1
Rajkot Urban Development Authority (RUDA)
Volume – II
Tender Document and Technical Bid
Name of Work
Invited by:
Chief Executive Authority, Rajkot Urban Development
Authority, Rajkot
Opened by:
Director ( Projects), Rajkot Urban Development
Authority Jamnagar Road, Rajkot
Phone No: 0281-2476874-2476799
Supplying, Erecting, Testing & Commissioning of Lift
including free maintenance of 5 year of lift in RUDA
building, Jamnagar road, Rajkot.
2
Name of Work: Supplying, Erecting, Testing & Commissioning of
Lift including free maintenance of 5 year lift for RUDA building,
Jamnagar road, Rajkot.
CONTENT OF
Volume – II
Tender Document and Technical Bid
No. Description Page No.
1 Information and Instructions for Tenderers 3
2 Time Schedule 14-18
3 Declaration Form 19
4 Memorandum of Tender For work 20-21
5 Form of Tender for Electrical Works R & B Department 22-23
6 General Condition of Work 24-27
7 General Condition of Contract 28-45
8 Special Condition of Contract 46-48
9 Detailed Technical Specification 49-52
10 Features of Lift 53-56
11 Technical Questionery 57-60
12 Scope of work covered under All in Comprehensive Service Contract 61-63
13 Maintenance of Lift 64-72
14 Annexure – A : DD/FDR ( EMD) 73-74
15 Annexure – B : FDR (Security Deposit) 75-77
16 Annexure – C : Performance Bond 78-80
17 Annexure – D : Model Form of Warranty Clause 81
3
INFORMATION and INSTRUCTIONS FOR TENDERERS
1.0 Mode of Submitting Tender:
The tenders shall be submitted in Electronic format only on online Web-site
www.nprocure.com till the date and time shown in Details Notice Inviting
On-Line Tender.
Offers in Physical form will not be accepted in any case.
Bidders who wish to participate in online tenders will have to procure / should
have legally valid Digital Certificate (Class-III) as per Information
Technology Act-2000 using which they can sign their electronic bids. Bidders
can procure the same from any of the license certifying Authority of India are
as mentioned under :
Sr. No. Name of Certifying Agency Website Address
1. (n) Code solution (G.N.F.C) www.gnvfc.com
2. Safescrypt www.safescrypt.com
3. TCS www.tcs.-ca.tcs.co.in
4. MTNL www.mtnltrustline.com
2.0 Competency of Tenderer:
No contract will be awarded except to responsible bidders capable of
performing the class of work contemplated. Before the award of the contract,
any bidder may be required to show that he has the necessary facilities,
experience, ability and financial resources to perform the work in satisfactory
manner within the time stipulated. Tender may be required to furnish the
tender inviting authority with the statements as to their experience and their
financial status. Tenderer shall be a original manufacturer of Lifts.
3.0 Tenderer to inform Himself:
Tenderer will be deemed to have inspected the site and to have satisfied
himself as to the nature of all works, all existing roads, water-way and other
means of communication and access to and from the site and work and the
building that may be required for temporary purpose in connection with the
construction, completion and maintenance of the works and must make his
own inquiries as to work, yard sites and depot, and dumps and as to
acquisition of such additional sites, rates and areas as may be necessary for
temporary purpose for constructing, completing and maintaining the works
4
and availability of water for construction activities, power, quarries and
labour.
4.0 Late / Delayed physical receipt of tender fee, EMD and other documents
After online submission of tender, original D.D. of tender fee, EMD and other
documents should reach the office of tender opening authority within time and
last date stipulated for the purpose in any of the modes of physical submission,
the same is received early or later than the time Specified will not be accepted
in any case, their bid will not be opened online and will be considered NON-
RESPONSIVE.
5.0 Payment - The tenderer must understand clearly that the rates to be quoted are
for completed works and include all the taxes duties & costs due to labour,
scaffolding plant, supervision, civil work,electrical work,service work, power,
royalties and octroi etc. and to include all extras to cover the cost of night
work if and when required and no claim for additional payment beyond the
price/rates quoted will be entertained and the tenderers will not be entitled
subsequently to make any claim on the ground of misrepresentation or on the
ground that he was supplied with information given by any person (whether
the member is the employee of RUDA or not). Any failure on his part to
obtain all necessary information for the purpose of making his tender and
filling the several prices and rates therein shall not relieve him from any risks
or liabilities arising out of or consequent upon the submission of the tender.
6.0 Tender Forms - This form will state work to be carried out as well as the date
of submitting and opening tenders and the time allowed for carrying out the
work, also the amount of earnest money to be deposited with the tender and
the amount of the security deposit to be paid by the successful tenderer and
percentage, if any, to be deducted from bill. It will also state whether a refund
of Quarry Fees, Royalties, Octroi dues and ground rents will be granted.
