
from supplies to fire pumps have been extended, alternative arrangement shall
be made to ensure that power supply to fire pumps continue to be available for
operation any time.

4. MOTORS

The motors shall be squirrel cage AC induction type. The motors shall be suitable for
continuous duty and rating necessary to drive the pumps at 150 percent of its rated discharge
with at least 65 percent rated head. The motor shall be totally enclosed fan cooled type
confirming to protection clause IP 21 of IS: 4691. The class of insulation shall be ‘F’ having
IP 55 protection. The synchronous speed shall be 1500/3000 rpm as per requirement of the
pumps. The motor shall conform to IS: 325.

5. MOTOR STARTER

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 205 of 287


Irrigation & Water Resources Department
a) The motor starter shall conform to IS: 1822 “Motor starters of voltage not
exceeding 1000 volts” and shall be air insulted and suitable for 415 V, ± 10% HZ,
3 phase AC supply and shall be integrated in the panel.

b) Starter for the motor shall be direct on line (D.O.L) for motors up to and
including 7.5 H.P. rating and automatic star-delta type for motors of higher rating
unless otherwise specified in the tender specifications.

c) Each starter shall be provided with the following protections :-

i) Thermal overload on all the three phases with adjustable settings.

ii) Independent single phase preventer. (current sensing type)

d) Adequate number of extra NO / NC contacts for interlocks, indicating lamps,


remote operation etc. shall be provided on the starter / contactor.

e) Under voltage/No volt trip shall not be provided.

6. SWITCH BOARDS

a) The main panel shall be floor mounted, free standing or wall mounted cubical
type and shall be factory built fabricated by one of the approved switch board
manufacturer. The board shall be fabricated from 2 mm. thick CRCA sheet and
powder coated after 9 tank treatment process. The board shall be fabricated with
IP 52 degree of protection. It shall be suitable for termination of the incoming
cable (s) from bottom.

b) The capacity of switch gear shall be suitable for the requirements of motor fed
controlled. Starting currents shall be duly considered.

c) MCCB’s shall be used upto and including 630 amp. and ACB shall be used for
800 amp. and above ratings.

d) All switch fuses/SDFU shall be of AC 23 duty as per IS: 4064-1978 as amend


upto date. They shall be complete with suitable HRC cartridge type fuses.

e) Switch boards shall house starters for motors with independent current sensing
type single phase preventer for each starter.

f) Volt meter with selector switch, a set of indicating lamps and fuses for voltmeter
and lamps shall be provided. Ammeter with CTs, and selector switch shall
provided with each motor starter. Instruments shall be flush mounted with the
panel and have a class index not higher than 1.0. The instruments and accessories
shall be provided whether or not specifically indicated in the tender specifications.

g) The fabrication of switchboard shall be taken up only after the drawings for the
fabrication of the same are approved by the Engineer-in-charge.

h) Switchboards shall be fabricated as per specifications indicated in sub-para


above.

i) The layout shall be designed for convenient connections and inter-connections


with the various switchgear. Connections from individual compartments to cable

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 206 of 287


Irrigation & Water Resources Department
alleys shall be such as not to shut down healthy circuits in the event of
maintenance work becoming necessary on a defective circuit.

j) Care shall be taken to provide adequate clearances between phase bus bars as
well as between phase bus bars, neutral and earth.

k) Where terminations are done on the bus bars by drilling holes therein, extra cross
section shall be provided for the bus bars. Alternatively, terminations may be
made by clamping.

l) Provision shall be made for proper termination of cables at the switchboards such
that there is no strain either on the cables, or on the terminators. Cable connected
to the upper tiers shall be duly clamped within the switchboard.

m) Identification labels shall be provided against each switchgear and starter


compartment, using Plastic/Aluminium engraved labels.

n) Metallic danger board conforming to relevant IS shall be fixed on each electrical


switchboard.

7. SYSTEM ANNUNCIATION

For controlling operation of pumps and indicating fault, system annunciation shall be
provided. The system shall consist of relays timer, contactors etc and shall be designed
to operate the fire pumps with interlocking and fault indication Annunciation window
shall be provided to indicate following faults.

Low water level in UG tank. Main pump failed to start.

Main pump failed during operation. Diesel pump failed to start.

Diesel pump failed during operation. Supply to Main Pump failed.


Supply to Pressurization Pump failed.
Suitable sensors, differential pressure switches, monitors shall be provided at respective
location, the control system shall be operational on 12 / 24 volt DC batteries of engine
starting. Battery chargers shall be provided to ensure that batteries remain charged.
Batteries shall be sealed maintenance free type.

8. REMOTE INDICATING PANEL

a) Remote indicating panel shall be provided in the fire control room. This panel shall
have necessary status indication of all electrical motors.

b) Back indication to show the status of operation of all the motors and also pressure
in the system, water level in under ground and over head tank etc. shall be provided.

c) Panel shall be fabricated from not less than 1.6 mm thick CRA sheet and powder
coated after 7 tank treatment process. The panel shall be dust, damp and vermin
proof. This shall be of wall mounting type. This shall be complete with necessary
termination arrangements, multicore cables, tag blocks, control transformer,
designation plastic labels, double earth studs etc. as required.

9. POWER CABLING

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 207 of 287


Irrigation & Water Resources Department
a) Unless otherwise specified, the power cables shall be XLPE insulated, PVC outer
sheathed aluminium conductor, armoured cables 1100 V grade.

b) Power cables shall be sizes to meet the starting and running current of motors fed
and shall be as approved by the Engineer-in-Charge, after taking into consideration
the load, the length of cabling.

c) Cables shall be laid in suitable metallic trays suspended from ceiling, or mounted
on walls. Cable ducts shall not be provided in pump rooms. Cable trays shall be of
perforated steel sheet with adequate structural strength and rigidity. Necessary
supports and suspenders for cable trays shall be provided by the contractor as
repaired.

10. CONTROL WIRING

a) Control wiring shall be done using ISI marked FRLS, PVC insulated and PVC
sheathed, 2.5 sq. mm, 250 V grade, armoured multi-core copper conductor cable.
The control cable shall also be laid in the same manner as power cable.

b) The number and size of the control cables shall be such as to suit the control system
design adopted by the contractor.

c) Runs of control wires within the. Switchboard shall be neatly bunched and suitably
supported / clamped. Means shall be provided for easy identification of the control
wires.

d) Control wiring shall correspond to the circuitry/sequence of operations and


interlocks approved by Engineer-in-Charge.

11. EARTHING

a) Provision of earth electrodes and the type of earthing shall be as specified in


Schedule of quantities.

b) The earth work shall be carried out in conformity with Haryana PWD / CPWD
Specifications for Electrical works.

c) Metallic body of all motors, medium voltage equipments and switch boards shall be
connected by two separate and distinct earth conductors to the earth stations of the
installations. Looping of such body earth conductors is acceptable from one
equipment, or switch board to another.

d) The size of earth conductors for body earthing of equipments shall be 2 Nos. 25 x 3
mm G.I. strip. / 2 Nos. 32 x 6 mm G.I. strip as required & as specified in BOQ.

e) Armouring of cables shall be connected to the body of the equipments/switch board


at both the ends. Compression type glands shall be used for all such terminations in
the case of PVC cables.

12. PAINTING

All panels shall be supplied with the manufacturer’s standard finish painting or as
indicated in the Schedule of Work.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 208 of 287


Irrigation & Water Resources Department

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 209 of 287


Irrigation & Water Resources Department

INSTALLATION, TESTING AND COMMISSIONING

1. SCOPE

This covers the requirement of Installation, testing and commissioning fire fighting
system.

2. PREPARATION AND APPROVAL OF DRAWING

On award of the work, the contractor has to prepare shop drawings as per special
conditions of contract and submit to the Engineer-in-charge for approval. The work is to be
executed as per approved drawing. The stage of approval of drawings is therefore very
important. All drawings should be carefully and critically examined before approval. The
requirements of various components of fire fighting system have been described with the
components of fire fighting system. However generally following points are to be taken care
while examining and approving the drawings.

a) Site survey should be carried out in detail.

b) In addition to building plans, layout plan along with landscape plan/horticulture


plan and other services plans should be consulted while deciding route of under
ground pipes from pumps house and around the building.

c) As for as possible, under ground pipe are not to be laid under road, pavement,
building and along open spaces. The locations along road, foot path in earth may
be preferred.

d) The location of yard hydrants, fire services inlet and fire service connection are to
be decided based on National Building code. However necessary adjustments are
to be made so that these components do not become hindrance in vehicular
movement and entrance to the building. Requirement of other building services are
also to be given due consideration. Symmetry should be maintained for aesthetic
considerations.

e) Pipe sizes are to be decided in accordance with provision of NBC.

f) Pump House:- The layout of equipment in pump house is very important


fromoperation and maintenance considerations. The requirement of pumps and
engine have been described in earlier chapters. In case other equipment ‘s i.e.
water supply pumps etc are to be installed in the same pump house, sufficient
space shall be left for them as well. The dimensioned foundation drawing of
pumps should be available for marking in the pump room layout. The layout is to
be prepared in such as a way that it should be possible to maintain any equipment
without disturbing the adjoining equipment. Electrical panels are to be installed at
a location which is easily accessible near the entrance to the pump house and there
should be no possibility of water dripping over or near the electrical panel.

g) Electrical Panel:- Complete wiring drawing, layout etc. are to be examined


toensure that provisions of agreement are incorporated in the drawing. Sizes of
various panel and mounting arrangement may be decided keeping in view ease of
operation and aesthetic consideration as well.

3. INSTALLATION

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 210 of 287


Irrigation & Water Resources Department

The requirements of installation of various components have been described with


different equipments. However following precautions are to be taken during execution of the
work.

a) The pump and motor/engine are to be perfectly aligned on the base plate so that there
is no vibration during operation. All nuts, bolts, washers shall be of adequate size and
galvanized.

b) The pipe supports should be decided in a way that the weight of pipes and valves are
not transferred to the pumps and supports do not cause hindrance in movement inside
the pump house. As far as possible, floor supports may be provided in pump house.

c) All valves shall be installed at a height and in a position that their operation by right
hand is conveniently possible.

d) All pressure gauges should be installed so that the dial is vertical and is visible while
entering the pump house.

e) Electrical panels should not be installed at floor level. The panels shall be
sufficiently raised above ground level. If panels are to be mounted on wall, an angle
iron frame shall be provided so that at least 75 mm space is left behind the panels.
The panels shall be easily approachable.

f) Cable trays are to be used for laying of power and control cable inside pump house.
No cable is to be laid at floor level/in trench. Cable tray layout should give neat
appearance. All cable tray shall be adequately supported from the ceiling /floor.

g) Drain pump of suitable size as per drawings shall be installed in the sump provided
in pump house. The pump shall operate automatically for which water level sensor
shall be provided.

h) In no case any structural member i.e. RCC wall, column, beam and floor are to be
damaged during installation. Mechanical fasteners are to be used for grouting
support. U.G. tank wall is not to be used for any support. No pipe/cable is to cross the
pump house below ground level. Openings above ground level are only to be used for
this purpose.

i) The engine installation work shall be carried out in accordance with the requirement
of engine manufacturer and be got approved by the manufacturer or their authorised
service centre. The exhaust pipe should be suitably extended out side the pump house
so that smoke does not effect nearby structure. Fuel tank shall be properly supported
and located in way that the same does not cause hindrance in movement in the pump
house.

j) While excavating for laying of external pipes, suitable sign board/ barricading shall
be provided to ensure that no person falls in the trench.

k) The width and depth of trench shall be adequate for laying the pipe 1 m below
ground level.

l) No earth or any other matter is to be allowed to enter the pipes. The ends shall be
kept closed always.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 211 of 287


Irrigation & Water Resources Department
m) The anticorrosive treatment is to be applied on the entire length laid under ground in
accordance with specifications. The treatment is not to be damaged.

n) Pressure testing is to be carried out in sections before filling the earth back in the
trench.

o) The earth filling is to be done in layers of 20 cm each and properly rammed so as to


avoid possibility of settlement. Surplus earth / malba shall be removed from the site
by the contractor.

p) where pipes crossing road likely to have heavy traffic, additional protection over
pipe shall be provided to ensure that pipe is not damaged.

q) External hydrants and fire service connection/ inlet shall be located parallel to the
nearby road/foot path so as to give proper appearance. Foundation shall be raised
from below ground level and shall be properly plastered in plumb. The hydrants shall
be facing the road/ approach. There shall be no obstruction in approaching the
hydrants for operation.

r) Risers shall be parallel to the wall and in plumb. Adequate supports shall be provided
from the wall. Opening around the pipe in slab shall be filled with CC and finished
with plaster.

s) Internal hydrant shall be provided in the centre and facing out side for ease of
operation. Sufficient space shall be provided around the handle for operation. There
shall be no hindrance in moving the first aid hose reel.

t) Terrace pipe shall be supported on CC pedestals of adequate height. The pipe route
shall be such as no hindrance is created in movement at the terrace. Pipes shall be
sufficiently raised above terrace. It is to be ensured that water proofing is not
damaged during laying of pipes.

4. TESTING

a) Initial Testing

i) During laying of pipes, the same shall be subjected to 15 kg./cm2 hydraulic


pressure for a period of 24 hours, in sections.

ii) After completion of the work, all valves/ fittings shall be installed in position and
entire system shall be tested for 24 hours at a pressure of 15 kg/ cm2. The drop of
pressure up to 0.5 kg/cm2 shall be accepted.

b) Final Testing

i) After completion, all operation checks shall be carried out for automatic operation
of the systems. For this purpose, landing valves may be opens at different locations.
The exercise shall be repeated couple of times to ensure trouble free operation of
the system.

ii) Flow Test:- The design flow of pumps shall be checked. The pump shall
beoperated after opening a number of landing valves at different locations. Design
pressure is be maintained in the pump house. Water discharge is to be measured by
drop in level in UG tank for a certain period. All pumps shall be tested one by one.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 212 of 287


Irrigation & Water Resources Department
The flow rate shall be not less than as specified while maintaining the design
pressure in pump house.

5. INSPECTION BY LOCAL FIRE OFFICER AND SAFETY DIRECTOR

After completion of the work and testing to the entire satisfaction of Engineer-in Charge
the installation shall be offered for inspection by Chief Fire Officer or his representative.
Testing as desired by the Fire Officer shall be carried out. The contractor will extend all
help including manpower during testing. The observation of Chief Fire Officer which
are a part of agreement shall by attended by the contractor. Nothing extra is to be paid
for testing as above. If required installation are to be inspected and approved by Director
Safety or his authorized representative.

6. COMMISSIONING

a) Flushing the System: - Before commissioning, the entire system shall be flushed
toensure that any earth/ foreign matters which might have entered during Installation
are taken out. For this, pump may be operated and valves opened at different location.

b) As soon as the work is complete, the system shall be commissioned and made
available for use. Requirement of fire fighting installations is equally important
during occupation of the building. If the building is to be occupied in part, fire
fighting system of building completed shall be commissioned by isolating the system
of under construction portion of the building.

c) The fire fighting system shall be maintained and manned from the very first day of
its commissioning.

d) Any defects noticed during the warranty period shall be promptly attended by the
contractor and availability of the system at all time is to be ensured.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 213 of 287


Irrigation & Water Resources Department
SCHEDULE OF TECHNICAL PARTICULARS
Sl. No. Description
Pumps Electrical Motor Driven Main
Fire Pump
01 Make
02 Pump Model No.
03 Pump Type
04 Duty of Pumps
05 Discharge (LPM)
06 Head (Mtrs.)
07 Efficiency
08 Speed (RPM)
09 Power Absorbed at duty point (kw)
10 No. of Stages
Pump performance at 150% of D.P.
11 Capacity (LPM)
12 Head (Mtrs.)
13 Efficiency
14 Power absorbed
Material of Constructions
15 Casing
16 Impeller
17 Shaft
18 Shaft sleeve
Prime Mover
19 Make
20 Type
21 H. P.
22 Full load speed (RPM)
23 Full load current (amp.)
24 Design Standard
25 Supply Voltage & Variations
26 Frequency & Variations
27 Cooling Type
28 Protection Class
29 Insulation Class
30 Duty
31 Colour Shade of Paint
32 Terminal Connection
Pump Accessories

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 214 of 287


Irrigation & Water Resources Department
33 Base Plate
34 Coupling
35 Coupling Guard
36 Foundation bolts, nuts & washers
37 Mechanical Seal

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 215 of 287


Irrigation & Water Resources Department
Sl. No. Description
Pumps Diesel Engine Driven Standby
Pump
01 Make
02 Pump Model No.
03 Pump Type
04 Duty of Pumps
05 Discharge (LPM)
06 Head (Mtrs.)
07 Efficiency
08 Speed (RPM)
09 Power Absorbed at duty point (kw)
10 No. of Stages
Pump performance at 150% of D.P.
11 Capacity (LPM)
12 Head (Mtrs.)
13 Efficiency
14 Power absorbed
Material of Constructions
15 Casing
16 Impeller
17 Shaft
18 Shaft sleeve
Prime Mover
19 Make
20 Type
21 Rating (BHP)
22 Full load speed (RPM)
23 Engine Starting
24 Design Standard
25 Cooling Type
26 Duty
27 No. of Cylinder
28 Silencer Type
29 Governing Std.
30 Fuel Tank Capacity
31 Fuel Consumption at full load
32 Battery Details
33 Control Panel & wiring Harness
Pump Accessories

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 216 of 287


Irrigation & Water Resources Department
34 Base Plate
35 Coupling
36 Coupling Guard
37 Foundation bolts, nuts & washers
38 Mechanical Seal