Copies of the specifications, designs and drawings and estimated rates, and
any other documents required in connection with work which shall be signed
by the Director Projects for the purpose of identification shall also be open for
inspection by Contractor at the office of the Director Projects during office
hours. However every 'blank' in the form of the e-tender and in the Schedule
and Annexures must be filled up by the tenderer and must be submitted online.
5
7.0 Quoting of Rates :-
The Tenderer shall quote the rate per unit for all items listed in Schedule-B in
figures as well as in words. Thereafter the system will work out the total
amount of each item in Column No.7 of Schedule-B and sum up the total at
the end of column No.7 on each page and on last page of Schedule-B. After
striking the total of all items, he may give rebate if he desires on the total
amount so worked out and thereafter express in the figures, as the net amount
of his offer which will be termed as "Tendered Amount"
The following rule shall apply only to the works having estimated cost
above Rs.100 lacs (Rupees One Hundred lacs) (G.R. R&B.Department
No. TNC-1777-281-C, dated 30-7-1992 may be referred to)
(a) Tenders are normally not permitted to suggest any alteration in the works
specified in the tender form or in the time allowed for carrying out the work or
any other conditions. However, if it is felt necessary by the tenderer to have
any conditions, he shall have to clearly mention the same in very clear terms
in the appropriate section of technical bid. The tenderer will have to fill in
necessary details online in 'technical bid' and 'price-bid' separately. No such
tender shall include more than one work but contractors who wish to tender
for two or more works shall submit a separate tender or each work online.
(b) If price-bid contains any conditions, the same shall be rejected outright.
(c) It should be very clearly understood by all the tenderers that the technical bid
should be restricted only to technical matters and conditions / stipulations
having financial implications. The technical and price bids shall contain
adequate cross reference wherever necessary to ensure clear and proper
correlation of them with two bids without any ambiguity whatsoever. The
price bid of main tender should not be disclosed in the technical bid.
(d) The Pre - Qualification bid will be opened first online on specified day or any
other suitable time thereafter by the competent tender opening authority of the
RUDA. The technical bid, tenderers who qualified in Pre – Qualification Bid,
will be opened online on same day or any other suitable time thereafter by the
competent tender opening authority of the RUDA. Bidders who wish may
remain present. The technical bid shall be evaluated first and wanting details,
if any and clarifications in respect of conditions if any will be called from the
tenderers. In such case, the contractor will be required to submit clarification/
6
details (including with respect to conditions if any) within the stipulated time
allowed for the purpose. If the contractor does not furnish the wanting details /
clarification in time, his tender would be liable for rejection.
(e) The conditions specified in technical bid should invariably be accompanied by
proper financial evaluation with mode of calculation specifying assumptions,
quantities, rate and ceiling amounts for each condition and shall also
accompany the information in the form stating
(a) Sr. No.
(b) Description of the condition
(c) Financial evaluation (Vide RandB.D. G.R.No. TNC/7777/281-C, dated 30-
9-92)
(d) Ceiling amount to be added in price-bid, in case condition is not accepted.
(f) Ceiling amounts shall be binding on the contractors and are liable to be added
to the tender amount.
(g) The evaluation as given by the contractor as modified by tender opening
authority with the ceiling limit will then be intimated to all the bidders. No
further opportunity shall be given to the contractors to modify/ withdraw
conditions at that stage. After completion of evaluation of the technical bid in
all respects the competent authority will decide about date of opening of price
bid and the same will be intimated to the bidders. After opening of price bid
and their evaluation the tender inviting authority reserves the right to negotiate
about the tender(s) further will any or all the contractors.
8.0 Earnest Money:-
Earnest money in specified form @ 1% of the estimated cost must be sent
electronically. Tenderer may pay earnest money in the form of Crossed
Demand Draft ones with a validity period of not less than six months of
Nationalized or Scheduled blank or Narmada drawn in favour of RUDA
rajkot. Earnest money by Cash, Cheque and Bank Guarantee shall not be
accepted.
If the contractor does not turn up to pay the Security Deposit and
execute contract agreement within specified (or extended) time after
intimation to him about acceptance of his offer, the earnest money paid for this
work will be forfeited and tenderer's tender shall be rejected and then
7
according to aforesaid provision of tender, action to blacklist the Contractor
will be initiated without Delay.
8.2 Tender not supported with tender fee. Earnest Money and documents and not
submitted in electronic format (by scanning) while uploading the bid shall be
rejected as NON Responsive. If the tenderer modifies or withdraws his tender,
the Earnest Money shall be forfeited and the tenderer may be disqualified
from tendering for future works under the Government.
8.3 The Earnest Money will be returned to the unsuccessful tenderers. The Earnest
Money will be returned to the successful tenderer after he furnishes security
deposit and duly enters into the contract.
8.4 Within Ten days or within such time as may be decided by the Tender Inviting
Authority from date of receipt of the letter accepting his tender, the successful
tenderer shall furnish the required security deposit and attend the office of the
Tender Inviting Authority for execution of the contract documents. If he fails
to furnish the security deposit or execute the contract document, his Earnest
Money shall be forfeited and action to blacklist the contractor will be initiated
without delay
9.0 Accompaniments of Tender: (to be submitted in electronic format only
through on line (by scanning) as duly certified true copies)
The contractor shall have to furnish:
(i) Copy of Partnership Deed or Memorandum as well as Articles of Association
in case of the company and intimate permanent addresses of his partners/
Directors of Company. All copies submitted shall be duly attested.
(ii) Copies of certificate regarding previous experience, as required.
(iii) Declaration showing all works completed during preceding 5 years and works
on hand with the Contractor and the value of woks that remained to be
executed in each case.
(iv) P.A.N. issued by Income-Tax Department.
(v) Copy of Provident Fund Registration – Code No.
(vi) Duly filled in and digitally signed declaration form and Memorandum of
Work as provided in Tender Documents.
8
(vii) A solvency certificate of an amount equal to 25 per cent of the amount of
work put to tender will have to be produced. Such solvency certificate should
be issued by either Scheduled bank or nationalized bank.
(viii) Required Annexure duly filled in when pre-qualification in involved.
(ix) All above documents are to be submitted in electronic format only as part
of tender document failing which the tender will be rejected outright and
will be considered as NON-RESPONSIVE.
10.0 Tender liable to be Invalid:
It may please be noted that the tender is liable to be considered invalid
especially, if the requirements as per Instruction No. (i) to (ix) above are not
complied with.
11.0 Right of rejection of tenders.
(i) Right is reserved by the Tender Inviting Authority to reject any or all tender(s)
without assigning any reason thereof.
(ii) In addition to the above, the tender will also be liable to be rejected outright if:
(a) The tenderer proposes any alteration in the work specified or in the
time allowed for carrying out the work or in any condition.
(b) The tenderer or in the case of a firm, each partner or the person holding
the power of attorney thereof does not digitally sign Memorandum of
Work or signature/s is/are not attested by a witness.
(c) Any person who submits the tender shall fill forms online including the
rates of items put to tender.
12.0 Method of Tendering:-
12.1 If the tender is made by an individual, it shall be digitally signed by the
individual above his full name and current address.
12.2 If the tender is made by a proprietary firm, it shall be digitally signed by the
proprietor above his full name and the full name of his firm with its current
address.
12.3 If the tender is made by a firm of partnership, it shall be digitally signed by a
Partner of the firm holding the power of attorney and digital certificate for the
firm. A certified copy of the power of attorney shall be provided in physical
form along with other documents. A certificated copy of the partnership deed,
9
full name and current address of the firm and full name and the current
addresses of all the partners of the firm shall also be provided along with other
documents.
12.4 If the tender is made by a limited company or a limited corporation, it shall be
digitally signed by duly authorized person holding digital certificate for the
company/ corporation and power of attorney for signing the tender in which
documents. Such limited Company or Corporation may be required to furnish
satisfactory evidence of its existence before the contract is awarded.
12.5 All digital signatures in the tender documents shall be dated.
13.0 Eligibility and qualification requirement.
To establish acceptability of the satisfaction of Tender Inviting Authority the
tenderer shall provide the following:
13.1 Details of plant and machinery immediately available with tenderer for use on
the works.
13.2 Details of plant and machinery proposed to be procured for the works.
13.3 Details of technical, supervisory and administrative personnel already
employed by the tenderer that the proposes to utilize for this work and such
other personnel he proposes to employ further for the work.
13.4 Copies of registration certificate and P.A.N. allotted by income Tax Office.
13.5 Separate Notes in sufficient details on each of the following:
(i) Method and technique of construction
(ii) Sequence of execution of various important components of the work;
(iii) Cash-flow arrangement
14.0 Deviation or modifications In Tender Documents:
14.1 All tenderers are cautioned that tender containing any condition and/or
deviation from the contractual terms and conditions, specifications, quoting/
offering rates/ prices in different manner than specified in the tender and/or
any other requirements of tender shall make the tender liable for outright
rejection and shall be considered as non-responsive for all practical purposes.
The decision of the Tender inviting authority in this regard shall be final and
binding to the tenderer.
10
14.2 Alternative tenders are not acceptable.
15.0 Submission of tender
15.1 Tender shall be submitted in an online manner only on website
www.rnb.nprocure.com
Last date and time of online submission as specified in Details Notice Inviting
On-Line Tender.
15.2 Tender fee, EMD and other documents should be submitted in electronic
format only through on line (by scanning) while uploading the bid. However
for the purpose of realization of D.D. of EMD & tender fee the bidder shall
send the same in original through R.P.A.D. or Speed Post or hand delivery, So
as to reach the office of Tender Inviting Authority within 2 (two) days counted
from the stipulated last date of receiving of the tenders online for this wok.