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 217 of 287


Irrigation & Water Resources Department
Sl. No. Description
Pumps Jockey Pump
01 Make
02 Pump Model No.
03 Pump Type
04 Duty of Pumps
05 Discharge (LPM)
06 Head (Mtrs.)
07 Efficiency
08 Speed (RPM)
09 Power Absorbed at duty point (kw)
10 No. of Stages
Pump performance at 150% of D.P.
11 Capacity (LPM)
12 Head (Mtrs.)
13 Efficiency
14 Power absorbed
Material of Constructions
15 Casing
16 Impeller
17 Shaft
18 Shaft sleeve
Prime Mover
19 Make
20 Type
21 H. P.
22 Full load speed (RPM)
23 Full load current (amp.)
24 Design Standard
25 Supply Voltage & Variations
26 Frequency & Variations
27 Cooling Type
28 Protection Class
29 Insulation Class
30 Duty
31 Colour Shade of Paint
32 Terminal Connection
Pump Accessories
33 Base Plate
34 Coupling

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 218 of 287


Irrigation & Water Resources Department
35 Coupling Guard
36 Foundation bolts, nuts & washers
37 Mechanical Seal

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 219 of 287


Irrigation & Water Resources Department

ANNEXURE – A
LIST OF APPROVED MANUFACTURERS FOR FIRE FIGHTING SYSTEM

S.No. DESCRIPTION MANUFACTURER'S NAME


1 Hydrant Valves / Fire Brigade Inlet / Draw Newage /Fire cut/ Safeguard / Padmini / Safex/
out New age /Minimax/Atasee
2 Sluice Valves / Butterfly valves / Non IVC/ Venus / Audco / Advance / SKS/ CRI /
Return Valves AIP
3 Ball Valves CIM / Leader / Audco / Advance
4 Air Release Valves Newage / CIM / Leader / Sant
5 Strainers Advance / Audco / SKS / AIP
6 Fire Extinguishers Minimax / Cease Fire / Safex / Safeguard / UFS
/ Fire cut/ Atasee
7 Fire Mans Axe Newage / Safeguard / Padmini/ Atasee
8 Air Release Valve CIM / Newage / Leader / Sant
9 Pressure Reducing Valve WILKINS (Newage) / AIP / SKS
10 Branch Pipe and Nozzle Newage /Fire cut/ Safeguard / Padmini /Safex/
New age /Minimax/ Atasee
11 Galvanized Iron Pipe / MS Pipe – IS : Jindal (Hissar) / Praksh surya
1239
12 G.I. / MS / M.I. Fittings Unik / Jainsons
13 Ductile Iron Fittings Jainsons Industries
14 MS Forged Fittings VS / B M / True forge
15 Fire Hose Pipe Newage /Fire cut/ Safeguard / Padmini /Safex/
New age /Minimax/ Atasee
16 Hose Reel Newage /Fire cut/ Safeguard / Padmini / Safex/
New age /Minimax/ Atasee
17 XLPE / PVC Insulated Aluminium Universal (Satna) / CCI / Nicco / Finolex /
Conductor Armoured Cables Polycab / Skytone / RR
18 Copper ConductorArmoured Universal (Satna) / CCI / Nicco / Finolex /
ControlCables Polycab / Skytone / RR
19 Cable Tray Indiana / Bharti / Slotco / Steelways / Skaber /
Profab / Rico / Dynamic
20 MCCB ABB / L & T / Schneider / Siemens / Legrand
21 Relays / Contactors L & T / ABB / Siemens / Schneider / Automatic
Electric
22 Current Transformer Kappa / Pragati / AE / Gilbert & Maxwell /
Vishal
23 Voltage Transformer Kappa / AE / Gilbert & Maxwell / Vishal
24 Ammeter / Voltmeter / Metering L & T / Siemens / Neptune / Enercon /
Equipment’s Automatic Electric
25 Selector Switches Kaycee / Salzer / L & T

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 220 of 287


Irrigation & Water Resources Department
26 LED Lamps L & T / Vaishno / Siemens
27 Pump Control Panel Tricolite / Advancve (Delhi) / Ambit / Adlec /
Milestone / Attack fire / Vidyut control / RST /
Dynamic
28 Fire Fighting Pumps Kirlosker / Mather+ Platt / Grundfos
29 Diesel Engine Kirlosker / Cummins
30 Electric Motors Kirlosker / Crompton / Siemens
31 Pressure switches Danfoss / Indfoss
32 Pressure Guage H Guru / FIBIG
33 Flow Switches System sensor / HD
34 Sprinkler Annunciation Panel Safeway / Agni/ Fire cut / Attack fire Daksh
Morley /
35 Sprinklers Tyco / Globe / Viking / Reliable / Fire cut / HD/
Atasee
36 Sprinklers Flexible Hose Tyco / Globe / Viking / Padmini / Newage / Fire
cut / Attack fire/ Atasee
37 Installation Control valve
38 Anchor Fastner / U clamp/ Celvis / Hilti / Intello tech / Hightech / Fisher / Easyflex
sprinker hangers
39 Anti Vibration Mounting / Expansion Joint Easyflex / Resistoflex / Kanwal / Precise
40 Exit Sign Glow light / Legrand / Autoglow/ Pierlite / Agni
/ Attack fire / Atasee
41 Paint Asian / Berger / Nerolac / ICI
42 Any Other Items On Approval of Consultant or Engineer-In-
Charge

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 221 of 287


Irrigation & Water Resources Department

S.No Details of Material /Equipment Manufacture’s Name


1 Pipes 1.Tata
2. Jindal Hissar
3. Surya Roshni
2 Single headed Hydrant valves,three way Fire 1.Newage
Brigade inlet,Branch pipe & shut off nozzle 2.Fire cut
3. Safeguard
4. Padmini
5.
6.Safex
7. New age
8.Minimax
9.Suprex
10. Cease fire
11 Atasee

3 20 mm dia rubber pipe for Hose reel 12.Shah Bhogi Lal


13 Atasee
4 Starters,switches,T.P.N switch 1.L&T
2. Siemens
3. GE Power
4. Schneider
5 Pressure Switch 1. Indofoss
2.Switzer
6 Pressure Guages 1.H Guru
Fiebig
7 Enamel Painting of Pipes etc. 1.Asian
2.Goodlas
3.Nerolac
4.ICI
8 Paint Primer 1.Asian
2.Jenson Nicholson
9 Fasteners 1.Hilti
2.Fischer
3.Bosch
10 Weld Rods 1.Adwani

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 222 of 287


Irrigation & Water Resources Department
11 Fire Extinguishers 1.Superx
2.Fire cut
3. Safeguard
2.Cease Fire
5.
6.Safex
7.Shah Bhogi Lal
8.Minimax
9.Suprex
10. Cease fire
11.Shah Bhogi Lal
12. Atasee

12 RRL Hose 1.Superx


2.Fire cut
3. Safeguard
2.Cease Fire
5.
6.Safex
7.Shah Bhogi Lal
8.Minimax
9.Suprex
10. Cease fire
11.Shah Bhogi Lal
12. Atasee

13 Thermoplastic Hose Reel 1.Superx


2.Fire cut
3. Safeguard
2.Cease Fire
5.
6.Safex
7.Shah Bhogi Lal
8.Minimax
9.Suprex
10. Cease fire
11.Shah Bhogi Lal
12. Atasee

14 Rubber Gaskets 1.CIC


2.Varuna

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 223 of 287


Irrigation & Water Resources Department
15 Hose Drum 1.Superx
2.Fire cut
3. Safeguard
2.Cease Fire
5.
6.Safex
7.Shah Bhogi Lal
8.Minimax
9.Suprex
10. Cease fire
11.Shah Bhogi Lal
12. Atasee

16 Mechanical Seal 1.Durametallic


2.Burgmann
17 Strainer 1.NVR
2. LP Valves
3. Castle
18 Installation Control Valve 1.Omaxe
2.HD
3.Grinell
4.Tyco
5.Viking
19 Pipe Supports(Band Hanger) 1.Mupro
20 Flow Switch 1.System Sensor
2.Potter
21 Pipe Fittings 1.New
2. S.S.
22 Sluice,Butterfly and Non Return Valves 1.NVR
2.LP Valves
3.Castle
23 Ball Valve 1.NVR
2.LP Valves
3.Castle
24 Anti Vibration Mounting 1.Dunlop
Resistoflex
25 Fire Sealent 1.Birla 3M
2.Hilti
26 Fire Electrical panel A to Z/Tricolite /Attack fire
27 Fire Sprinkler test and drain assembly 1.Castle
2.Giacomini
3. Fire cut
28 Fire Pumps 1.Lubi
2.Groundfoss
3.Armtrong
4. Kilosker

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 224 of 287


Irrigation & Water Resources Department
(Note:Pump and motor shall be assembled in Pump’s Manufacturer’s works)

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 225 of 287


Irrigation & Water Resources Department

ANNEXURE – B
LIST OF RELEVANT INDIAN STANDARDS
S.No I.S. No. Title
1 IS-8757 Glossary of terms associated with fire safety
2 IS-884. Specification for first-aid hose reel for fire fighting
3 IS-901 Specification for couplings, double male and double female instantaneous
pattern for fire fighting.
4 IS-902. Specification for fire hose delivery couplings, branch pipe, nozzles and
nozzle spanner.
5 IS-903. Specification for fire hose delivery couplings, branch pipe, nozzles and
nozzle spanner.
6 IS-904 Specification for two way and three – way suction collecting heads for fire
fighting purposes.
7 IS-907. Specification for suction strainers, cylindrical type for fire fighting purpose.
8 IS-908. Specification for fire hydrant, stand post type
9 IS-909. Specification for under ground fire hydrant.
10 IS-636. Non percolating flexible fire fighting delivery hose.
11 IS-7637. Glossary of terms for fire fighting equipment.
12 IS-937. Specification for washers for water fittings for fire fighting purposes.
13 IS-1641. Code of practice for fire safety of buildings (general): General principles.
14 IS-1642. Code of practice for fire safety of buildings (general): Details of
Construction.
15 IS-1643. Code of practice for fire safety of buildings (general):Exposure
hazard.
16 IS-1644. Code of practice for fire safety of buildings (general): Exit requirements and
personal hazard.
17 IS-1646. Code of practice for fire safety of buildings (general): Electrical installations
18 IS-2871. Specification for branch pipe, universal for fire fighting purposes.
19 IS-2930. Functional requirements for hose laying tender for fire brigade use.
20 IS-5290. Specification for landing valves.
21 IS-8090. Specification for couplings, branch pipe, nozzle, used in hose feel tubing for
fire fighting.
22 IS-8442. Specification for stand post type water monitor for fire fighting.
23 IS-9972. Specification for automatic sprinkler heads.
24 IS-12349. Fire protection-Safety sign.
25 IS-12407. Graphic symbols for fire protection plan.
26 IS-9668. Code of practice for provision and maintenance of water supplies and fire
fighting.
27 IS-3844. Code of practice for installation and maintenance of internal fire
hydrants and hose reel on premises.
28 IS-12585. Specification for thermoplastic hose (Textile Reinforced)
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 226 of 287


Irrigation & Water Resources Department
29 IS-10221. Code of practice coating and wrapping of under ground mild steel pipe lines.
30 IS-15105. Design and installation of fixed automatic sprinkler fire extinguisher system-
code of Practice.
31 IS-325. Three phase induction motors.
32 IS-1822. Motor starter for voltage not exceeding 1000 volts.
33 IS-3624. Bourdon tube pressure and vacuum gauges.
34 IS-1520. Horizontal centrifugal pumps for clear, cold, fresh water.
35 IS-1239. Mild steel tubes, tubular and other wrought steel fittings.
36 IS-3589. Electrically welded steel pipes for water, gas and sewage.
37 IS-6392. Steel pipe flanges.
38 IS-778. Gun metal gate, globe and check valves for general purpose.
39 IS-2592. Recommendation for methods of measurement or fluid flow be means of
orifice plates and nozzles.
40 IS-732. Code practice for electrical wiring and fittings of building.
41 IS-900. Code of practice for installation and maintenance of induction motor.
42 IS-1248. Direct acting electrical indicating instruments
43 IS-2516. A.C.circuit breakers for voltages not exceeding 1000 volts.
44 IS-4047. Heavy duty air break switches and composite units of air break switches and
fuses for voltage not exceeding1000 volts.
45 IS-2208. HRC cartridge fuse links upto 650 volts.
46 IS-1554. PVC insulated (heavy duty) electric cables for working voltage upto and
( Part – I ). including 1100 volts.
47 IS-780. Sluice valve for water works purposes (50 to 300 mm. size).
48 IS-13095. Butterfly valves.
49 IS-1992. Selection of Fire Extinguisher
50 IS-694 - 1990 PVC insulated wires / cables for working voltage up to and including
1100V.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 227 of 287


Irrigation & Water Resources Department

STANDARD
SPECIFICATIONS FOR 2
Hrs. FIRE CHECK METAL
DOORS

ESS Abbreviations:
BS: British Standards
EN: European Standards
IS: Indian Standard
FCD: Fire Check Door
GI: Galvanized Iron

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 228 of 287


Irrigation & Water Resources Department

CONTENTS

1.0 GENERAL………………………………………………………………………
2.0 CODES &SPECIFICATIONS………………………………………
3.0 TESTING &CERTIFICATION.…………………………………
4.0 FIRE CHECK DOORS..............………………………………………….
5.0 INSTALLATION …………………………………………………………………
6.0 PACKING........................................................................................
7.0 STORAGE................................................................
8.0 DELIVERABLES BY THE CONTRACTOR………………….................

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 229 of 287


Irrigation & Water Resources Department

1.0 GENERAL
The Fire & smoke Check Doors/ Fire resistant Doors (hereinafter termed as FCD) shall
not collapse during the rated period of fire under the specified fire conditions and shall
provide safe access to the escape route.

2.0 CODES & SPECIFICATIONS


The complete assembly of the doors i.e. frame, shutter, vision glass and hardware shall
have fire rating as required and shall confirm to:

1. IS 3614 Part II -1992 Fire Resistance test & performance criteria


2. BS:476,Part-6 & 7 Surface spread of flame test for FR Paint.
3. BS:476,Part-20 Method for determination of the fire resistance of elements of
construction (general principles).
4. BS:476,Part-22 Method for determination of the fire resistance of non load
bearing elements of construction.
5. BS:6206:1981 Specification for impact performance requirements for float
safety glass and safety plastics for use in buildings.
6. EN:12600 Specification for impact performance requirements for flat safety
glass .
7. EN:1634 Part-1-1999 Fire resistance tests for Glazed doors & Partition and
open-able windows
8. EN:1364 Part-1-1999 ]Fire resistance tests for non-load bearing elements.

3.0 TESTING AND CERTIFICATION


The FCD has been tested earlier at reputed by National or international reputed approved
test house Along with all material tests, the complete system along with the framing shall
be tested in accordance with the criteria of BS 476: Part 22 1987/EN 1634/EN1363 along
with necessary hardware. The door must have been manufactured with galvanised - GI
sheet of GPSP Grade as per IS 277. All Fire doors must satisfy the requirement of 120
minutes Fire Rating along with its Stability & Integrity for 120 minutes. The Prototype
sample of the door must carry a prior test evidence as per IS 3614 part-2 / BS 476 Part 20
& 22. The manufacturer must submit the copy of test evidence prior to start of production
.The offered test certificate should either carries it's Validity or certificate must not be
older than 5 years from CBRI / NABL Accredited Lab .

4.0 FIRE CHECK METAL DOORS


4.1 Composition of the Fire Doors
All materials, items, hardware etc. shall be subjected to approval by Engineer-In-Charge.
Necessary documentation/ test certificates shall be furnished by the Contractor for such
approval. FCD shall be fabricated from ISO 9001:2015 certified Manufacturer only after
approval of materials etc, by Engineer-In-Charge.

Each FCD shall be provided with a small metal identification plate in suitable location
indicating Fire rating, name of the Manufacturer, date of installation and approval of
approved test house.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 230 of 287


Irrigation & Water Resources Department

MATERIAL
Door Frames and Leaves are made from Galvanized Steel sheet of GPSP Grade as per IS
277

DOOR LEAVES
Door leaf shall be minimum 49mm thick fully flush double skin door. The door is duly
tested at CBRI /NABL as per IS 3614 part 2 – 1992 , BS 476 part 20 & 22 for minimum
120 minutes fire rating for its Stability & Integrity. Door leaf shall be manufactured from
0.8 mm minimum thick Galvanized steel sheet. The internal construction of the door
should be rigid reinforcement pads for receiving appropriate hardware. The infill material
shall be Rockwool / Honeycomb. All doors shall be factory prepped for receiving
appropriate hardware and provided with necessary reinforcement for hinges, locks, and
door closers. The edges should be interlocked with a bending radius of 1.4mm. For pair
of doors astragals has to be provided on the meeting stile for both active and inactive leaf.
Vision lite wherever applicable should be provided as per manufacturer’s
recommendation with bedding and screws from inside.

DOOR FRAMES
Door frame shall be double rebate profile of minimum size 100mm X 57 mm made out of
1.2 mm thick galvanized steel sheet. Door frame shall be Single rebate profile with a
factory pre-punched groove so as to accommodate Fire & smoke seal size minimum
10x4mm.Frames shall be Butt jointed and field assembled with self-bolted. The frames
should be finished with Thermosetting Powder Coating in desired RAL Shade. All
provision should be mortised, drilled and tapped for receiving appropriate hardware.
Frames should be provided with back plate bracket and anchor fasteners for installation
on a finished plastered masonry wall opening.
Unless otherwise mentioned elsewhere, all FCD shall be of two hours (120 Mins.) and all
door assemblies (except fully glazed fire door) shall satisfy criteria of fire resistance
(stability, fire smoke check integrity with insulation material).

FINISH
The door frames and door shutters to be Powder coating in (70 micron) RAL desired
Shades.

4.1.2 IRONMONGERY

HINGES
SS Ball Bearing Hinges of size 100 x 75 x 3mm complete with SS Screws of BB1953
Becker
F.S / 3090F DORMA Make ( 4 No’s per panel ) (Required For All Doors)

PANIC BAR
Panic Bar single / double leaf panic exit devices SBL 390/395 Becker F.S. / PHA2000
Series DORMA Make (Required for Fire Staircase Location Doors Only)

PANIC TRIM
Panic Trim For Operation From The Other Side Of The Panic Bar Becker F.S. / PHT-
3905 DORMA Make (Required For Fire Staircase Location Doors)

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 231 of 287


Irrigation & Water Resources Department

SHASH LOCK
Mortise Sash Lock With SS Lever Handle Of SL7260/ TLH612 Becker F.S. / DORMA
TH121 Type 2 Series Make (Required For Service Room Location Such As AHU,
Electrical Rooms Etc.)

DEAD LOCK
Mortise Dead Lock DL7260 Becker F.S. / 288A DORMA Make.

PULL HANDLE
Supply & fixing of SS 304 Finish D Type Pull Handle of size 300mm mm Long of PHD
Series Becker F.S/ TGDI DORMA Make.

FLUSH BOLTS (DOUBLE DOOR)


Stainless Steel 304 grade 600mm for up to 2100mm & 600mm for up to 2400mm height
door Long Concealed Flush Bolt of BFBS1930 Becker FS/ 9114306 DORMA Make with
necessary screws as required.

DOOR CLOSERS
Door closers of BLC-604 Becker F.S/ TS-71 DORMA Make. (Required For All Fire
Doors except Shaft Door)

SHAFT LOCK
Shaft lock with Allen key of Becker FS/ 9119315 DORMA.

FLUSH PULL HANDLE


Supply & fixing of SS flush pull handle of BFPR1250 Becker FS/ DORMA Make.

ANCHOR FASTENERS
Anchor fasteners of HILTI/ FISHER/ Equivalent of maximum 80mm length.

SMOKE SEAL
Smoke seal batwing type on all side of frame of IS-1212 LORIENT/ Becker FS Make for
air tightness.

VISION PANEL for FIRE DOOR


2Hr fire Rated glass, 5mm Keralite of Saint Gobain with UL label , non- removable stamp
on every panel to be used as vision panel for Fire door

OPTIONS
Exit, Electro Magnetic Hold Open Device, Door Coordinator, Automatic Door Bottoms
etc., can be provided if required.

Note:All Becker Fire Solution or Equivalent Hardware’s should cover a minimum 02


Years of manufacturer warrantee from the date of supply. Hardware should pass
European certificate "CE" of conformity / UL with required fire ratings.

4. INSTALLATION
Shop drawings of the doors in accordance to the prototype profiles used to obtain fire test
certificate by approved national or international test house shall be prepared and
submitted for approval by the Engineer-In-Charge. The shop drawings shall include all
details of construction, anchoring, connections, fastenings etc. Any suitable modification
in fittings, fixtures as required for project specific installations shall have to be

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 232 of 287


Irrigation & Water Resources Department
incorporated in door profile and approval obtained prior to the installation of the door.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 233 of 287


Irrigation & Water Resources Department

5.1 Door frame fixing


The door frames should be assembled adjacent to the place of installation as the frames
are not designed for transporting in an assembled condition. After assembly it is to be
ensured that all threaded preparations are covered from the back of the frame using self
adhesive strip to prevent penetration of mortar back-fill into screw threads. The head
member of assembled frame shall be positioned against jambs ensuring correct alignment
and secured using M8 x 20 long plated bolts together with nuts spring and flat washers.
The assembled frame shall be kept in position within the opening by means of bracing.
In order to correctly position the frame against finished floor level or equalize on
adjustable floor anchors where specified, shim shall be used under jambs. The frame shall
be checked for squareness, alignment, twist etc. with carpenters bevel and plumb.
A tie rod shall be fixed to the frame during installation to ensure the correct dimensions
between the frame rebated and the same may be removed after installation.
Where a 2nd fix application is required a shim detail is suggested to take up gap between
frame and existing opening.

5.1.2 Door shutter fixing


Fix all the hardware to the door shutter like hinges, flush bolts, bolts, Panic Bar, mortise
locks, door closer, door stoppers, handles etc. with the appropriate screws and bolts
supplied.
The shutter is to be then fixed to the frame, which is already installed. Align the shutter to
match the hardware to the cutouts in the frame. Tighten the hinge screws.

4. Packing
Frame & Shutter: Individual frames members & Shutter to be wrapped in protective 70-
micron polyethene sheets and placed in individual card board boxes. Individual boxes to
be sealed. Frames to be assembled at site with aid of roofing bolts.

5. STORAGE
All knocked down frames shall be stacked flat and shutters vertically on wooden runners
and suitably covered as per the instructions of manufacturer to prevent rust and damage.

6. DELIVERABLES BY THE CONTRACTOR


Following documentation/ drawings shall be furnished along with the Doors

1. Prototype Test Certificate by National or international test house as per product.


2. Shop drawings
3. Specification/ Manufacturer’s literature, Test certificates and other documentation
for materials and items intended to be used.
4. Test report attested by Fire rated glass manufacturer in case of Glazed fire door.
5. The Fire rated glass applicator has to be approved by Fire rated Glass
Manufacturer and Submit the approved applicator certificate.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 234 of 287


Irrigation & Water Resources Department

Technical Specifications
for
Bridge Works

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 235 of 287


Irrigation & Water Resources Department

1. 0 SPECIFICATIONS AND PLANS:

1.1 The work shall be executed as per MORT&H/PWD Standard specification/ relevant
I.S./I.R.C. Code/Latest Edition for material and works with latest editions & approved
drawings,
1.2 Some of the Code of practice are mentioned as under (with upto date correction slips):-
i. I.S. code of practice for plain and reinforcement concrete for general
building construction (I.S. 456-2000).
ii. I.S./I.R.C. Code of Practice for plain/reinforced and pre-stressed concrete
for general/bridge construction.
iii. I.S./I.R.C. Rules specifying the loads for design of super structure and
substructure of Bridge work.
iv. I.S./I.R.C. Bridge substructure and foundations code-code of practice for the
design of the substructure and foundation of bridges.
v. Indian Road Congress Codes for items not specially covered by any code or
provision mentioned in these documents (All sections).
vi. I.S. Methods on testing of soil I.S. 2720 (all parts) latest revision with up to
date correction slips).
vii. I.S code for use of structural steel in general building construction (IS 800-
1984).
viii. I.S code of practice for Electric welding of mild steel IS 823-1964.
ix. IS Code of practice for fine and coarse aggregate from natural source for
concrete (IS 383-1979)
x. IRC 83 (Part III) 2002 standard specifications and code of practice for road
over bridges (POT, POT cum PTFE bearings)
For steel:
i. IS 226: 1975 Specification for structural steel.
ii. IS 800-1984 code of practice for use of structural steel.
iii. IS 1786: for HYSD bars of reinforcement steel.
1.3 Latest edition and up to date correction slip in all the above relevant codes will be
applicable so far as this work is concerned.
1.4 In case difference between the provision of codes such as above and any discrepancy in the
interpretation of codal provision, decision of Engineer-in-Charge would be treated as final
and will be binding upon the contractor.
1.5 Some stipulations of relevant codes for some of the items are mentioned in this tender
documents. These stipulations are only for guidance. The work shall be executed as per
relevant codes.

2.0 BORED PILE FOUNDATIONS (wherever applicable)

2.1. The depth of bored pile shall be as per design and drawing.

2.2. Construction of bored pile foundations shall be strictly in accordance with the stipulations
made in the building digest CBRI India 56 for bored piles for foundations and IS: 2911/1979 part-
I to 4. Wherever the tilt of the piles exceeds 2% or the piles shifts by more than what is specified,
area will have to be increased and also additional reinforcement will have to be added and
expenditure involved including cost of cement and steel shall be borne by the contractor.

2.3. The rates quoted by the contractor shall be over all including rate, for boring through any
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 236 of 287


Irrigation & Water Resources Department
type of road surface all type of soil whatsoever, use of special liner casing if required, use of any
type of material, machinery also including all royalties, all taxes (but excluding GST) etc. Nothing
extra will be paid on any account whatsoever.

2.4. Well foundation:- As per MORT&H specification wherever applicable.

3. FORM WORK

3.1. Form work shall be of steel plates fixed on the angle iron frame or waterproof ply wood
shuttering of adequate thickness unless otherwise directed by the Engineer-in- charge.
It should be watertight sufficiently strong and rigid to resist forces caused by vibration
and incidental loads associated with it and keep the form rigid.

3.2. If at any stage of work during/ after placing the concrete in the structure, the work is found
defective, such concrete shall be removed and work shall be redone with fresh concrete and
adequate and rigid forms at the cost of contractor. The props for the centering wherever
permitted shall be supported by the double wedges in order to facilitate causing & removal
of the shuttering without jarring. Centering and shuttering should be carefully released in
order to prevent the loading being instantly transferred to concrete. The period that shall
lapse after the last pour of concrete for easing removal of centering and shuttering shall be
fixed by the Engineer-in-charge and will be binding on the contractor/s.

3.3. It may be necessary to make provision for holes/ grooves in the form work to house the
various services, for which neither any extra payment shall be made to the contractor/s for
making these provisions nor any deduction shall be made on a/c of any saving in RCC/PSC
work due to these provision.

3.4. Wherever chamfer or rounded corners are mentioned in the drawing formwork should be
such that no chiseling/cutting is required.

3.5. The surface of formwork shall be clear, smooth and free of cement mortar etc.

3.6. The Contractor shall give the Engineer In-charge due notice before placing any concrete in
the forms to permit him to inspect and accept the form work and forms as to their
strength, alignment and general fitness but such inspection shall not
relieve the contractor of his responsibility for safety of works, men, machinery,
materials and for obtained.

4.0 Removal of Form Work:

4.1 The Engineer In-Charge shall be informed in advance by the contractor of his intension to
strike any formwork.

4.2 While fixing the time for removal of form work, due consideration shall be given to the
local conditions, character of the structure, the weather and the other conditions that
influence the setting of concrete and of the material used in the mix.

4.3 The period shall be suitably increased in case of temperature lower than 25 degree Celsius
and for any other conditions tending to delay the setting of concrete.

4.4 These field operation are controlled by strength tests of concrete, the removal of the load
supporting arrangements of soffit may commence when concrete has attained strength equal
to twice the stress to which the concrete will be subjected to, at the time of striking props
including the effect of any further additions of loads. When field operations are not

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 237 of 287


Irrigation & Water Resources Department
controlled by strength test of the concrete the vertical forms of beams columns & walls may
be removed as per orders of the Engineer In-charge.

4.5 All formwork shall be removed without causing any damage to the concrete. Centering
shall be gradually and uniformly lowered in such a manner as to avoid any shock or
vibrations. Supports shall be removed in such a manner as to permit concrete to take stress
due to its own weight uniformly and gradually. Where internal metal ties are permitted,
their removable parts shall be extracted without causing any damage to the concrete and the
remaining holes filled with mortar. No permanently embedded metal parts shall have less
than 40mm cover to the finished concrete surfaces, where it is intended to re-use released
form work, it shall be cleaned and make good to the satisfaction of Engineer-in-charge.

5. REINFORCEMENT:

5.1 Reinforcement may be TMT as per the drawings and confirming to the latest ISI/IRC
codes. Steel will be procured from TISCO/Rastriya IspatNigamLimited/SAIL/Jindal
Steel and Power Ltd. (Jindal Panther), JSW Steel ltd, Electro Steel Steels
Ltd(V-XEGA) and M/s Super Shakti.

5.2 Before use, contractor’s will be required to obtain test certificate for the quality
of reinforcement used, at his/their own cost form the laboratory/institute,
approved by the Engineer-in charge.

5.3 Contractor will ensure that before fixing reinforcement, bars are cleaned with dry
gunny bags to remove the light rust or other impurities, if any.

5.4 Welding of reinforcement will not be generally permitted except in special circumstances
under the written approval of the Engineer-in-charge.

5.5 Binding wire of approved quality shall be arranged by the contractor’s himself/themselves
and the rates quoted for RCC/PSC work should include cost of this item of work.

5.6 Nothing extra will be paid for overlaps and wastage of steel.

5.7 Reinforcement steel shall be arranged by the contractor and payment made as per
items of agreement.

5.8 Payment for the steel reinforcement shall be made on the basis of standard unit weights
as per approved drawings and nothing extra will be paid for overlaps and wastage
of steel involved in cutting the bars to their required sizes. Nothing extra will be
paid for over weight steel and no deduction will be made for under weight steel
within the limit of tolerances permitted as per IS 1786-1985.

5.9 Steel having unit weights per meter not falling within the tolerances specified in above
IS code shall not be accepted.

6. CEMENT:

6.0 Ordinary Portland cement grade-43 conforming to IS-8112 or as specified in drawings of


reputed brand such as Ambuja, ACC, Birla, J.K. &Shree Cement capable of achieving the
required design concrete strength shall only be used and will be arranged by the contractor/
agency.

6.01 To improve the workability of concrete and cement grout admixtures conforming to

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 238 of 287


Irrigation & Water Resources Department
IS-6925 and IS-9103 could be permitted subject to satisfactory proven use.
Admixtures generating hydrogen, nitrogen, chlorides etc. shall not be used.

6.2 Maximum Cement content in concrete shall be as per relevant code of practice. If
desired workability is not achieved due to restrictions in cement contents,
contractor have to use plasticiser of approved quality for which no extra payment
shall be made.
6.3 Quality test certificate for cement as per IS-4031 Code shall be furnished by the contractor
before use of cement supplied.

6.4 Cement for use in works, shall be procured by the contractor from the main producers or
their authorised dealers only.

6.5 Cement older than 3 months from the date of manufacture as marked on the bags shall not
be accepted. Cement bags preferably in paper bag packing should bear the following
marking:-

(i) Manufacturer’s name


(ii) Regd trade mark of manufacturer if any
(iii) Type of cement.
(iv) Weight of each bag in Kg or no. of bags/ tonnes.
(v) Date of manufacture generally marked as week of the year/year of manufacture.

7. Quality test certificate for cement as per IS 4031 shall be furnished by the contractor/s at his
own cost from the manufacturer, before use of cement.

7.0 Engineer in Charge may also take samples during the course of execution of works and get
the cement tested to ascertain its conformity to the relevant IS specifications at contractor/s
cost before a particular lot is put to use. Frequency of testing shall be as prescribed by the
relevant IS code. Following test interalia shall be carried out.
i) Fineness
ii) Compressive strength
iii) Initial and final setting time
iv) Consistency
v) Soundness.

7.1 In case samples tested do not pass quality tests conducted, the entire batch of cement
supplied shall be rejected and returned to the contractor/s. No payment for such cement
shall be made to the contractor.

7.1 For storage of cement, the contractor shall have to construct a temporary Godown of
adequate capacity at his own cost. The contractor shall bring the cement to the site
of work only on written instructions from representative of Engineer. It will be
obligatory on the part of the contractor to get every consignment/truck of cement
weighed in the presence of Engineer or his representative and supply the original
copy of weight slip alongwith consignment. The representative of Engineer will verify
the weight of cement brought to the site of work and return one verified weigh slip
to the contractor after the same is stacked inside the cement Godown under his supervision.

7.3 The record of cement brought to the site of work, daily consumption, daily opening balance
and closing balance shall be maintained at the site jointly by the representative of
Engineerof work and contractor/s or his/ their authorized representative. For this purpose, 2
sets of registers duly reconciled and signed by the contractor/s and the representative of
Engineerof work certifying the opening balance, consumption, closing balance should be

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 239 of 287


Irrigation & Water Resources Department
maintained. One register each shall be kept in the custody of representative of Engineerof
work and contractor or his authorized representative.

7.4 The contractor shall be the custodian of cement Godown and shall keep the Godown under
his lock and key to ensure safe custody of cement. The contractor shall ensure that the
cement once brought to the site and accounted shall be used at the site only and shall not be
taken away from site for any other purpose.

7.5 The contractor shall make the cement Godown available for inspection alongwith
connected record to the site Engineer or his representative as and when required.

7.6 The contractor shall ensure that after completion of the work and or termination of the
contract for any reason whatsoever, the temporary cement Godown shall be dismantled and
all dismantled material /debris shall be removed and the clear site shall be handed over
back to Department. All the released material shall be the property of the contractor/s and
no payment shall be made by the Department for dismantling etc.

7.7 Tolerance requirements for the mass of cement


(i) Cement supplied one time will be taken as forming one batch. The number
of bags taken for sample from each batch shall be as under:-
S.No. Batch Size Sample Size
1. 100 to 150 20
2. 151 to 280 32
3. 281 to 500 50
4. 501 to 1200 80
5. 1201 to 3200 125
6. 3201 and above 200

(ii) The bags in sample shall be selected at random.

(iii) The number of bags in sample showing a minus error greater than 2 percent of the
specified net mass (50 kg) shall be not more than 5 percent of bags in the sample. Also the minus
error in none of such bags in the sample shall exceed 4 percent of the specified

net mass of cement in the bags. In case, the minus error exceeds the percentages herein specified,
the entire batch of cement samples shall be rejected.

(iv) In case of a wagon/Truck load of 10 to 25 tonnes, the overall tolerance on net mass of
cement shall be 0 to +0.5 percent. Any batch of cement not conforming to above tolerances will
be rejected.

7.8 Stacking of cement in the Godown shall be done on a layer of wooden sleepers so as to
avoid contact of cement bags with the floor; or alternatively scrap of sheets may be used in place
of sleepers but these must be placed at least 20 cm above the floor. The bags shall be stacked at
least 30 cm clear of the walls to prevent deterioration. The wooden sleepers/scrap GI sheet shall be
arranged by the contractor/s at his/their own cost.