16.0 Evaluation of Tenders
16.1 Technical evaluation will be made of the tenderer's proposed method and
technique of construction, construction programmer, sequence of components
of the work, proposed resources assigned to do the work to determine the
acceptability, adequacy and reasonability of rates, his past performance and
present resourcefulness.
16.2 To assist in the examination, evaluation and comparison of tender, the tender
inviting authority may ask tenderer individually for clarification of their
tenders including breakdown of unit rates. The request for clarification and
response shall be in writing but no change in substance of the tender shall be
sought, offered or permitted at that stage.
16.3 Award may be made to the tenderer whose responsive tender is determined to
be the lowest evaluated tender and who meets the appropriate standards of
capacity and financial resources.
17.0 Receipt of Payments:
Receipt of payment made on account of any work, when executed by a firm
shall be signed by all the partners except where the contractors are described
in their tender as firm in which case the receipt shall be signed in the name of
the firm by one of the partners or by some other person having authority to
give effectual receipts for the firm.
11
18.0 Opening of tenders:
The Authorized Officer / competent authority shall open tender online on
website www.rnb.nprocure.com on specified day or any other suitable time
thereafter, in his office in the presence of intending Tenderers or their
representative who wish to remain present at that time. He will enter the
amount of the tenders in a comparative statement in a suitable form. In the
event of a tender being accepted, the contractor shall, there upon for the
purpose of identification, sign copies of the specifications and other
documents mentioned in his tender.
19.0 General rules and directions:
19.1 No receipt for any payment made by a Contractor will be entertained by the
RUDA in regard to any matter relating to this tender or the contract shall be
valid and binding on the Employer unless it is signed by the Authorized staff
members of the Government.
19.2 All works shall be measured net by standard measure and according to the
rules and customs of the R and B Department or any other method approved
by the R and B Department without reference to any local custom. The
measurements of work will be taken according to the usual method in use in
the Roads and Buildings Department and no proposal to adopt alternative
method will be accepted. The Director Projects’ decision as to what is the
usual method in use the Roads and Building department will be final.
19.3 Under no circumstance shall any Contractor be entitled to claim enhanced rate
for any item in this contract except as provided in contract conditions.
19.4 The contractor shall not be permitted to tender for the work in which his near
relative is working as the office in the sphere of his jurisdiction in the Tender
inviting authority.
Note:- By term "near relative" is meant wife, husband, parents, children,
brothers, sisters, uncles, aunts, consigns, and in laws.
19.5 The contractor should compulsorily furnish his latest address (es) including
the latest address of his partners and the place(s) of filing his/their income-tax
returns along with the tender. Any changes, in such addresses, during the
12
tenure of contract should invariably and forthwith be intimated by the
Contractor to the Executive Engineer.
20.0 Submission of additional information / documents:
In addition to various specified documents and information required to be
submitted along with tender, the bidder may be required to provide any other
document/ relevant information as considered necessary by the tender inviting
authority and the tenderer shall be required to provide the same as per the
requirement of the tender inviting authority. Even the successful bidder may
be required to provide the same as and when required by the authority during
subsistence of the contract.
21.0 Bank:
Wherever the word "Bank" is used in the document, it would mean Schedule
or Nationalized Bank & schedule & Pvt. Banks approved by GOG only.
22.0 Tender validity period
The tender for the work shall remain open for a period of 180 days counted
from the stipulated last date of receiving of the tenders online for this wok.
23.0 The successful contractor shall exhibit the board in prominent place of
worksite showing the brief details of project work under execution, financier,
cost of work and broad details of inputs/ specifications and targeted goals.
(RandB.D. G.Rs. No. TNC-1090-24-C dated 18-11-1991, 17-8-02 and 25-10-
02)
24.0 The contractor will not use the premises of project/ work under construction
for his staff, labourers or for any other purpose. If he do so, market rent for
such unauthorized used will be recovered. The marker rent will be decided by
the Engineer-in-charge.
13
TIME SCHEDULE
The Machine Room and Hoist way are ready.
The installation work of Lift may be taken up on hand immediately.
The Time Schedule is as under.
(A) For Preparation and Approval of Drawing for Lift 14
Days
(1) For 13 Passenger
(a)Supplying of material for Erection of new lift: 1 nos.. 08
Days
(b) Scaffolding & Miscellaneous work by Lift Agency 08
Days
© Manufacturing & Material Receiving at site within time of( from the date of Drawing
Approval it is 31 Days)
15
days
(d) Erection , Final Testing & Commissioning of Lifts Including License from Lift
Inspector(from the date of receipt of material at site)
15
Days
Note. Liquidated damages clause for delay in work shall be applicable at every stage of entire work.