7.9 Cement shall be stored in such a manner as to permit easy access for proper inspection.
Cement should be stacked not more than ten layers high to prevent bursting of bags in the
bottom layers and formation of clods. The stacks of cement bags shall be covered with
tarpaulin during monsoons so as to obviate the possibility of deterioration of cement by
moisture in the atmosphere. Cement that is set or partially set is not to be used.

7.10 Empty cement bags will be the property of contractor.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 240 of 287


Irrigation & Water Resources Department

7.11 Engineer-in-Charge may also take samples during the course of execution of works and get
the cement tested to ascertain its conformity to the relevant IS specifications at contractor/s cost
before particular lot is put to use. Frequency of testing shall be as prescribed by the relevant IS
Code or as per instructions of Engineer in charge. Following tests interline shall be carried out:-
i) Fineness
ii) Compressive strength
iii) Initial and final setting time
iv) Soundness
v) Consistency

8. FINE AND COARSE AGGREGATES.

8.0 Fine and coarse aggregate for all types of concrete work shall conform to I.S-383 (Latest
Edition).

8.1 In addition to the routine tests, special tests of material will be carried out whenever required
by the Engineer. The cost of the special tests will be borne by the contractor. Necessary facilities in
the form of moulds, cones, scales, materials, labour for casting, curing specimens and such other
facilities as per requisite in any standard concrete tests will, in any case, be afforded by the
contractor free of cost. Cement for the tests shall be arranged by the contractor at his own cost and
no payment shall be made for this.

9 WATER:

9.0 The contractor shall be responsible for the arrangements to get the supply of water
necessary for the works at his own cost and rates quoted shall also include the cost of water or any
other arrangements required to be made for procuring water and leading/ transporting and carrying
water to the site of the work irrespective of the distance from the source of water. The water shall,
however, conform to I.S-456 If water as per prescription of IS-456 is not available then contractor
will have to install RO Plant free of cost to obtain the water as per specification. No extra payment
for the same admissible at any point of time during the execution or defect liability period later on.

10. CONCRETING: -

10.1 The design mix concrete of strength as indicated as per approved drawings shall be used for
foundation, sub-structure and super-structure of the bridge. The contractor will submit design mix
along with the calculations to the Engineer-in-Charge. The design mix will have to be got approved
from the Engineer In-Charge before use in the construction.

10.2 The concrete shall be mixed properly in mechanical mixer and shall be of proper
consistency. The proper consistency shall be determined by Engineer-In charge through tests that
shall be carried out by the contractor/s. The Concreting shall be commenced only after the
Engineer-in charge has inspected the shuttering, the placement of reinforcement and passed the
same. Cost of concrete moulds and other test shall be borne by the contractor/s.

10.3 The concrete shall be compacted immediately after placing by means of mechanical
vibrator of approved quality.

10.4 The mixing time of concrete in mixer will be decided by the Engineer, depending upon the
type of work and strength of concrete.

10.5 The contractor shall make adequate arrangements for casting of necessary numbers of
cubes and cure and finish them as per direction of Engineer.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 241 of 287


Irrigation & Water Resources Department

10.6 The contractor shall establish laboratory in field and provide the necessary equipments to
carryout all preliminary test and working out the grading and proportioning of aggregate, assessing
the moisture content, casting and testing of cubes etc., in order to obtain and maintain uniform
quality of work confirming to codal practices.

10.7 The exposed surface of plain, R.C.C/P.S.C. work shall be rubbed with Carborandum stone
and rendered smooth if necessary with cement to leave surface smooth and even. Nothing extra
will paid on this account. Cement for the same will be arranged by the contractor/s at his own cost
and no payment shall be made.

10.8 The controlled concrete ingredients should be weigh batched in approved type weigh-
batcher.

10.9 The slump of the approved trial mix shall be measured and this slump shall not be exceeded
through out all the batches of concrete made from the same materials mixed in the same proportion
as the trial mixes and used in those parts of the work as instructed.

10.10 Concreting in hot weather: Hot weather is defined as any combination of high air
temperature, low relative humidity, and wind velocity tending to impair the quality and properties
of fresh or hardened concrete. In hot weather, the contractor shall ensure that the temperature of
the concrete at the time of placing does not exceed 30 degree C and that the maximum internal
temperature attained during setting does not exceed 75 degree C.

The contractor shall provide the effective measures suggested by the Engineer Incharge to protect
the concrete from the effects of high temperatures. No concreting in hot weather shall be put in
hand until the proposed measures have been approved by the Engineer.

10.11 Concreting in cold weather: Cold weather is defined as the situation existing at the work
where either or both of the following conditions exist:
i) The air temperature at the time considered is below 5 degree C.
ii) The mean daily air temperature over three or more successive days has
dropped below 5 degree C.

On no account may concrete be placed in contact with frozen ground or for work in contact with
ice, snow or frost on the ground or on form work of reinforced concrete shall not be made with
frozen materials, Concreting may proceed in cold weather provided special precautions are taken to
ensure that the surface temperature of the concrete at the time of placing is not less than 5 degree
C.
The contractor shall provide the effective measures suggested by the Engineer to take to protect the
concrete from the effects of low temperatures and with details of the methods he proposes to use to
assess the correct timing at which such protection may be removed. No concreting in cold weather
shall be put in hand until the proposed measures have been approved by the Engineer.

10.12 Concrete placed in water: Where any concrete is to be placed in water, the contractor
shall submit detailed proposals to the Engineer and shall obtain his approval before commencing
the work. The quantity of cement in any concrete placed in water, shall, be increased by 10% so
that the free water/cement ratio of the mix is not more than the specified.

Concrete shall not be placed in running water or be allowed to fall through water.

Concrete shall be placed in water only by means of a bottom opening watertight box or a tremie of
a type approved by the Engineer. Bottom-opening boxes shall not be opened until they are resting
on the work, and the lower ends of tremies shall always be kept below the surface of freshly placed

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 242 of 287


Irrigation & Water Resources Department
concrete.

10.12.1 PRESTRESSING:- As per MORT&H specification wherever applicable.

10.13 MEASUREMENTS:

10.13.1 All work will be paid for at the tendered rates on the basis of actual measurements taken at
site. No cognizance will be taken for heights and thickness of structural members over
those shown in the plan.

10.13.2 The gross dimensions of RCC/PSC work exclusive of the thickness of plaster shall be
measured for purpose of payment. No deduction shall be made for the volume of
reinforcement and for small weep holes for drainage etc. No payment shall be made for
plastering over the exposed surface of the RCC/PSC.

10.13.3 No deduction shall be made for the volume of sectional steel measurement on the cutting
edge for the portion embedded in concrete.

10.14 FOUNDATIONS:

10.14.1 The bed of open foundations should be made horizontal and sides neatly dressed and in all
cases got approved by the Engineer before concrete is laid. If foundations are laid in sandy or clay
soil, the variation in levels should not be more than 15mm but in case it is laid on soft rock/boulder
studded soil larger variation may be permitted by the Engineer, at his discretion according to
condition at site. In no case concrete be laid on a sloping bed. In case of loose pockets the same
will have to be filled with lean concrete, as directed by the Engineer, for which no extra payment
will be made excepting that cement required for this purpose, will be paid to the contractor as per
relevant item.

10.14.2 It is expected that design of open foundation will suit in all the bridges. Payment for
excavation of foundation of all the structures including foundation of pucca side and catch water
drains (embedded concrete and masonry portion) and floor of bridges will be made as per relevant
item. It will be applicable to all types of soil including all lead and lift, including excavation water
requiring pumping and bailing out of water including back filling in 15cm layers with proper
watering & ramming. The payment for excavation of foundation will be as per MORT&H/PWD
Standard Specification for material and works irrespective of the fact that excavation has been
done in slopes and there have been slips etc. or any shoring or shuttering has been done. The
surplus earthwork from foundation (quantity of excavation minus quantity of refilling of earth in
foundation limited to vertical dimension) should compulsorily be lead to the adjoining filling
without any extra payment for loading, unloading, crossing of nallaha/streams, rehandling,
dressing the filling irrespective of facts whether surplus earthwork from foundations has been
utilized or not. No cognizance for any boulder more than 15 kg and 15 cm in dimension will be
taken for purpose of any claim and contractor is free to take away such boulders free of cost after
paying due royalty etc. to State Govt. if any.

10.15 FOUNDATION TRENCHES:


The space between the side of the foundation trenches and the masonry/concrete is to be
filled with the excavated material well rammed in layers not exceeding 15 cm each layer being
watered, rammed and consolidated before the succeeding one is laid. Earth shall be rammed with
iron rammers where feasible and with the butt ends of crow bars where rammers cannot be used.
Earth used for filling shall be free from salts organic or other foreign matter. All clods of earth
shall be broken or removed.
The foundation of the bridge shall be of well/pile foundations as per drawing supplied by the
Department.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 243 of 287


Irrigation & Water Resources Department
The contractor shall give notice to the Engineer when and as soon as the excavation of any portion
of the site for obtaining foundations or bottom whether above or below water has reached the depth
and width shown on the drawings. The contractor shall also give further notice to the Engineer
whenever any foundation or bottom is ready for inspection and whenever it is necessary to cover
up any work in respect of which previous inspection is desired by the Engineer so that the
Engineer may inspect the same before it is covered up. No foundations or bottom, of work shall be
covered up or filled or built upon without the previous consent of the Engineer. In default of such
notice and consent aforesaid the foundation or bottom of work shall on the order of the Engineer be
uncovered and any filling put in or work built thereon be removed or pulled down by the contractor
at his own cost.

10.16 TESTING OF MATERIALS:

10.16.1 The contactor shall at his own cost arrange and carry out the tests on various types
of materials to be used in the work. The tests shall be carry out in Laboratories approved by the
Engineer in charge. The frequency of the test and different type of test to be carried out on
different materials shall be decided by the Engineer-in-charge. Nothing extra shall be paid on this
account.

11.0 STEEL:
11.1 Steel shall conform to latest relevant IS specifications. Test certificate for steel before use
as per latest relevant IS specifications will be furnished by the contractor at his own cost from the
manufacturer or the laboratories approved by the Engineer In-Charge.

11.2 The Engineer in Charge will also take samples during the course of work and get the steel
tested to ascertain their conformity to the relevant IS specifications at the contractor/s cost before a
particular lot is to be used. Frequency of testing shall be as prescribed by the relevant IS Code or as
per instruction of engineer in charge.

12.0 FINISHING
12.1 No plastering shall be done over the exposed surface of RCC/PSC work, special care
should be taken in centering and shuttering and casting to ensure good finish, wherever necessary
rendering in 1:3 (1 cement: 3 coarse sand) shall be done to the satisfaction of Engineer-In-Charge.
Nozzle and form vibrators are to be used for RCC/PSC work.

13.0 QUALITY CONTROL:


13.1 The contractor shall arrange to maintain the quality of the work during the operation of
construction and shall ensure that the same is maintained as laid down in the specification for road
and bridge works of the Ministry of Transport and Highways, Government of India, PWD
Specification or as per satisfaction of the Engineer-In-Charge.

13.2 The permissible variation from the specified value shall also conform to these
specifications. It shall be sole responsibility of the contractor to arrange for quality control test
during the construction as per specification. The Engineer-In-Charge shall be empowered to get the
quality control tests done through other agency if required, the cost of which shall be borne by the
contractor.

14.0 SETTING UP FIELD LABORATORY BY CONTRACTOR:


14.1 The contractor shall set up a field laboratory his own at work site which should be open for
use and inspection by the PWD B&R Department at any time. The laboratory shall be equipped
with necessary equipments to carry out the various tests such as sieve analysis, compression tests
on cubes, slump tests, workability test etc. on aggregate, cement, water and concrete required for
acquiring the required quality and standard conforming to codal provisions and Special
specifications.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 244 of 287


Irrigation & Water Resources Department

14.2 All the pressures gauges, machines, equipments and other measuring and testing
equipments of the laboratory shall be got checked/calibrated regularly as directed by the Engineer
and the necessary certificates produced to the Engineer.

14.3 The Contractor shall render all reasonable assistance and help in making the checks and
tests. All the equipments, machinery etc. shall be kept in good working conditions.

14.4 Cost of setting up the laboratory, equipping the same, maintaining, conducting all tests on
materials and cubes shall be borne by the contractor and nothing extra shall be paid on this
account.

15.0 CURING:
15.1 All concrete work in cement mortar, plaster, pointing etc., shall be continuously cured for the
prescribed period as per direction of the Engineer, Curing shall be done by covering the newly laid
concrete with gunny bags and keeping them wet constantly. If it is found that the contractor is not
observing properly these instructions, the Engineer may get the curing done through another
agency, labour without any notice to the contractor at the cost of the contractor. The cost incurred
along with incidental charges of 2% and along with supervision charges 12 ½ % of the cost will be
debited to the contractor.

16.0 SUPPLY OF DRAWINGS :


16.1 Detailed working drawings shall be supplied by the Department during the course of
execution subject to compliance to various provisions in the agreements.

16.2 It may clearly be noted that the Engineer in Charge (Const) shall have full power to make
alterations in the drawings and to give such further instructions, directions as may appear to him
necessary or proposed for the guidance of the contractor and for the official execution and
completion and maintenance of the work.

17.0 Earthwork behind/around abutment, wing/return wall:


17.1 The earthwork will be done with contractor/s own earth by borrowing the earth from
outside the PWD land and the rate quoted will be deemed to be inclusive of all taxes (but
excluding GST), royalty, loading, unloading, leading, handling and re-handling of earth, all leads,
lifts, ascents, descents, crossing of nallahas, streams, tracks, leveling, dressing as a complete jobs
in all respects as per specifications indicated in succeeding paras. The earthwork shall be
compacted mechanically using heavy compactions as per specifications.

17.2 The contractors shall provide all stakes, ballies, bamboo, strings, pegs and labour for setting
out profiles, of embankment required for the correct execution of the work and shall also be
responsible to maintain in the proper order. He is also required to provide labour for the setting of
the same when called upon to do so. This is deemed to be included in the item rate for the
earthwork. The contractor/s shall take necessary precautions to prevent their being removed,
altered and disturbed and shall be responsible for the consequence of such removal alterations and
disturbance and will take action for their proper reinstatement.

17.3 The contractor shall be liable to set up field laboratory with adequate equipments so as to
carry out tests of the soil as per direction of Engineer-in-Charge.

17.4 The contractor shall also be required to provide full assistance for carrying out these tests,
i.e. labour and other materials etc. The rates quoted by the contractor deem to have included of this
element and nothing extra shall be payable to him on this account.

17.5 Engineer-in-charge, if required may get the soil samples tested from another outside agency

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 245 of 287


Irrigation & Water Resources Department
as deemed suitable and the cost for the same if any shall be borne by the contractor.

17.6 Before the earthwork is started by the contractor the ground between the line where
filling/excavation is to be done for embankments, cuttings and training works shall be cleared of all
trees along with the roots, shrubs heavy grass, and under growth of every kind. None of the items
of work mentioned in this para will entitle the contractor/s to any extra payment.

17.7 The contractor should commence work systematically at one or more points in consultation
with the Engineer and should maintain continuous and steady progress to complete the work in
continuous length including leveling and dressing.

17.8 Any extra earth deposited on the top and slopes of the formation shall be removed within 48
hours after a written notice. If not complied, the same shall be removed by other means at
contractor/s cost. Cost of which shall be recovered from contractor/s bill. The payment shall be
made as per designed cross section only.

17.9 It must be clearly understood that the rates are intended to cover the full cost of the finished
works . The banks and cuttings are to be correctly dressed to profile with such slopes as specified
in each case by the Engineer. The rates for earth work shall also include the following:-
i) Site clearance as per specifications including cutting of trees.
ii) Benching in side long ground and existing bank.

17.10 The rates also include maintenance of the banks and cutting to correct profile including
repairs of all rain cuts, making good earth work due to base settlement, natural or otherwise due to
rains etc. In case of filling embankments and removal of silts and slips that may be accumulated in
cutting during rains etc.

17.11 Until the final measurements have been recorded and banks/cutting taken over by the
Department, the item rate of BOQ and quantities will cover the full cost of finished work of cutting
and embankments.

17.12 The following category of soil shall not be permitted.


(a) Organic clays, organic silts, peat, chalks and dispersive soils as detailed below:-
(i) Poorly graded gravels sands with Cu less than 2.
(ii) Clays and silts of high compressibility i.e. MH, CH

18. CONSTRUCTION JOINTS:


18.1 A construction joint is defined as a joint in the concrete introduced for convenience in construction
at which special measures are taken to achieve subsequent continuity without provision for relative
movement. (Hacking of laitance, air jetting and wetting). Location of all construction joints shall be
predetermined and got approved from Engineer-in-Charge.

18.2 Construction joints shall be located so as not to impair the strength of the concrete. The position of
construction joints and the size of the formwork panels shall be so coordinated that where possible the line
of any construction joint coincides with the line of a formwork joint and that in any case all construction
joint lines and formwork joint lines appear as a regular and uniform series.

18.3 For all exposed horizontal joints and purposely inclined joints, a uniform joint shall be formed with
a batten of approved dimensions to give a straight and neat joint line.

NOTE: For more details refer relevant I.S./I.R.C. Code (Latest Edition).

19. CONTRACTORS RESPONSIBILITIES FOR TEMPORARY WORKS & MATERIALS


19.1 The contractor shall from time to time, provide at his own cost all dams, coffer dams, embankments
and all other temporary work of whatever nature and temporary materials necessary for the construction,
completion and maintenance of works which are the subject of the contract and shall from time to time
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 246 of 287


Irrigation & Water Resources Department
submit for the information of the Engineer, drawing showing the details, the type and construction of the
temporary dams, bridges, embankments and other works which he propose to adopt and construct and the
exact position in which he propose to construct and employ them and during the progress of the works he
shall if so directed by the Engineer, furnish particulars and drawings of any other temporary works and
details or any other temporary materials in use or contemplated to be used by him. He shall be entirely
responsible for the sufficiently, security and safety of all dams, coffer dams, bridges, embankments and
other temporary works or temporary materials which he may construct and/or employ and for the claims for
damages to property or injury to persons arising out of any failure or accident to such dams, coffer dams
bridges embankments or other temporary works, or temporary materials from where such cause damage,
injury, failure or accident may arise or happen and shall replace, construct, repair and maintenance of the
whole of such dams, coffer dams, bridges, embankment or other temporary works or temporary materials
until they are certified by the Engineer to be no longer required for the purpose of the contract.

19.2 The contractor shall, before handing over the works or and part thereof to the Department, dismantle
and remove all temporary works and temporary materials, but such removal shall not be effected without the
previous written approval of the Engineer-in-Charge and the contractor shall comply with the directions (if
any) given by him as to the method or removal and/or disposal.

20. BEARINGS.
POT PTFE bearing shall be provided for the girders. The bearings shall be in accordance with the IRC-83
(Pt.III) 2002. (Latest Edition)
These bearings shall be correctly manufactured according to the approved drawings subject to the
permissible tolerances. The bearing shall be got approved from Engineer In-charge prior to placement under
the girder. For example (Bearing of METCO, Sanfield, Mageba), M/S Steel Auto Industries and any other
brand/make with the approval of department.

21. EXPANSION JOINTS.


21.1 Compression Seal joint shall consist of steel armored nosing at two edges of joint gap suitably
anchored to the deck concrete and a preformed chloroprene elastomer or closed cell foam joint sealer
compressed and fixed into the joint gap with special adhesive binder.

21.2 The manufacture /supplier of expansion joint shall be got approved from Engineer-in Charge prior to
placing the order. Preference will be given to the bearing of METCO, Sanfield, Mageba and any other
brand/make with the approval of department.

22. Material steel nosing: The steel nosing shall be of angle section ISA 100x100 conforming to
weldable structural steel as per IS:2062. The thickness of legs shall not be less than 12mm. The top face of
the angle shall be provided with Bleeder holes of 12mm diameter spaced at maximum 100mm centers so as
to ensure that there are no voids in the concrete beneath the angle.

23. Anchorage: The anchorage steel shall conform to IS: 2062 or equivalent. The steel nosing shall be
anchored to the deck by reinforcing bars, headed studs or bolts or anchor plates cast in concrete or a
combination of anchor plate and reinforcing bars, headed studs or bolts. Anchor bars, studs or bolts shall
engage the main structural reinforcement of the deck and in case of anchor plates or anchor loops, this shall
be achieved by passing transverse bars through the loops or plates.
The minimum thickness of anchor plate shall be 12mm. Total cross sectional area of bars, studs or bolts on
each side of the joint shall not be less than 1600 mm sq. per meter length of the joint and the center to center
spacing shall not exceed 250mm. The ultimate resistance of anchorage shall not be less than 500 KN/m in
any direction.
Corrosion protection: All steel section shall be protected against corrosion by hot dip galvanizing or any
other approved anticorrosive coating with a minimum thickness of 100 micron.

24. JOINT SEAL:


The sealing element shall be a preformed continuous chloroprene or closed cell foam seal with high
shear strength, insensitive to soil, gasoline and ozone. It shall have high resistance to ageing and ensure
water tightness. The seal should be vulcanized in a single operation for the full length of the joint required
for carriage way, kerbs and foot paths, if any. The seal shall cater for a horizontal movement upto 40mm
and vertical movement of 3mm. EVAZOTE 380 E.S.P, which is low density closed cell, preformed, non-
extruding, cross linked ethylene vinyl acetate polyethylene copolymer form to be used. The seal is bonded
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 247 of 287


Irrigation & Water Resources Department
to the steel nosing with special bond no.1 subsequent to sand blasting of vertical faces.

The physical properties of chloroprene/closed cell foam sealing element shall conform to the following.
(a) Chloroprene seal: Shall be preformed extruded multi web cellular section of chloroprene of such a
shape as to promote self removal of foreign material during normal service operations. Chloroprene of
joints seal shall conform to clause 9.1.5.1 of IRC 83 (Pt.II) and satisfy the properties stipulated in Table 2 of
the specifications except in respect of the working movement range of the sealing element which shall be as
specified in clause 31.5.1 above.
Closed cell foam steel: Shall perform non-extruded non cellular section made from low density closed cell,
cross linked ethylene vinyl acetate, polyethylene copolymer that is physically blown using nitrogen. The
material shall possess properties as indicated in the table.

Property Specified value


(I) Density 41.7 – 51.3 kg/cum
(ii) Compression set on 25mm 50% compression samples ( ASTM D 3575) for 22 hrs
at 23 degree C,2 hour recovery: 13% set.
(iii) Working temperature -70 to + 70 deg. C
(iv) Water absorption (total immersion for 3 0.09766 kg/sqm
months) (ASTM D 3575)
(v) Tensile strength 0.8 Mpa
(vi) Elongation at break (ASTM D 3575) 195 +/- 20%

Lubricant cum adhesive: The type and application of material used in bonding the preformed joint seal to
the steel nosing and concrete shall be as recommended by the manufacturer/supplier of the seal system.
Handling and storage:
a) The expansion joint material shall be handled with care and stored under cover.
b) All joint material and assemblies shall be protected from damage and assemblies shall be
supplied to maintain true shape and alignment during transportation and storage.
INSTALLATION:
The expansion joint shall be installed by the manufacturer/supplier or their authorized representative,
who will ensure compliance of installation procedure and instructions.
The dimension of the joint recess and the width of the gap shall conform to the approved drawing.
Anchoring steel shall be welded to the main reinforcement in the deck maintaining the level and

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 248 of 287


Irrigation & Water Resources Department
alignment of the joint.
Concreting of pocket/recess shall be done with great care using proper mix conforming to same
grade as that of the deck concrete but not less than M35 grade in any case. The water-cement ratio shall not
be more than 0.40. If needed suitable admixtures may be used to achieve the workability. The width of
pocket shall not be less than 300mm on either side of the joint. Care shall also be taken to ensure efficient
bonding between already cast existing deck concrete and the concrete in the joint recess.
At the time of installation, joint shall be clean and dry and free from spoils and irregularities, which might
impair a proper joint seal.
Concrete or metal surfaces shall be clean, free of rust, laitance, oils, dirt, dust or other deleterious materials.
The lubricant cum adhesive shall be applied to both faces of the joint and joint seal prior to installation in
accordance with the manufacturer’s instructions.
The joint seal shall be compressed to the specified thickness for joint opening and ambient temperature at
the time of installation which shall be between + 5 to + 35 degree C.
The joint seal shall be installed without damage to the seal. Loose fitting or open joints shall not be
permitted.
Steel nosing system shall be installed in correct camber and alignment of the joint in the recess
provided with adequate support bars and loops which shall be welded with the sinusoidal bars of the
anchorage system and the exposed reinforcement of the deck slab/PSC girder.
That recess portion shall be concreted with cement concrete (CC) in accordance with M.O.S.T.
specification.
The top of expansion joint cc block and top of wearing coat shall be in the same level.
The EVAZOTE – 380 ESP shall be installed between the angle nosing subsequent to sand blasting
and applying BONDER no.1 on vertical faces of nosing angle on curing of concrete. The width of seal is
25% more than the expansion gap so the seal is installed in compressed, state.

25. Acceptance Criteria:


All steel elements shall be furnished with corrosion protection system.
For the joint seal the acceptance test shall conform to the requirement stipulated in relevant clause.
The manufacturer/supplier of the type of joint shall produce a test certificate to this effect conducted in a
5recognized laboratory in India or Abroad.

26. Prior to acceptance 25% of the completed and installed joints, subject to minimum of one joint, shall
be subjected to water tightness test. Water shall be continuously pounded along with entire length for a
minimum period of 4 hours for a depth of 25mm above the highest point of deck. The width of pounding
shall be at least 50mm beyond the anchorage block of the joint another side. The depth of water shall not
fall below 25mm anytime during the test. A close inspection of the under side of the joint shall not reveal
any leakage.
27. Tests and standards of acceptance: The materials shall be tested in accordance with these
specifications and shall meet the prescribed criteria. The manufacturer/supplier shall furnish the requisite
certificates from the recognized testing laboratory of India or abroad.
The work shall conform to these specifications and shall meet the prescribed acceptance.

28. MACHINERY AND PLANT.


28.1 The contractor will be entirely responsible to arrange all necessary machinery, including concrete
mixers, vibrators, compressors, pumps, pneumatic equipments, dredges derricks, cranes, service girders,
staging, motor vehicles, trailer tools and plants and their spare parts required for sufficient and methodical
execution of work and transport them to the site of work. Delay in procurement of such items due to their
non-availability on account of import difficulties or any other cause whatsoever, will not be taken as excuse
for slow or non-performance of the work. Safety of plants and machinery will be the responsibility of the
contractor and for any loss due to any cause or wash away in flood, or otherwise no claim will be
entertained on this account whatsoever.

29. Coordination with Railway for end span (regarding issues of bridges the coordination with
Railway considered to be deleted) only for ROB & RUB.
The contractor has to made coordination with the Railway Authorities, during the execution of work.
The end span of approaches shall be laid only after consultation with Railway. Nothing extra shall be paid
on account of delay of railway portion. However suitable time extension on this account, if any, will be
granted by the department.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 249 of 287


Irrigation & Water Resources Department

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 250 of 287


Irrigation & Water Resources Department
Error: Subreport could not be shown.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 251 of 287


Irrigation & Water Resources Department

Section 6
Bill of Quantities
Preamble

1) The Bill of quantities shall be read in conjunction with the instructions to Bidders, Conditions of contract,
Technical Specifications and Drawings.

2) The quantities given in the Bill of Quantities are estimated and provisional, and are given to provide a
common basis for bidding. The basis of payment will be the actual quantities of work ordered and carried
out, as measured by the contractor and verified by the Engineer and valued at the rates and prices tendered
in the priced Bill of Quantities, where applicable, and otherwise at such rates as the Engineer may fix within
the terms of the Contract.
3) The rates and prices tendered in the priced Bill of Quantities shall, except in so far as it is otherwise
provided under the Contract, include all constructional plant, labour, supervision, materials, erection,
maintenance, insurance, profit, all taxes (but excluding GST) and duties, together with all general risks,
liabilities and obligations set out or implied in the Contract.
4) The rates and prices shall be quoted entirely in Indian Currency.

5) A rate or price shall be entered against each item in the Bill of Quantities, whether the quantities are stated
or not. The cost of Items against which the contractor has failed to enter a rate or price shall be deemed to
be covered by other rates and prices entered in the Bill of Quantities.

6) The whole cost of complying with the provisions of the Contract shall be included in the items provided in
the priced Bill of Quantities, and where no Items are provided the cost shall be deemed to be distributed
among the rates and prices entered for the related Items of work.

7) General directions and descriptions of work and materials are not necessarily repeated or summarized in the
Bill of Quantities. References to the relevant sections of the contract documentation shall be made before
entering rates or prices against each item in the Bill of Quantities.

8) Errors will be corrected by the Employer for any arithmetic errors pursuant to clause of the Instructions to
Bidders.
9) Any items of work not provided in the contract schedule of rates if required to be executed will be paid as
per Haryana PWD schedule of rates 2021 plus ceiling premium as applicable in DNIT subject to the
premium tendered by the contractor. In case of non schedule item, these will be paid by the ‘Engineer’
based on market rates of that time after getting approval from the competent authority and will be binding
upon the contractor.
10) The work will be carried out strictly in accordance with the PWD book of specification 1990 edition,
CPWD Specifications and MoRT&H Specifications as applicable and that will form part and parcel of this
contract agreement.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 252 of 287


Irrigation & Water Resources Department
11) The ‘Engineer’ shall be entitled to order work against any item or work shown in this contract schedule of
rates hereinafter called the “Schedule” to any extent and without any limitation whatsoever as may be
required in his opinion for the purpose of work irrespective of the fact the quantities are omitted altogether
in the “Schedule” or shown more or less than the work ordered to be carried out.

12) In this contract schedule of rates only essential portion of items has been written, but it will deem to cover
the entire items as fully described in Haryana PWD schedule rates 2021 till the date of opening of tender
and will be applicable on this contract schedule of rates.

13) All the items in this contract schedule of rates 2021 subject to the foot notes given in the Haryana PWD
schedule of rates 2021 till the date of opening of tender and will be applicable on this contract schedule of
rates.
14) Quantities given in the BOQ may vary at the time of execution of works done at site by the contractor.

15) Unless otherwise specified all material, machinery and labour input are to be arrange by the contractor.

16) All amendments issued to the Haryana PWD schedule of rates will be applicable on the contract schedule of
rates.
17) As and when contractor gives condition that arrangement of water shall be made by the department, it shall
be deemed that all the charges incurred thereon shall be borne by the department and recovery on the total
work done shall be made from him.

18) No claim will be entertained from the contractor in case of any mistake in description, rate or unit occurred
on account of typing or comparison or over sight. If there is any mistake, the same shall be rectifiable by the
‘Engineer’ at any stage as per Haryana PWD schedule of rates 2021 and all the amendments received from
time to time.
19) The premium should be quoted above or below for HSR items and individual rates for NS Items. No
conditional offer should be made. In case any conditions is tendered, this will be considered as null and
void and only the premium or discount quoted by the tender shall be accepted. In case any tender refused to
accept the above afterwards, his earnest money will be forfeited or the action as per conditions of Bid
Security Declaration Form shall be taken.

20) Tender premium will not be allowed on new N.S. items.

21) Rate quoted by the contractor for each N.S. item shall be for complete job including all taxes (but excluding
GST) , carriage etc. Nothing extra on any account shall be paid.

22) The payment will be made according to the actual work done by the contractor.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 253 of 287


Irrigation & Water Resources Department

BILL OF QUANTITIES

Name of work:-Estimate for bridge on river Ghaggar at RD 31000 upstream Sirsa Bhatinda
railway line on village road farwain Kalan to Budhbhana district Sirsa.

HSR ITEMS:

Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

1. [15.1.2.1]Earth work in excavation of foundation of 1774.03 cum


structures as per drawing and technical specification,
including setting out, construction of shoring and bracing,
removal of stumps and other deleterious matter, dressing
of sides and bottom and backfilling with approved material
as per clause 304 of MORTandH specifications
Ordinary soil 2.1. Mechanical Means
Depth up to 3 m
2. [15.1.2.2]Earth work in excavation of foundation of 939.05 cum
structures as per drawing and technical specification,
including setting out, construction of shoring and bracing,
removal of stumps and other deleterious matter, dressing
of sides and bottom and backfilling with approved material
as per clause 304 of MORTandH specifications
Ordinary soil 2.2. Mechanical Means
Depth 3 m to 6 m
3. [15.1.2.3]Earth work in excavation of foundation of 263.89 cum
structures as per drawing and technical specification,
including setting out, construction of shoring and bracing,
removal of stumps and other deleterious matter, dressing
of sides and bottom and backfilling with approved material
as per clause 304 of MORTandH specifications
Ordinary soil 2.3. Mechanical Means
Depth above 6m
4. [15.10]Providing and Laying Cutting Edge of Mild Steel 11.92 per tonne
weighing 40 kg per metre for Well Foundation complete as
per Drawing and Technical specification MORTandH
clause 1200 and 1900
5. [15.12.9.1]Plain/Reinforced Cement Concrete, in Well 1172.52 cum
Foundations complete as per Drawing and Technical
Specification, in Well Steining 9.1. RCC M40 Grade
Using Batching Plant, Transit Mixer and Concrete Pump
6. [15.15.1]Plain/Reinforced Cement Concrete, in Well 293.91 cum
Foundations complete as per Drawing and Technical
Specification, in Top Plug 1. Grade M15 PCC
Using Concrete Mixer
7. [15.16.5]Plain/Reinforced Cement Concrete, in Well 464.00 cum
Foundations complete as per Drawing and Technical
Specification, in Well Cap 5. RCC M40 Grade
Using Batching Plant, Transit Mixer and Concrete Pump
8. [15.17.2.1]Sinking of 6 m external diameter well (other 18.00 Per Metre
than pneumatic method of sinking) through all types of
strata namely sandy soil, clayey soil and rock as shown
against each case, complete as per drawing and technical
specifications. Depth of sinking is reckoned from bed level
MORTandH clause 1200 2.1. Clayey Soil ( 6m dia. Well )

Depth below bed level up to 3.0 M

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 254 of 287


Irrigation & Water Resources Department
Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

9. [15.17.2.2]Sinking of 6 m external diameter well (other 42.00 Per Metre


than pneumatic method of sinking) through all types of
strata namely sandy soil, clayey soil and rock as shown
against each case, complete as per drawing and technical
specifications. Depth of sinking is reckoned from bed level
MORTandH clause 1200 2.2. Clayey Soil ( 6m dia. Well )

Beyond 3m up to 10m depth


10. [15.17.2.3]Sinking of 6 m external diameter well (other 30.00 Per Metre
than pneumatic method of sinking) through all types of
strata namely sandy soil, clayey soil and rock as shown
against each case, complete as per drawing and technical
specifications. Depth of sinking is reckoned from bed level
MORTandH clause 1200 2.3. Clayey Soil ( 6m dia. Well )