Signature of Contractor’s Dy. Executive Engineer
RUDA;Rajkot Director ( Projects),
RUDA;Rajkot
14
DECLARATION FORM
The tenderer will have to make declaration enlisted in the form attached herewith and
shall affix his signature to the form in token of correctness of declaration made therein
(G.R. RandB.D. No. TNC-IIB-22 (10)-C dated 24-5-90 should be referred to)
1. I/We hereby declare that I/we have visited the site and fully acquainted
myself/ourselves with the local situations regarding materials, labour and other
factors pertaining to the work before submitting this tender.
2. I/We hereby declare that I/We have carefully studied the conditions of
contract, specifications and other documents of this work and agree for
execute the same accordingly.
DECLARATION CERTIFICATE (G. R. date 4-2-89 as revised by GR.
No.TNC - 1083/ 6681/ 4/ C, dated 31-8-1994)
3. I/We hereby declare that my/our near relative are not working in RUDA
Date :
………………………
Place :
……………………..
(Digital Signature of the Contractor with
Seal)
15
MEMORANDUM OF TENDER FOR WORKS
I/We hereby tender for the execution of the work specified in the underwritten
memorandum for the RUDA at the tendered rates specified by me/ us in Schedule
showing items and rates of works to be carried out and in accordance in all respects
with the specifications, designs, drawings and instructions in writing referred to in this
tender and in clauses of the annexed conditions.
1. General Description of work (If it includes sub works, the details thereof will be
given Separately):
Buy Backing of Uninstalled Lift Material and Supplying, Erecting, Testing &
Commissioning of Lifts for RUDA building, Jamnagar road, Rajkot.
2. Estimated Cost … … … Rs. 2926239.00/-
3. Earnest Money … 1% Rs. 29262.00/-
4. Security Deposit … 5% Rs.
(i) In the form of DD/FDR … 2.5% Rs.
(ii) To be deducted from bills … 2.5% Rs.
(iii) Retention money to be deducted
from bill at the rate 5%of bill amount… 5% Rs.
Total … 10% Rs.
5. Time Limit for completion of work … … … 02 Months
Deposit furnished in the form of interest bearing documents as per item 4 (i) can
further be extended for renewal if so desired and communicated by the contractor in
writing before one month from the date expiry date.
Should this tender to accepted, I/We hereby agree to abide by and fulfill all the terms
and provisions of the conditions of the contract annexed here to so far as applicable
16
and in default thereof to forfeit and pay to RUDA in office the sums of money
mentioned in the said conditions.
(Receipt No. dated from the BANK in respect of
sum Rs.* is forwarded herewith
representing the earnest money + (a) the full of value of which is to be absolutely
forfeited to RUDA should I/We not deposit the full amount of security deposit
specified in the above memorandum in accordance with Clause I of the said
conditions, otherwise the said sum of above Rs. shall be refunded).
Date:-
Place:- * Digital Signature of the Contractor
** Signature of the Contractor
(Witness) *** (At the time of execution of contract document)
Name and address
(Occupation)
* Digital Signature of Contractor before submission of tender
** Signature of the Contractor of the time of execution of contract document.
*** Signature of witness to Contractor's signature at the time of execution of contract
document.
The above tender is hereby accepted by me on behalf of the Government of Gujarat
Dated the day of 2015.
Signature of
Contractor’s
Dy. Executive Engineer
RUDA;Rajkot Director ( Projects),
RUDA;Rajkot
17
FORM OF TENDER FOR ELECTRICAL WORKS
I/We do hereby tender to execute the whole of the work of Supplying,
Erecting, Testing & Commissioning of Lift for RUDA building including free
maintenance of lift for 5 years, Jamnagar road, Rajkot.
1. Described in the accompanying tender for the case of measured works, at the
several rates, set forth in the tender hereto attached and signed by me/us and
should this tender be accepted. I/we further undertake to complete the work
within the time stated below reckoned for the date of acceptance of tender.
2. I/We do agree and bind myself / ourselves to abide by and fulfill the general
conditions of contract and Special Conditions of contract annexed to the
Specification or in default thereof to pay to the purchaser, as reasonable
compensation for such breach of such conditions, the sums of money
mentioned in the said conditions.
3. I/We do further agree to make good at my/ our expense all defect in the
installation which appear within 5 years from the date of completion of
erection work or bringing the installation into beneficial use when such defects
are due to defective workmanship or material executed or supplied by me/us.
Signature(s)
Dated at: The_____ Day of ___________ 2015
The above tender is hereby accepted by me for and on behalf of the RUDA
Dated at: The_____ Day of ___________ 2015
Signature of
Contractor’s
Dy. Executive Engineer
RUDA;Rajkot Director ( Projects),
RUDA;Rajkot
18
GENERAL CONDITIONS OF WORK
1) The work of the Electrical Installation shall be carried out as per IS
Specifications IS 732 – Code Part I, II and III – 1982 of practice of Electrical
wiring and fitting in building.
i) For Hospital I. S. 7732 of 1985.
ii) For Educational Installation I. S. 108941 – 1984
iii) For Aluminum Conductor I. S. 398 – 1984 Part III
2) The fitting should be fixed with mild steel hooks to be supplied and erected
and duly grounded in the cement concrete by the contractor where ever
possible the decision of the Director Projects, in respect of the feasibility of
providing such hooks in the cement concrete, shall be final and binding on the
contractors.