Beyond 10 m up to 20 m
(a) Add 5 per cent for every additional meter depth of
sinking over the rate of sinking for the previous meter
(b) Add for dewatering @ 5 per cent of cost, if required.
11. [15.26.1]Sand Filling and Water Filling of Wells 1. Sand 516.22 cum
Filling in Wells complete as per Drawing and Technical
Specifications MORT&H clause 1207
12. [17.15.1]Granular Sub-Base with Coarse Graded Material 256.50 cum
- Grading-I or II or III (Table:- 400-2)
Construction of granular sub-base by providing coarse
graded material, spreading in uniform layers with motor
grader on prepared surface, mixing by mix in place method
with Rotavator at OMC, and compacting with vibratory
roller to achieve the desired density, complete as per clause
401.of MORTandH specifications 1. Grading I material
13. [17.22.1]Water Bound Macadam Gr I 1. Water Bound 128.25 cum
Macadam Grading I (without screenings for low volume
roads (undesignated)
Providing, laying, spreading and compacting stone
aggregates of specific sizes to water bound macadam
specification including spreading in uniform thickness,
hand packing, rolling with 3 wheeled steel/ vibratory roller
8-10 tonnes in stages to proper grade and camber, applying
and brooming requisite type of screening/ binding
Materials to fill up the interstices of coarse aggregate,
watering and compacting to the required density complete
as per technical clause 404 of MORT&H specifications
14. [17.23.2]Water Bound Macadam Grading - II 2. Water 128.25 cum
Bound Macadam - II with Screening Type A / Type B
Providing, laying, spreading and compacting stone
aggregates of specific sizes to water bound macadam
specification including spreading in uniform thickness,
hand packing, rolling with 3 wheeled steel/ vibratory roller
8-10 tonnes in stages to proper grade and camber, applying
and brooming requisite type of screening/ binding
Materials to fill up the interstices of coarse aggregate,
watering and compacting to the required density complete
as per technical clause 404 of MORT&H specifications
15. [17.25]Prime Coat @ 0.85kg per sqm Providing and 1710.00 Sqm
applying primer coat with bitumen emulsion on prepared
surface of granular Base including clearing of road surface
and spraying primer at the rate of 0.85 kg/sqm using
mechanical means as per technical clause 503 of
MORT&H specifications
16. [17.26.2]Tack Coat 2. Providing and applying tack coat 3420.00 Sqm
with penetration grade bitumen VG - 10 using bitumen
pressure distributor at the rate of 0.30 kg per sqm on the
prepared bituminous/ granular surface cleaned with
mechanical broom as per technical clause 503 of
MORT&H specifications

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 255 of 287


Irrigation & Water Resources Department
Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

17. [17.27.2]Bituminous Macadam with batch type HMP 2. 128.96 cum


Bituminous Macadam 50 to 75 mm thickness (grading II)
with batch type hot mix plant 100 -120 TPH
Providing and laying bituminous macadam 50-75 mm
thick with Batch type hot mix plant 100-120 TPH using
crushed aggregates of specified grading premixed with
bituminous binder VG - 30 @3.4% transported to site,
laid over a previously prepared surface with paver finisher
to the required grade, level and alignment and rolled as per
clauses 501.6 and 501.7 to achieve the desired compaction
complete as per technical clause 504 of MORT&H
specifications
Grading II (19 mm nominal size)
18. [17.32.1]Surface Dressing Providing and laying surface 1710.00 Sqm
dressing as wearing course in single coat using crushed
stone aggregates of specified size on a layer of bituminous
binder VG - 10 laid on prepared surface and rolling with 8-
10 tonne smooth wheeled steel roller complete as per
technical clause 509 of MORT&H specifications 1. 19 mm
nominal chipping size, with bitumen
19. [17.33.1]Open - Graded Premix Surfacing 20 mm 1710.00 Sqm
thickness 1. Providing, laying and rolling of open - graded
premix surfacing of 20 mm thickness composed of crushed
stone aggregates of specified grading premixed in a
continuous type of hot mix plant of appropriate capacity
not less not less than 75 tonne per hour, with bituminous
binder VG - 10 @ 1.46 kg per sqm, laid with Paver
Finisher Mechanical and rolling with a smooth wheeled
roller 8-10 tonne capacity, finished to required level and
grades complete as per technical clause 510 of MORT&H
specifications.
20. [17.36.1]Seal Coat 1. Seal Coat Type A with VG -10 1710.00 Sqm
Providing and laying seal coat Type A (liquid Seal Coat)
sealing the voids in a bituminous surface using crushed
stone aggregates and penetration grade bitumen VG- 10 @
0.98 kg/sqm laid to the specified levels, grade and cross
fall complete as per technical clause 511 of MORT&H
specifications.
21. [17.5.3]Compacting Original Ground 3. Compaction of 3015.00 Sqm
Earthwork
Compaction of & preparation of sub grade including
loosening, levelling of earth 225 mm thick top layer, rough
dressing of soil, final dressing of earth to give level,
camber, watering, rolling with road roller, compacting the
bed to achieve minimum dry density as given in the Table
3000-2 as per technical clause 305 of MORT&H
specifications
22. [27.12.1.2]RCC Grade M35 1.2. With Batching Plant, 2757.59 cum
Transit Mixer and Concrete Pump
23. [27.12.2.2]RCC Grade M35 2.2. With Batching Plant, 523.48 cum
Transit Mixer and Concrete Pump
24. [27.13]Supplying, fitting and placing HYSD bar 154.27 Tonne
reinforcement in sub-structure complete as per drawing
and MoRTandH Specifications 1600 & 2200.
25. [27.15]Providing weep holes in Brick masonry/Plain/ 300.00 Nos.
Reinforced concrete abutment, wing wall/ return wall with
100 mm dia AC pipe, extending through the full width of
the structure with slope of 1V :20H towards drawing force.
Complete as per drawing and MoRTandH Specifications
2706 & 2200.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 256 of 287


Irrigation & Water Resources Department
Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

26. [27.17]Providing and laying of Filter media with granular 224.12 cum
materials/stone crushed aggregates satisfying the
requirements laid down in clause 2504.2.2. of MoRTH
specifications to a thickness of not less than 600 mm with
smaller size towards the soil and bigger size towards the
wall and provided over the entire surface behind abutment,
wing wall and return wall to the full height compacted to a
firm condition complete as per drawing and MoRTH and
Specification 710.1.4 of IRC: 78 and 2200.
27. [27.23]Supplying, fitting and fixing in position true to line 7200.00 Per tonne
and level POT-PTFE bearing consisting of a metal piston capacity
supported by a disc or unreinforced elastomer confined
within a metal cylinder, sealing rings, dust seals, PTFE
surface sliding against stainless steel mating surface,
complete assembly to be of cast steel/fabricated structural
steel, metal and elastomer elements to be as per IRC: 83
part-I and II respectively and other parts conforming to
BS: 5400, section 9.1 and 9.2 and clause 2006 of MoRTH
Specifications complete as per drawing and approved
MoRTandH Specifications. 2000 & 2200.
28. [27.32.2.3]Using Batching Plant,Transit Mixer and 571.83 cum
Concrete Pump 2.3. For formwork and staging add the
following:
For T-beam & slab, 23-33 per cent of labour, material and
machinery cost
Height above 10m
29. [27.38]Supplying, fitting and placing HYSD bar 557.62 Tonne
reinforcement in super-structure complete as per drawing
and MoRTandH specifications 1600.
30. [27.49]Painting on concrete surface 597.03 Sqm
Providing and applying 2 coats of water based cement
paint to unplastered concrete surface after cleaning the
surface of dirt, dust, oil, grease, efflorescence and applying
paint @ of 1 litre for 2 sqm and MORT&H specification
800.
31. [27.5]Plain/Re-inforced cement concrete in sub-structure 387.53 cum
complete as per drawing and MoRTandH specifications
1500,1700 and 2200.

PCC Grade M15 (with concrete Mixer) Height up to 5m


32. [27.55]Strip Seal Expansion Joint 60.00 Running Metre
Providing and laying of a strip seal expansion joint
catering to maximum horizontal movement up to 70 mm,
complete as per approved drawings and standard
specifications to be installed by the manufacturer/supplier
or their authorised representative ensuring compliance to
the manufacturer`s instructions for installation as per
clause 2606 of MoRTH Specification (5th Revision,
2013).

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 257 of 287


Irrigation & Water Resources Department
Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

33. [34.11.1]Informatory sign board 900x600 rectangular as 4.00 Each


per IRC 67- 2012 with retro reflective Sheeting as per
ASTM D 4956 09 and as per IRC 67 2012 fixed over 4
mm thick aluminium Composite material (ACM) sheeting
having aluminium skin thickness of 0.4 to 0.5 mm on both
sided and fixing the same with suitable size aluminium
alloy rivets @ 200 mm c/c to back support frame of
25x25x3mm angle iron supported on a square hollow steel
section post 60x60x3.2mm conforming to IS 4923 without
cost of definition plate firmly fixed to ground in
foundation concrete M-25 of size 0.45x0.45x0.75m for
vertical post complete as per clause 801 of MORTandH
specifications. Supplier shall provide a warranty as per
clause 6.9 of IRC 67-2012 for retro reflective sheeting and
a certified copy of test reports from an independent test
laboratory including three year outdoor weathering test
report for sheeting tested in India condition conforming to
clause 6.7 of IRC 67-2012 1. Using retro reflective
Sheeting Class C as per IRC 67 2012
34. [34.35]Flexible Median Marker Providing and Fixing of 50.00 Nos.
Flexible Median Markers as per IRC 79:2019 which shall
be made of combination of tough, high impact resistant
molded thermoplastic body along with floroscent yellow
colour retro-reflective Class C sheeting with minimum
exposed reflective area 285 square mm and with rebound
property. The reflective sheeting should confirm to Class C
Yellow sheeting as per IRC 67-2012 . The flexible
median marker shall have overall height of minimum 180
mm, width of minimum 120 mm, body thickness of
minimum 2.0 mm and shank depth of minimum 30mm.
The retro-reflective sheeting shall be on both sides of the
Flexible Median Marker and shall be edge protected with
no exposed edges which will prevent edge lifting,
vandalism, sheeting damage, etc. The edge of sheeting
should not come out easily by putting nails, sharp objects
etc. The logo of the manufacturer shall be embossed on
either side of the body. The product design has to with
stand all natural impacts and should not get damaged if any
pedestrian stamp on top of it intentionally or
unintentionally. The product should bend up to 90 degree
on both sides without breakage or damage. The Flexible
Median Marker shall be tested from Government Lab for
reboundability and tensile test as per IRC 79 :2019.
35. [34.36]Solar RPM/ Stud Providing and installation of solar 450.00 Nos.
cat eye produced from an engineered polymer selected for
superior impact resistance and weather-ability. The top of
the solar stud should be transparent for solar charging and
light output in active mode. The base of the body shall be
yellow or neutral white as approved by Engineer In-charge.
The marker shall incorporate a solar panel (comprising of
solar cells) for converting solar energy into electricity, a
storage device for storing the energy, LEDs for
illumination and a design for providing 360 degree smooth
illumination. The Solar stud shall be round in shape for
providing illumination in all directions. The solar stud
shall also have high reflective polycarbonate/ methyl
methecrylate lenses for conspicuity in passive mode and
dual shanks for improved road presence. The solar studs
are intended for application directly onto pavement
surfaces and shall be applied with epoxy resin adhesives
designed for use with raised pavement markers and as
supplied by the marker manufacturer separately. The solar
cat eye shall be of height: 65 ± 2 mm & Maximum
Diameter: 136 ± 5 mm. The body of the solar cat eye shall
be resistant to dust and water ingress as per IP 65
standards. The marker shall support a load of 13635 Kg
tested in accordance with ASTM D4280.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 258 of 287


Irrigation & Water Resources Department
Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

36. [34.4.1]Cautionary sign board 900x900x900mm triangular 4.00 Each


as per IRC 67- 2012 with retro reflective Sheeting as per
ASTM D 4956 09 and as per IRC 67 2012 fixed over 4mm
thick aluminium Composite material (ACM) sheeting
having aluminium skin thickness of 0.4 to 0.5 mm on both
sided and fixing the same with suitable size aluminium
alloy rivets @ 200 mm c/c to back support frame of
25x25x3mm angle iron supported on a square hollow steel
section post 60x60x3.2mm conforming to IS 4923 without
cost of definition plate firmly fixed to ground in
foundation concrete M-25 of size 0.45x0.45x0.75m for
vertical post complete as per clause 801 of MORTandH
specifications. Supplier shall provide a warranty as per
clause 6.9 of IRC 67-2012 for retro reflective sheeting and
a certified copy of test reports including three year outdoor
weathering test report for sheeting tested in India condition
from an independent test laboratory conforming to clause
6.7 of IRC 67-2012 1. Using retro reflective Sheeting
Class C as per IRC 67 2012
37. [34.6.1]Mandatory sign board 900 mm circular as per IRC 4.00 Each
67- 2012 with retro reflective Sheeting as per ASTM D
4956 09 and as per IRC 67 2012 fixed over 4 mm thick
aluminium Composite material (ACM) sheeting having
aluminium skin thickness of 0.4 to 0.5 mm on both sided
and fixing the same with suitable size aluminium alloy
rivets @ 200 mm c/c to back support frame of 25x25x3mm
angle iron supported on a square hollow steel section post
60x60x3.2mm conforming to IS 4923 without cost of
definition plate firmly fixed to ground in foundation
concrete M-25 of size 0.45x0.45x0.75m for vertical post
complete as per clause 801 of MORTandH specifications.
Supplier shall provide a warranty as per clause 6.9 of IRC
67-2012 for retro reflective sheeting and a certified copy of
test reports from an independent test laboratory including
three year outdoor weathering test report for sheeting
tested in India condition conforming to clause 6.7 of IRC
67-2012 1. Using retro reflective Sheeting Class C as per
IRC 67 2012
38. [4.12.1]Earth work in excavation by mechanical means 4643.78 cum
(Hydraulic excavator)/manual means over areas (exceeding
30 cm in depth, 1.5 m in width as well as 10 sqm on plan)
including getting out and disposal of excavated earth lead
up to 50 m and lift up to 1.5 m, as directed by Engineer-in-
charge. 1. All kinds of soil
39. [4.32]Filling available excavated earth (excluding rock) in 2381.58 cum
trenches, plinth, sides of foundations etc. in layers not
exceeding 20cm in depth, consolidating each deposited
layer by ramming and watering, lead up to 50 m and lift up
to 1.5 m.
40. [4.33]Excavating, supplying and filling of local earth 5872.50 cum
(including royalty) by mechanical transport up to a lead of
1 km also including ramming and watering of the earth in
layers not exceeding 20 cm in trenches, plinth, sides of
foundation etc. complete.
41. [9.57.2]Providing and fixing on wall face Unplasticised 660.00 Metre
Rigid PVC rain water pipes conforming to IS : 13592 Type
A, including jointing with seal ring conforming to IS :
5382, leaving 10 mm gap for thermal expansion, (i) Single
socketed pipes. 2. 110 mm diameter

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 259 of 287


Irrigation & Water Resources Department

Total Bid Price (in figures) ----------------------------------------------


(in words) -----------------------------------------------------
Signature__________

Notes:-
1. The item for which no rate or price has been entered in will not be paid for by the Employer
when executed and shall be deemed to be covered by the other rates and prices in the Bill of
Quantities (Refer: ITB Clause 13.2).

2. Unit rates and prices shall be quoted by the bidder in Indian rupees excluding GST [ITB
Clause 14.1].

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 260 of 287


Irrigation & Water Resources Department

Section 7

Standard Forms

Letter of Acceptance

and

Other Forms

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 261 of 287


Irrigation & Water Resources Department

Standard Forms

(A) Letter of Acceptance

LETTER OF ACCEPTANCE
(Letterhead paper of the Employer)
No.________
Dated___________________

To

_____________________________ (Name and address of the Contractor)


_____________________________
_____________________________

Dear Sirs,

This is to notify you that your Bid dated ________________________________ for


execution of the ___________________________________________________ (name of the
contract and identification number as given in the contract data) for the contract Price of Rupees
______________________________ (amount in words and figures), as corrected and modified in
accordance with the Instructions to Bidders1 is hereby accepted.

You are hereby requested to furnish Performance Security, (and additional security
for unbalanced bids in terms of ITB Clause 29.3) [where applicable] in the form detailed in Clause
34.1 of ITB for an amount equivalent to Rs. ___________ within 15 days of the receipt of this
letter of acceptance valid up to 28 days from the date of expiry of Defect Liability-cum-
Maintenance Period i.e. up to _________________________ and sign the contract, failing which
action as stated in Clause 34.3 of ITB will be taken.

Yours faithfully,

Authorized Signature
Name and title of Signatory
Name of Employer
for and on behalf of Governor of Haryana

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 262 of 287


Irrigation & Water Resources Department

(B) Issue of Notice to Proceed with the Work

ISSUE OF NOTICE TO PROCEED WITH THE WORK


(Letter head of the Employer)

No. _________________ Dated


__________________

To

—————————————— (Name and address of the Contractor)

——————————————

——————————————

Dear Sirs:

Pursuant to your furnishing the requisite Performance Security as stipulated in ITB Clause 34
and signing of the Contract for the work of ————————

———— at a bid price of Rs. ________________________________.


You are hereby instructed to proceed with the execution of the said works in accordance
with the contract documents.

Yours faithfully,

(Signature, name and title of signatory,


authorized to sign on behalf of Employer)

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 263 of 287


Irrigation & Water Resources Department

(C) Standard Form of Agreement

STANDARD FORM: AGREEMENT

This Agreement, made the ___________________day of ______________20_______,


between_________________________________________________________________

__________________________________________________________ [name and address of


Employer]

(hereinafter called “the Employer”) of the one part, and

_____________________________________________

________________________________________________________________________

________________________________________________________________________

[name and address of Contractor] (hereinafter called “the Contractor” of the other part).

Whereas the Employer is desirous that the Contractor execute

_____________________________

________________________________________________________________________

________________________________________________________________________

________________________________[name and identification number of Contract]

(hereinafter called “the Works”) and the Employer has accepted the Bid by the

Contractor for the execution and completion of such Works and the remedying of any

defects therein at a cost of Rupees...............................