3) The work shall have to be completed within the prescribed time limit unless
the extension in the time limit at the instance and the request of the contractor
is granted by the authorities in which case, the application for the extension in
time limit have to made by the contractors by registered post before the date of
expiry of the schedule time limit under the agreement.
4) Materials required for the work shall be supplied to the contractor as per rates
mentioned in the Schedule ‘A’ attached herewith and cost of materials will be
recovered from their bills.
5) The several documents forming the contract are the essential parts of the
contract and requirement occurring in one is as binding as through occurring
in all, they are intended to be mutually explanatory and complementary and to
describe and provide for a complete work.
6) In the event of any discrepancy the several documents forming the contract or
in any one documents the following order of precedence should apply.
(a) Dimension and quantities :
(i) Drawing
(ii) Schedule ‘B’ of the tender form
(iii) Specification.
On drawing figures, dimension unless obvious in contact will be followed in
preference to sealed dimension.
19
(b) Description :
(i) Schedule B of the tender form
(ii) Drawings
(iii) Specification.
In case of defective description or an ambiguity the Director Projects in charge
should issue further instructions directing in what manner the work is to be
carried out is being understood that the latest modern Standard Engineering
practice is to be followed. The contractor should forthwith comply with such
instruction.
The Contractor should take no advantage if any apparent error,
omission in drawings or a specification and the Director (Projects) in charge
should be permitted to make fulfill the intent of the pans and specifications.
7) Controlled materials (Essentiality certificate)
(i) As regards ’Controlled materials’, the RUDA will help to arrange for
the permits as far as possible and holt the contractor in securing the
same. All incidental charge in procuring these materials shall be borne
by the contractor himself. Though the RUDA will help to arrange for
the permit as far as possible and help the contractor in obtaining the
materials, it shall not be accept any responsibility for any delay or loss
on account of delay caused to the contractor while obtaining the same.
(ii) The Contractor shall submit the monthly returns in the prescribed form
as to receipts and actual use of the controlled materials during the
month to the Executive Engineer of every calendar month.
(iii) The Contractor shall submit the Director Projects or his representative
to inspect the stock of the controlled ma by him at any
time whenever the Executive Engineer or representative so desires.
8) The tender for the work shall remain open for a period of 180 days (One
Hundred eighty days) from the date of opening of tenders for the works. The
offer having validity less than 180 days will be rejected outright. The tenderer
will not be allowed to withdraw or modify the offer on his/their own during
the course of finalization of tender.
20
9) The Contractor shall employ only such labourers who shall produce a valid
certificate of having been vaccinated against small pox within a period of last
three years.
10) The Contractor shall provide drinking water facilities to the workers, labourers
to comply with the provisions, the Engineer In charge shall give notice for such
facility to the workers labourers within a period of ten days from the date of the
notice in writing the Engineer In charge shall there upon make the arrangement
for the drinking water at the cost of the contractor.
(Govt. Resolution PWD No. TNC-2171 (I) 76-C Dt.4.7.73)
11) Wires of I. S. I. Mark will be allowed to be use on the work.
12) The rates should be written both in words and figures, inclusive of all taxes and
duties.
13) The percentage additions in total amount tendered of any items is not allowed,
however, if overall reduction in percentage is offered, the same should be stated
in prescribed clause added at the end of Schedule B in words and figures. If no
reduction is to be made, the gap should be filled in by the words ‘NIL’.
(Govt Resolution No. CDN/1269/PAC/51-C Date: 15/04/1978)
14) Whenever Government materials are issued, the contractor shall be responsible
for the safe custody and proper use of the materials.
15) Loose electric fitting should be done connected at the time of handing over
possession of building to concerned civil or administrative department and
accordingly after taking over possession of these connections concerned
Civil/Administrative department is responsible for fittings.
21
GENEREAL CONDITIONS OF CONTRACT
1. Definition of terms
a. In constructing these general conditions and the annexed specification
the following works shall have the meaning here assigned to them
unless there is something in the subject or context inconsistent with
such constructions:
b. The RUDA shall include his successors and assigns.
c. The ENGINEER shall mean the Director Projects or such other officer
as may be appointed by the Director Projects to supervise the work on
behalf of RUDA.
d. The CONTRACTOR shall mean the Tenderer whose tender, shall be
accepted by the RUDA, and shall include the tenderer’s legal personal,
representatives or successors and assigns.
e. PLANT shall mean and include on machine, fixed or movable used for
the generation or transmission of power or accreted by power.
f. WORK or WORKS shall mean the whole of the plant and material to
be provided and work to be done executed or carried out by contractor
under the contract.
g. The CONTRACT shall mean all the documents by which the
agreement by the contractor to be provided to execute or carry out the
plant work or works shall be constituted or by which the terms of such
agreement or any of them are contained or set forth specially as per
these General conditions, any special conditions attached to or issued,
with these conditions, the specification the Drawings, the invitation for
tenders (if any) or any other letter, notice or documents upon or with
reference to which the Tender is made and the schedule of prices (if
any) furnished by the contractor with his Tender.
h. The SPECIFICATION shall mean the specification annexed to these
General conditions and Schedule there to (if any).
i. The SITE shall mean the whole of the premises, building and ground
in or upon which the Plant work or works is or are to be provided,
executed, erected done or carried out.