NOW THIS AGREEMENT WITNESSETH as follows:

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

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter


mentioned, the Contractor hereby covenants with the Employer to execute and complete the
Works and remedy any defects therein in conformity in all aspects with the provisions of the
Contract.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 264 of 287


Irrigation & Water Resources Department
3. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and remedying the defects within the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.
4. The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz:

i) Letter of Acceptance;
ii) Notice to Proceed with the works;
iii) Contractor’s Bid;
iv) Contract Data;
v) Special Conditions of Contract and General Conditions of Contract;
vi) Specifications;
vii) Drawings;
viii) Bill of Quantities; and
ix) Any other document listed in the Contract Data as forming part of the Contract.

In witness whereof, the parties thereto have caused this Agreement to be executed the day
and year first
before written.
The Common Seal of ______________________________________________________

was hereunto affixed in the presence of:

Signed, Sealed and Delivered by the said ______________________________________


________________________________________________________________________

in the presence of:

Binding Signature of Employer ______________________________________________

Binding Signature of Contractor _____________________________________________

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 265 of 287


Irrigation & Water Resources Department

(D) Form of Unconditional Bank Guarantee from Contractor for Performance Bank
Guarantee

(BANK GUARANTEE)

WHEREAS, ______________________ [Name of Bidder] (hereinafter called “the Bidder”) has


submitted his Bid dated ____________ [date] for the construction of _________________ [name
of contract hereinafter called “the Bid”].

KNOW ALL PEOPLE by these presents that


We_________________________________________
[name of Bank] of ____________________ [name of country] having our registered office at
____________________________________ (hereinafter called “the Bank”) are bound unto
__________________[name of Employer] (hereinafter called “the Employer”) in the sum of
______________________ * for which payment well and truly be made to the said Employer the
Bank itself, his successors and assigns by these presents.

SEALED with the common seal of the said Bank this ___________ day of ____________, 20

THE CONDITIONS of this obligation are;

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in
the from of tender.
OR

(2) If the Bidder having been notified to the acceptance of his bid by the Employer during the
period of Bid validity:

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to
Bidders, if
required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the Instructions to
Bidders; or

We undertake to pay to the employer up to the above amount upon receipt of his first written
demand, without the Employer having to substantiate his demand, provided that in his demand
the Employer will note that the amount claimed by him is due to him owing to the occurrence
of one or any of the three conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date ________________ ** days
after the deadline for submission of Bids or as such deadline as is stated in the Instructions to
Bidders or as it may be extended by the Employer, notice of which extension(s) to the Bank is
hereby waived. Any demand in respect of this guarantee should reach the Bank not later than the
above date.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 266 of 287


Irrigation & Water Resources Department

DATE ___________________________
SIGNATURE________________________

WITNESS________________________ SEAL
______________________________

[Signature, name and address]

* The Bidder should insert the amount of the guarantee in words and figures denominated in
Indian Rupees.

** 45 days after the end of the validity period of the Bid. Date should be inserted by the employer
before the Bidding documents are issued.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 267 of 287


Irrigation & Water Resources Department

Earnest Money Declaration Form


(in case of bidder is registered as contractor with Haryana Government on Haryana Engineering Works Portal)

(refer Clause 16.2 of Section 1)

1. I hereby submit a declaration that the bid submitted by the undersigned, on behalf of the
bidder, (name of the Bidder), shall not be withdrawn or modified during the period of
validity i.e. not less than 120 (one hundred twenty) days from the bid due date.

2. I, on behalf of the bidder, (Name of Bidder), also accept the fact that in case the bid is
withdrawn or modified during the period of its validity or if we fail to sign the contract in
case the work is awarded to us or we fail to submit a performance security before the
deadline defined in clause 34.1 of the tender document, then (Name of Bidder) will be
debarred for participation in the tendering process in any of the
Department/Boards/Corporations etc. of the Government of Haryana for a period of Two
year from the bid due date of this work

(Signature of the Authorized Signatory)


(Official Seal)

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 268 of 287


Irrigation & Water Resources Department

PERFORMANCE BANK GUARANTEE

To
____________________________ [name of Employer]
____________________________ [address of Employer]
____________________________

WHEREAS ______________________________________ [name and address of


Contractor] (hereafter called “the contractor”) has undertaken, in pursuance of Contract No.
_________________ dated _____________ to execute ____________________________ [name
of Contract and brief description of Works] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor
shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as
security for compliance with his obligation in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on
behalf of the Contractor, up to a total of ___________________________ [amount of guarantee]*
_______________________ (in words), such sum being payable in the types and proportions of
currencies in which the Contract Price is Payable, and we undertake to pay you, upon your first
written demand and without cavil or argument, any sum or sums within the limits of
________________________________[amount of guarantee] as aforesaid without your needing to
prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the contractor before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the
Contract or of the Works to be performed there under or of any of the Contract documents which
may be made between you and the Contractor shall in any way release us from any liability under
this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until 28 days from the expiry of the Defect Liability-
cum-Maintenance Period.

Signature and Seal of the guarantor_____________


Name of Bank_________________________
Address _____________________________
Date________________________________

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 269 of 287


Irrigation & Water Resources Department
* An amount shall be inserted by the Guarantor, representing the percentage the Contract Price
specified in the Contract including additional security for unbalanced Bids, if any and denominated
in Indian Rupees.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 270 of 287


Irrigation & Water Resources Department

(E) Format for Equipment/Machinery Lease Agreement

EQUIPMENT/MACHINERY LEASE AGREEMENT

The Lease Agreement (the “agreement”) is made and entered on dated__________, by and
between (“Lessor) and (“ Lessee”) (collectively referred to as the parties).
The parties agree as follows:-

1 Lessor hereby leases to Lessee the following machinery and equipment:


. _________________________________________________________________________________
______________________________________________________________
______________________________________________________________

2 LEASE TERM: The Lessee will start on dated ___________________ (begin date) and will end on
. dated ___________ (end date).

3 LEASE PAYMENT: Lessee agrees to pay lessor as rent for the equipment/ machinery the amount
. of Rs._________ (“RENT”) each month in advance on the first day of each month
at________________(Address for rent payment) or at any other address designated by Lessor. s

4 LATE PAYMENT: If any amount under this agreement is more than ______ days late, lessee agree
. to pay a late fees of Rs. _______ per day.

5 SECURITY DEPOSIT: Prior to taking possession of the Equipment/ machinery, Lessee shall deposit
. with Lessor in trust, a security deposit of Rs. _________ as security for the performance by Lessee
of the terms under this agreement and for any damages caused by Lessee or Lessee’s agents to the
equipment/ machinery during the lease term. Lessor may use part or all of security deposit to repair
any damage to Equipment/ machinery caused by Lessee or Lessee’s agents. However, lessor is not
just limited to security deposit amount and lessee remains liable for any balance. Lessee shall not use
or apply any such security at any time in lieu of payment of rent. If lessee breaches any terms or
conditions of this Agreement, Lessee shall forfeit any deposit, as permitted by law.

6. DELIVERY: Lessee shall not be responsible for all expenses and costs i) at the beginning of the
Lease Term, of transporting the equipment/ machinery Lessee’s premises and ii) at the end of the
Lease Term, of transporting the equipment/ machinery back to Lessor’s premises.s

7. POSSESSION AND SURRENDER OF EQUIPMENT/ MACHINERY: Lessee shall be entitled to


possession of the equipment/ machinery on the first day of Lease Term. At the expiration of the
lease term, Lessee shall surrender the equipment/ machinery to Lessor by delivering the
equipment/ machinery to Lessor or Lessor agents in good condition and working order, ordinary
wear and tear excepted, as it was at the commencement of the agreement.

8. USE OF EQUIPMENT/ MACHINERY: Lessee shall only use the equipment/ machinery in a
careful and proper manner and will comply with all laws, rules, ordinances, statues and orders
regarding the use, maintenance of storage of the equipment/ machinery.

9. CONDITIONS OF EQUIPMENT/ MACHINERY AND REPAIR: Lessee or Lessee’s agent has


inspected the equipment/ machinery and acknowledges that the equipment/ machinery is in good
and acceptable condition.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 271 of 287


Irrigation & Water Resources Department
10. MAINTENANCE, DAMAGE AND LOSS:- Lessee will, at Lessee’s sole expense, keep and
maintain the equipment/ machinery clean and in good working order and repair during the Lessee
Term. In the event the equipment/ machinery is lost or damaged beyond repair, Lessee shall pay to
Lessor the replacement cost of equipment/ machinery, in addition, the obligations of this Agreement
shall continue in full force and effect through the Lease term.

11. INSURANCE: Lessee shall be responsible to maintain insurance on the equipment/ machinery with
losses payable to Lessor against fire, theft, collision and other such risks as are appropriate and
specified by Lessor, upon request by Lessor, Lessee shall provide proof of such insurance.

12. OWNERSHIP: The equipment/ machinery is and shall remain the exclusive property of Lessor.

13. BINDING EFFECT: The covenants and conditions contained in the Agreements shall apply to and
bind the Parties and the heirs, legal representatives, successors and permitted assigns of the Parties.

14. GOVERNING LAW: This agreement shall be governed and constructed in accordance with the
Laws of State of Haryana.

15. NOTICE: Any notice required or otherwise given pursuant to this Agreement shall be in writing
and mailed certified return receipt requested, postage prepaid, or delivered by courier or speed post
to Lessor/ Lessee.
Address of the Lessor Address of the Lessee

Either party may change such address from time to time by providing notice as set for the above.

In witness whereof, the parties have caused this Agreement to be executed the day and year first above
written.

LESSOR
______________________
__________________

LESSEE
___________________________
____________________________

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 272 of 287


Irrigation & Water Resources Department

(F) Format For Joint Venture Memorandum of Understanding/Agreement (wherever applicable)

FORMAT FOR JOINT VENTURE MEMORANDUM OF


UNDERSTANDING/AGREEMENT

THIS JOINT VENTURE MEMORANDUM OF UNDERSTANDING (MOU)/AGREEMENT


EXECUTED AT ……………………… ON THIS …………….. DAY OF …………………….. 2021
BETWEEN M/s ……………………………………. Registered office at____________________
________________________________________ as the first party and M/s _________________
________________________________________ Registered office at _____________________
___________________________________ as the Second party _________________________ as
thirty party. (The expression and words of the first and second and third party shall mean and
include their heirs successors, assigns, nominees execution, administrators and legal representatives
respectively.)

WHEREAS the parties herein above mentioned are desirous of entering into a Joint Venture
for carrying on Engineering and/or contract works, in connection with
___________________________________ and other works mentioned in Tender Notice No.
__________________________ Dated ____________________ of PWD B&R Department or any
other work or works, as mutually decided between the parties to this Joint Venture.

WHEREAS all the parties are desirous of recording the terms and conditions of this Joint
Venture to avoid future disputes.

NOW THIS MoU/AGREEMENT WITNESSTH AS UNDER:

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 273 of 287


Irrigation & Water Resources Department
1. That in and under this Joint Venture agreement the work will be done jointly by the First Party
and Second Party in the name and style of M/s _______________ ________________M/s
_____________________________ and M/s._________________________________).

2. This all the parties shall be legally liable, severally and or jointly responsible for the
satisfactory/successful execution/completion of the work in all respects and in accordance with
terms and conditions of the contract.

3. That the role of each constituent of the said Joint Venture in details shall be as under:-

The first party shall be responsible for ________________________

The second party shall be responsible for _____________________

The third party shall be responsible for _______________________

4 . The share of profit and loss of each constituent of the said Joint venture shall be as under:-

5. That all the parties of this Joint Venture shall depute their experienced staff as committed
commensuration with their role and responsibility and as required for the successful completion of
the works in close consultation with each other.

6. That the investment required for the works under this Joint Venture shall be brought in by the
parties as agreed to between them from time to time.

7. That all the Bank guarantee shall be furnished jointly by the parties in the name of Joint
Venture.

8. That the party number ____________________________________ to this Joint Venture shall


be the prime (lead) contractor and will be responsible for timely completion of work and to
coordinate with the Department to receive payments and also to make all correspondence on behalf
of this Consortium/Joint Venture.

9. That all the above noted parties i.e. __________________________ not to make any change in
the agreement without prior written consent of the competent authority of the department.

NOW THE PARTIES HAVE JOINED HANDS TO FORM THIS JOINT VENTURE ON THIS
___________DAY OF _______________ TWO THOUSAND WITH REFERENCE TO AND IN
CONFIRMATION OF THEIR DISCUSSIONS AND UNDERSTANDING BROUGHT ON RECORD ON
_____________.

IN WITNESS THEREOF ALL/BOTH THE ABOVE NAMED PARTIES HAVE SET THEIR
RESPECTIVE HANDS
ON THIS JOINT VENTURE AGREEMENT ON THE DAY, MONTH AND YEAR FIRST ABOVE
MENTIONED IN THE PRESENCE OF THE FOLLOWING WITNESS;

WITNESSES:

1. FIRST PARTY
2. SECOND PARTY

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 274 of 287


Irrigation & Water Resources Department

(G) Bank Guarantee for Advance Payment

BANK GUARANTEE FOR ADVANCE PAYMENT

To

______________________________ [name of Employer]


______________________________ [address of Employer]
______________________________ [name of Contractor]

Gentlemen :

In accordance with the provisions of the Conditions of Contract, sub-clause 51.1 (“Advance
Payment”) of the above-mentioned Contract, ______________________________ [name and address
of Contractor] (hereinafter called “the Contractor”) shall deposit with __________________________
[name of Employer] a bank guarantee to guarantee his proper and faithful performance under the said
Clause of the Contract in an amount of _______________________ [amount of Guarantee]*
_______________________ [in words].

We, the ______________________ [bank of financial institution], as instructed by the


Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety
merely, the payment to __________________________________ [name of Employer] on his first
demand without whatsoever right of obligation on our part and without his first claim to the
Contractor, in the amount not exceeding _________________________ [amount of guarantee]*
_________________________________ [in words].

We further agree that no change or addition to or other modification of terms of the Contractor
or Works to be performed thereunder or of any of the Contract documents which may be made
between _______________________ [name of Employer] and the Contractor, shall in any way
release us from any liability under this guarantee, and we hereby waive notice of any such change,
addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment
under the Contract until _______________________________ [name of Employer] receives full
repayment of the same amount from the Contractor.

Yours truly,

Signature and Seal of the guarantor _____________________


Name of Bank ______________________________________
Address ___________________________________________
Date ____________

* An amount shall be inserted by the Bank or Financial Institution representing the amount of the
Advance Payment, and denominated in Indian Rupees.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 275 of 287


Irrigation & Water Resources Department

(H) Indenture For Secured Advances

INDENTURE FOR SECURED ADVANCES


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

This indenture made the ___________________ day of __________________, 20___


BETWEEN ______________________(hereinafter called the contractor which expression shall
where the context so admits or implies be deemed to include his executors, administrators and
assigns) or the one part and the Employer of the other part.

Whereas by an agreement dated _______________________ (hereinafter called the said


agreement) the contractor has agreed.

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

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

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

(1) That the said sum of Rupees _______________________ so advanced by the Employer to the
Contractor as aforesaid and all or any further sum of sums advanced as aforesaid shall be employed
by the Contractor in or towards expending the execution of the said works and for no other purpose
whatsoever.

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

(3) That the materials detailed in the said account of Secured Advances and all other materials
on the security of which any further advance or advances may hereafter be made as
aforesaid (hereafter called the said materials) shall be used by the Contractor solely in the
execution of the said works in accordance with the directions of the ‘Engineer’.
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 276 of 287


Irrigation & Water Resources Department

(4) That the Contractor shall make at his own cost all necessary and adequate arrangements for
the proper watch, safe custody and protection against all risks of the said materials and that
until used in construction as aforesaid the said materials shall remain at the site of the said
works in the Contractor’s custody and on his own responsibility and shall at all times be
open to inspection by the ‘Engineer’ or any officer authorized by him. In the event of the
said materials or any part thereof being stolen, destroyed or damaged or becoming
deteriorated in a greater degree than is due to reasonable use and wear thereof the
Contractor will forthwith replace the same with other materials of like quality or repair and
make good the same required by the ‘Engineer’.

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

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

(7) That if the Contractor shall at any time make any default in the performance or observance
in any respect of any of the terms and provisions of the said agreement or of these presents
the total amount of the advance or advances that may still be owing of the Employer shall
immediately on the happening of such default be re-payable by the Contractor to be the
Employer together with interest thereon at twelve per cent per annum from the date or
respective dates of such advance or advances to the date of repayment and with all costs,
charges, damages and expenses incurred by the Employer in or for the recovery thereof or
the enforcement of this security or otherwise by reason of the default of the Contractor and
the Contractor hereby covenants and agrees with the Employer to reply and pay the same
respectively to him accordingly.

(8) That the Contractor hereby charges all the said materials with the repayment to the
Employer of the said sum of Rupees ____________________________________ and any
further sum of sums advanced as aforesaid and all costs, charges, damages and expenses
payable under these presents PROVIDED ALWAYS and it is hereby agreed and declared
that notwithstanding anything in the said agreement and with- out prejudice to the power
contained therein if and whenever the covenant for payment and repayment here-in-before
contained shall become enforceable and the money owing shall not be paid in accordance
there with the Employer may at any time thereafter adopt all or any of the following
courses as he may deem best :

(a) Seize and utilize the said materials or any part thereof in the completion of the said works
on behalf of the contractor in accordance with the provisions in that behalf contained in the
said agreement debiting the contractor with the actual cost of effecting such completion
and the amount due to the contractor with the value of work done as if he had carried it out
in accordance with the said agreement and at the rates thereby provided. If the balance is
against the contractor, he is to pay same to the Employer on demand.

(b) Remove and sell by public auction the seized materials or any part there of and out of the

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 277 of 287


Irrigation & Water Resources Department
moneys arising from the sale retain all the sums aforesaid repayable or payable to
the Employer under these presents and pay over the surplus (if any) to the
Contractor.

(c) Deduct all or any part of the moneys owing out of the security deposit or any sum due to
the Contractor under the said agreement.

(9) That except in the event of such default on the part of the contractor as aforesaid interest
on the said advance shall not be payable.

(10) That in the event of any conflict between the provisions of these presents and the said
agreement the provisions of these presents shall prevails and in the event of any dispute or
difference arising over the construction or effect of these presents the settlement of which
has not been here-in-before expressly provided for the same shall be referred to the
Employer whose decision shall be final and the provision of the Indian Arbitration Act for
the time being in force shall apply to any such reference.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 278 of 287


Irrigation & Water Resources Department

(I) Integrity Pact Format


INTEGRITY PACT FORMAT
(To be executed on plain paper and submitted alongwith Technical Bid/Tender
documents for tenders having a value of Rs 1 cr. or above. To be signed by the bidder and
same signatory competent/ authorized to sign the relevant contract on behalf of the State)

This integrity Pact is made at on this day of 2024.

BETWEEN

Engineer-in-Chief on the behalf of Governor of Haryana through its Superintending Engineer


or Executive Engineer “Employer” through which expression shall, unless repugnant to
the context or meaning thereof, include its administrators, successors and assigns)

AND

{Name and address of the Firm/Company}, (hereinafter referred to as “The


Bidder(s)/Contractor(s) /Concessionaire (s)/Consultant(s) and which expression shall
unless repugnant to be meaning or context thereof include its successors and permitted
assigns.)

Preamble

Whereas, the Employer has floated the Tender (NIT No..........dtd .......................} (hereinafter
referred ’to as “Tender/Bid”) and intends to award, under laid down organizational
procedure, contract/s for {Name of the work}(hereinafter referred to as the “Contract”).

And Whereas the Employer values full compliance with all relevant laws of the land,
rules of land, regulations, economic use of resources and of fairness/ transparency in its
relations with its Bidder(s) and/ or Contractor(s)/Concessionaire (s)/Consultant(s).

And whereas to meet the purpose aforesaid, both the parties have agreed to enter into
this Integrity Pact (hereafter referred to as “Integrity Pact” or “Pact”) the terms and
conditions of which shall also be read as integral part and parcel of the Tender
documents and contract between the parties.

Now, therefore, in consideration of mutual covenants contained in this pact, the parties
hereby agree as follows and this pact witnesses as under:

Article-1: Commitments of the Employer

(1) The Employer commits itself to take all measures necessary to prevent corruption and to observe
the following principles:-

a) No employee of the Employer, personally or through family members, will in connection


with the Tender for, or the execution of a Contract, demand, take a promise for or accept,
for self, or third person, any material of immaterial benefit which the person is not legally
entitled to.

b) The Employer will, during the Tender process treat all Bidder(s) with equity and reason.
The Employer will in particular, before and during the Tender process, provide to all
Bidder(s) the same information and will not provide to any Bidder(s) confidential/
additional information through which the Bidder(s) could obtain an advantage in relation to
DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 279 of 287


Irrigation & Water Resources Department
the tender process or the contract execution.

c) The Employer will exclude all known prejudiced persons from the process, whose conduct in
the past has been of biased nature.

(2) If the Employer obtains information on the conduct of any of its employees which is a
criminal offence under the IPC/PC Act or any other Statutory Acts or if there be a substantive
suspicion in this regard, the Employer will inform the Chief Vigilance Officer and in addition
can initiate disciplinary actions as per its internal laid down Rules/Regulations.

Article-2: Commitments of the Bidder(s) / Contractor(s) / Concessionaires) / Consultant(s)

The Bidder(s)/ Contractor(s)/Concessionaire (s)/Consultant(s) commit himself to take all measures


necessary to prevent corruption. He commits himself to observe the following principles
during his participation in the tender process and during the contract execution.

a) The Bidder(s)/Contractor(s) /Concessionaire (s)/Consultant(s) will not, directly or through


any other person or firm, offer, promise or give to any of the Employer’s employees
involved in the tender process or the execution of the contract or to any third person any
material or other benefit which lie/she is not legally entitled to, in order to obtain in
exchange any advantage of any kind whatsoever during the tender process or during the
execution of the contract.

b) The Bidder(s)/Contractor(s) /Concessionaire (s)/Consultant(s) will not enter with other Bidders
into any undisclosed agreement or understanding, whether formal or informal. This applies
in particular to prices, specifications, certifications, subsidiary contract, submission or non
submission or bids or any other actions to restrict competitiveness or to introduce cartelization in
the bidding process.

c) The Bidder(s) /Contractor(s) / Concessionaire(s) /Consultant(s) will notcommit any


offence under the relevant IPC/ PC Act and other Statutory Acts; further the Bidder(s) /
Contractor(s) / Concessionaire(s) / Consultant(s) will not use improperly, for
purposes of completion or personal gain, or pass on to others, any information or document
provided by the Principal as paid of the business relationship, regarding plans, technical
proposals and business details, including information contained or transmitted electronically.

d) The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) will, when presenting his bid,
disclose any and all payments he has made, is committed to or intends to make to agents,
brokers or any other intermediaries in connection with the award of the contract. He shall also
disclose the details of services agreed upon for such payments.

e) The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) will not instigate third persons to
commit offences outlined above or be an accessory to such offences.

f) The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) will not bring any outside
influence through any Govt. bodies/quarters directly or indirectly on the bidding process in
furtherance of his bid.

Article-3 Disqualification from tender process and exclusion from future contracts.

1. If the Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) before award or during


execution has committed a transgression through a violation of any provision of Article- 2,
above or in any other form such as to put his reliability or credibility in question, the
Employer is entitled to disqualify the Bidder(s)/ Contractor(s)/Concessionaire

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 280 of 287


Irrigation & Water Resources Department
(s)/Consultant(s) from the tender process.

2. If the Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) has committed a


transgression through a violation of Article-2 such as to put his reliability or credibility into
question, the Employer shall be entitled to exclude including blacklist and put on holiday
the Bidder(s)/Contractor(s)/Concessionaire (s)/Consultant(s) for any future tenders/ contract
award process. The imposition and duration of the exclusion will be determined by the
severity of the transgression. The severity will be determined by the Employer taking into
consideration the full facts and circumstances of each case particularly taking into
account the number of transgressions, the position of the transgressors within the
company hierarchy of the Bidder(s) / Contractor(s) /Concessionaire(s) / Consultant(s) and
the amount of the damage. The exclusion will be imposed for a maximum of 3 years.

3. A transgression is considered to have occurred if the Employer after due consideration of the
available evidence concludes that “On the basis of facts available there are no material
doubts”.

4. The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) with its free consent and
without any influence agrees and undertakes to respect and uphold the Employer
absolute rights to resort to and impose such exclusion and further accepts and undertakes not to
challenge or question such exclusion on any ground, including the lack of any hearing
before the decision to resort to such exclusion is taken. This undertaking is given freely and after
obtaining independent legal advice.

5. The decision of the Employer to the effect that a breach of the provisions of this Integrity Pact
has been committed by the Bidder(s) / Contractor(s) shall be final and
binding on the Bidder(s) / Contractor(s) / Concessionaire(s) /Consultant(s) however,
the Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) can approach IEM(s) appointed
for the purpose of this Pact.

6. On occurrence of any sanctions/ disqualification etc arising out from violation of integrity pact,
the Bidder(s)/Contractor(s)/Concessionaire (s)/Consultant(s) shall not be entitled for any
compensation on this account.

7. Subject to full satisfaction of the Employer, the exclusion of the Bidder(s)/ Contractor(s)
/Concessionaire (s)/Consultant(s) could be revoked by the Principal if the Bidder(s)/
Contractor(s)/Concessionaire (s)/Consultant(s) can prove that he has restored/recouped the
damage caused by him and has installed a suitable corruption prevention system in his
organization.

Article-4: Compensation for Damages.

1. If the Employer has disqualified the Bidder(s) from the tender process prior to the award
according to Article-3, the Employer shall be entitled to forfeit the Earnest Money Deposit/
Bid Security or demand and recover the damages equivalent to Earnest Money Deposit/ Bid
Security apart from any other legal right that may have accrued to the Employer.

2. In addition to I above, the Employer shall be entitled to take recourse to the relevant
provisions of the contract related to Termination of Contract due to Contractor
Default. In such case, the Employer shall be entitled to forfeit the Performance Bank
Guarantee of the Contractor demand and recover liquidated and all damages as per the
provisions of the contract/concession agreement against Termination.

Article-5: Previous Transgressions

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 281 of 287


Irrigation & Water Resources Department

1. The Bidder declares that no previous transgressions occurred in the last 3 years
immediately before signing of this Integrity Pact with any other Company in any country
conforming to the anti corruption/ Transparency International (TI) approach or with any
other Public Sector Enterprise/ Undertaking in India or any Government Department in
India that could justify his exclusion from the tender process.

2. If the Bidder makes incorrect statement on this subject, lie can be disqualified from the tender
process oi action for his exclusion can be taken as mentioned under Article-3 above for
transgressions of Article-2 and shall be liable for compensation for damages as per Article-4
above.

Article-6: Equal treatment of all Bidders/Contractors//Concessionaire (s)/Consultant(s).

1. The Bidder(s)/Contractor(s)/Concessionaire (s)/Consultant(s) undertake(s) to demand from all


commitment in conformity with this Integrity Pact, and to submit it to the Employer before
contract signing.

2. The Employer will enter into agreements with identical conditions as this one with all
Bidders/Contractors//Concessionaire (s)/Consultant(s)

3. The Employer will disqualify from the tender process all Bidders who do not sign this
Pact or violate its provisions.

Article-7: Criminal charges against violating Bidder(s)/ Contractor(s)/Concessionaire


(s)/Consultant(s).

If the Employer obtains knowledge of conduct of a Bidder/Contractor/Concessionaire/


Consultant or of an employee or a representative or an associate of a
Bidder/Contractor, which constitutes corruption, or if the Employer has substantive
suspicion in this regard, the Employer will inform the same to the Chief Vigilance Officer.

Article-8: Independent External Monitor (IEM)

1. The Employer has appointed a Independent External Monitor (herein after referred to as
“Monitor”) for this Pact. The task of the Monitor is to review independently and
objectively, whether and to what extent the parties comply with the obligations under this
agreement.

2. The Monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Engineer – In – Chief.

3. The Bidder(s)/Contractor(s)/Concessionaire (s)/Consultant(s) accepts that the Monitor has the


right to access without restriction to all project documentation of the Employer including that
provided by the Bidder(s)/ Contractor(s)/ Concessionaire(s)/Consultant(s). The Bidder
(s)/Contactor(s)/Concessionaire (s)/Consultant(s) will also grant the Monitor,
upon his request and demonstration of a valid interest, unrestrictedand
unconditional access to his project documentation.The Monitor is under contractual obligation to
treat the information and documents of the Bidder(s)/Contractor(s) with confidentiality.

4. The Employer will provide to the Monitor sufficient information about all meetings among
the parties related to the Project provided such meetings could have an impact on the
contractual relations between the Principal and the Contractor. The parties offer to the Monitor

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 282 of 287


Irrigation & Water Resources Department
the option to participate in such meetings.

5. As soon as the monitor notices, or has reason to believe, a violation of this Pact, lie will so
inform the Management of the Employer and request the Management to discontinue or take
corrective action, or to take other relevant action. The monitor can in this regard submit non-
binding recommendations. Beyond this, the monitor has no right to demand from the parties that
they act in a specific manner, refrain from action or tolerate action.

6. The Monitor will submit a written report to the Engineer – In – Chief within 8 to 10 weeks from
the date of reference or intimation to him by the Employer and, should the occasion arise, submit
proposals for correcting problematic situations.

7. If the Monitor has reported to the Engineer – In – Chief , a substantiated suspicion of an


offence under relevant IPC/PC Act, and the Engineer – In – Chief has not, within the
reasonable time taken visible action to proceed against such offence or reported it to the
Chief Vigilance Officer, the Monitor may also transmit this information directly to the Chief
Vigilance Officer.

8. The word 'Monitor" would include both singular and plural.

Article — 9 Pact Duration

This Pact begins when both parties have 1egally signed it. It expires 12 months after the
Defect Liability period is over or 12 months after his last payment under the contract
whichever is later and for all other unsuccessful Bidders 06 months after this Contract has
been awarded. If any claim is made/ lodged during his time, the same shall be binding and
continue to be valid despite the lapse of this pact as specified above, unless it is discharged/
determined by the Engineer – In – Chief.

Article - 10 Other Provisions.

1. This pact is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Employer

2. Changes and supplements as well as termination notices need to be made in writing.

3. If the Bidder/Contractor/Concessionaire(s)/Consultant(s) is a partnership or a consortium, this


pact must be signed by all partners or consortium members.

4. Should one or several provisions of this agreement turn out to be invalid, the remainder of
this agreement remains valid. In this case, the parties will strive to come to an agreement
to their original intentions.

5. Any disputes/ differences arising between the parties with regard to term of this pact, any action
taken by the Employer in accordance with this Pact or interpretation thereof shall not be
subject to any Arbitration.

6. The actions stipulated in this Integrity Pact are without prejudice to any other legal action that
may follow in accordance with the provision of the extent law in force relating to any civil or
criminal proceedings.

In witness whereof the parties have signed and executed this Pact at the place and date first done
mentioned in the presence of following witness:-

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 283 of 287


Irrigation & Water Resources Department

(For & On behalf of the Employer) (For & On behalf of the Bidder/
ContractorConcessionaire
(s)/Consultant(s)/)

(Office Seal)
Place Date
Witness I : (Name & Address):
Witness 2 : (Name & Address):

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 284 of 287


Irrigation & Water Resources Department

(J) Undertaking
UNDERTAKING

Description of the Works :


________________________________________________________________________
________________________________________________________________________
________________________________________________________________________

To :

Address :

1. With full understanding that Part II of our bid (Financial bid) will be opened only if
I/We qualify on the basis of evaluation in Part I of the Bid (Technical bid), I/We offer
to execute the Works described above and remedy any defects therein in conformity
with the conditions of Contract, specifications, drawings, Bill of Quantities and
Addenda for an amount quoted in the Financial Bid.

2. I/We agree to abide by this Bid for the period of 120 days from the date fixed for
receiving the same, and it shall remain binding upon us and may be accepted at any
time before the expiration of that period.

3. Unless and until a formal Agreement is prepared and executed this Bid, together with
your written acceptance thereof, shall constitute a binding contract between us.

4. I/We undertake, if our Bid is accepted, to commence the Works as soon as is


reasonably possible after the receipt of the Engineer’s notice to commence, and to
complete the whole of the Works comprised in the Contract within the time stated in
the document.

5. I/We understand that you are not bound to accept the lowest or any tender you may
receive.

Signature of Authorised Signatory ...............................................


Name and Title of Signatory......................................
Name of Bidder .......................................................
Authorised Address of Communication........................
Telephone Nos (Office) ………………………………
Mobile No. ………………………………………………
Facsimile (Fax) No. …………………………………….
Electronic Mail Identification (Email ID) ………………
Place: ……………………………………………………
Date: ……………………………………………………

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 285 of 287


Irrigation & Water Resources Department

(K) AFFIDAVIT

FORMAT FOR THE AFFIDAVIT

(NOTE: This affidavit should be on a non-judicial stamp paper of Rs.10/- and shall be attested by
Magistrate/Sub-Judge/ Notary Public)

Name of work _____________________________________________________


____________________________________________________________________________________________________________________________________________________________________

I, ……………………………………………………….… (name of the authorised representative


of the bidder) son/daughter of …….……………………… resident of

…………………………………………………………………………. (full address), aforesaid


solemnly affirm and state as under:

1. I, undersigned, do hereby certify that all the information furnished and statement’s made
in response to this notice inviting bid are true and correct and nothing has been concealed.

2. I, undersigned or our firm M/s _____________________________ have never been


blacklisted or debarred by any State Govt. /Central Government/Autonomous
Body/Authority in Law.

3. I, undersigned or our firm M/s _______________________ have never been declared


bankrupt/ insolvent as on date.

4. The undersigned hereby authorize(s) and request(s) any bank, person, firm PSU/
Authority or Corporation to furnish pertinent information deemed necessary and requested
by the Department to verify this statement or regarding may (our) competence and general
reputation.

5. The undersigned understand and agrees that further qualifying information may be
requested, and agrees to furnish any such information at the request of the Department/
Project implementing agency.

6. I, the undersigned do hereby undertake that our firm M/s ____________________would


invest a minimum cash upto 25% of the value of the work during implementation of the
Contract.

7. I, the undersigned do hereby undertake that our firm M/s ________________ agree to
abide by this bid for a period of 120 days from the date fixed for receiving the same and it
shall be binding on us and may be accepted at any time before the expiration of that
period.

8. I, the undersigned do hereby undertake that our firm M/s _________ agree to deploy on
this work the machinery, equipment and technical personnels as mentioned in the bid
document.

9. *I hereby certify that I have been authorised by …………………………… …………..


……..……………………………………… (the bidder) to sign on their behalf, the bid
mentioned in paragraph 1 above.

DNIT Name : Estimate for bridge on rive...

Haryana Engineering Works Portal Page 286 of 287


Irrigation & Water Resources Department

Deponent
Signed by an
Authorized
Officer of the firm
(Deponent)
Place: ……………..
Date: ………………

* not applicable if the bidder is an individual and is signing the bid on his own behalf.

Signature Not Verified


Digitally signed by AJEET HUDDA
DNIT Name : Estimate for bridge on rive... Date: 2024.06.24 11:29:23 IST
Location: Haryana-HR
Haryana Engineering Works Portal Page 287 of 287

You might also like