22
j. The DRAWINGS shall mean the drawings issued with the
specification which will ordinarily be identified by being signed by the
Engineer and any further drawing submitted by the contractor with his
tender and duly signed by him and accepted or approved by the
Engineer and all other drawings supplied or furnished by the contractor
or by the Engineer in accordance with these General conditions.
k. The SPECIAL CONDITIONS shall mean the special condition of
contract (if any) attached to general conditions.
l. The SCHEDULE shall mean the schedule or schedules attached to the
specifications.
2. Contractor to inform himself fully
a. The contractor shall be deemed to have carefully examined the
invitation for Tenders (if any) the general and any special conditions,
the specification and Drawing and Schedule of price (if any). Incase of
discordance or want of agreement between or amongst the several
things herein described as the grounds or data of contact, then these
conditions shall have precedence of and be held to be more correct and
binding than the specification or any conditions refereed to therein, or
in any other documents forming the part of contract and in like manner
detailed drawings shall be held to be more correct, and binding than
general drawings and instruction shall be held to be more correct and
binding than general drawing and instruction shall be held to be more
correct and binding then figured dimensions shall be held to be more
correct than dimensions by scale but subject nevertheless, in case of
doubt o dispute as to any of the matters aforesaid to the determination
and decision of Engineer as hereinafter is more particularly mentioned
and provided always that nothing herein contained shall limit the
powers of the Engineer herein after mentioned.
3. Security Deposit
a. The contractor shall within ten days of the intimation, to him
acceptance of a tender, deposit a sum equal to five percent of the
amount put to tender as security for the performance of the contact.
The Security Deposit shall be in form of FDR.
4. Mistake in Contractor’s Drawings.
23
a. The contractor shall be submit such drawing as may be required and
shall be responsible for any discrepancies, errors or omissions in any
drawing of other particulars supplied by him not with standing that
such drawing or particulars may have been approved by Engineer.
5. Patent Right etc.
a. The contractor shall fully indemnify the Governor of Gujarat against
all actions, suits, claims, demands, costs, charges and expenses arising
from or incurred by reason of any infringement or alleged
infringement, of any letters patent, design, trade mark or name
copyright or other protected rights in respect of any machine, plant,
work materials thing or system or method of using, fixing, working or
arrangement used or fixed or supplied by the contractor but this
indemnity shall not extend or apply to any action, suit, claim, demand,
cost charges, or expenses arising from or incurred by reason of the use
of the work or any part thereof otherwise than in the manner or for a
purpose contemplated by the contract. All royalties and other similar
payments which may have to be paid for the use of any machine,
plant, work, material, thing, system, or method as aforesaid (Whether
payable in one sum or by installments or otherwise) shall be covered
by the contract price and payable by the contractor.
b. In the event of any claim or demand being made or action or suit
brought against the Governor of Gujarat in respect of any such matter
or matters as all negotiations for the settlement of such claim or
demand and such action aforesaid the contractor shall be duly notified,
thereof, and he shall conduct or suit also be conducted by him subject
if and so far as the Governor of Gujarat shall think proper under the
Supervision and Control of Governor of Gujarat through the officer
duly authorized on his behalf.
6. Workmanship and Materials
a. The work shall be carried out in all respects with workmanship and
materials of the best and most substantial and approved qualities to the
entire satisfaction of the Engineer who may reject any plant, apparatus
of material or workmanship which shall in his opinion be of defective
24
quality and such rejection to be final and conclusive. The Contractor
shall at his own expenses provide all material, labour, haulage, power,
tools, tackles and apparatus necessary to execute and complete the
works and plant in the manner aforesaid.
7. Use of Work Pending Completion.
a. The RUDA shall be al liberty at any time to put into beneficial use the
whole or any part of the work he may desire to use pending the formal
completion and taking over of the same.
8. Power to vary or omit work.
9. The Engineer shall have full power, subject to the provision next hereinafter
contained, from time to time before the works have been taken over by notice
in writing to order the contractor to alter, amend, omit, and to or otherwise
vary any work, and any such order shall be without prejudice to the liability of
the contractor under the contract and the contractor shall carry out any
alterations, amendments, omissions, additions or variations so ordered and he
be bound in carrying them out by the same conditions (as far as possible) as
though the said alternations, amendments, omissions, additions or variations,
so ordered as aforesaid shall be difference of cost (if any) occasioned by any
alternations, amendments shall be, added to or deducted from the contract
price, as the case may require. The amount of such difference (if any) shall
subject to the provision hereinafter contained be ascertained and determined in
accordance with rates specified in the schedule of price, so far as the same
shall be applicable, but the Governor of Gujarat shall not become liable for
payment of any change in respect of any such alternations, amendments,
omission, additions or variations unless the order of instructions for the
performance of the same shall have been given in writing by the Engineer.
a. Tender rates shall apply for excess up to a maximum of 30% over the
b. tendered work.
c. For excess any, beyond 30%, payment shall be made as per mutually agreed
rates. However, the agency will furnish the conclusive evidence of the rates
of the involved components of exceeding items prevailing on the date of
commencement of erection of that item, and the rate prevailing on the date of
exceeding excess.
25
d. In the event of any order being under the powers made conferred by this
clause reasonable and proper allowances shall be made in time for any delay
occasioned thereby and in money for any plant or materials already prepared
or work done and requiring to be altered in consequence thereof.
10. Protection and Liability for Accidents, Theft and Damage
a. The contractor shall at all times until the commencement of period
maintain property a sufficiently cover up and protect all materials
delivered on site from damage or injury by exposure to the weather and
shall take every proper precaution against accident, damage or injury
to the same from any cause. The contractor shall be and remain
answerable and liable for all accident and damage thereto which until
the commencement of the period of maintenance may arise or be
occasioned by the acts or omissions of the contractor or his workmen,
agents, servants or sub-contractors and all losses and damages arising
from such accidents, damage, or injuries as aforesaid shall be made
good in the most complete and substantial manner by and at sole cost
of the contractor and to the satisfaction of the Engineer.
b. Provided that should the Engineer certify that the work has been
completed but that owning to circumstances over which the contractor
has no control the work cannot be taken over the contractor shall not
be held liable for any loss of or damage to the work occasioned by
such delay in taking over and occurring more than One Month after
date of completion of the work as certified by the Engineer.
c. Until the work shall be or deemed to taken over as hereinafter provided
the contractor shall also indemnify to Governor of Gujarat from and
against all claims and demands, suits, proceedings, cost and expenses
in respect of or in connection with any injury to person or damage to
property by whom so ever sustained or by defective design work or
materials made done furnished or supplied by the contractor. The
contractor shall also be responsible for thefts of any property of the
Governor of Gujarat or of others committed by any employees of his
own or his subcontractors and shall be liable for the costs of replacing
any property stolen.
11. Insurance
26
a. Subject as hereinafter provided the contractor shall at his own expense
insure and at all times prior to the commencement of the period of
maintenance keep insured against destruction or damage by fire or
earthquake storm and tempest such plant and materials ordered for the
work as may for the time being be upon the site for the full value of
such plant and materials.
12. Materials brought on the site
a. All materials, tools and tackle brought to and delivered upon the site
for the purpose of the work shall from the time of their being so
brought vest in and be the property of the RUDA but may be used for
the purpose of the work but for that purpose only and not on any
account be removed or taken away by the contractor or any other
person without the express permission in writing of the Engineer, but
the contractor shall nevertheless (subject as hereinafter provided) be
solely liable and responsible for any loss or destruction thereof or
damage there to unless resulting from causes beyond the contractor’s
control not being causes insurance against destruction or damage from
which is provided for in clause 11. The RUDA shall have a lien on
such materials, tools and tackle for any sum which may to any time
prior to the completion of the works be due or owing to him by the
contractor under in respect of or by reason of the contract and shall be
at liberty to sell and dispose of any of such materials, tools and tackle
remaining after the completion of the works in such manner as he shall
think fit, and to apply the proceeds in or towards the satisfaction of
such sum or sums so due or owing as aforesaid but subject to such lien
and power of sale and disposal such surplus materials, tools and tackle
shall being to the contractor and may be removed and disposed of by
him as he shall think fit after the lien is withdrawn by the Engineer in
charge.
13. Default
a. If the contractor shall at any time fail in the opinion of the Engineer to
proceed with the work with due diligence and expedition, or shall
refuse, neglect or omit to comply with any orders given to him in
writing by the Engineer in accordance with the provisions of these
27
conditions or shall commit any other breach of the provision of the
contract, the Engineer shall be at liberty to give notice in writing to the
contractor to make good the failure neglect, omission or breach of
contract and should the contractor fail to comply with any such notice
within such period as may be prescribed in such period as may be
prescribed in such notice then and in such case the RUDA shall be at
liberty to employ workmen other than those of the contractor to
perform and execute the work in respect of which the failure, neglect
or omission referred to in such notice shall have been committed or
occurred. If the RUDA shall be think fit, It shall be lawful for him to
enter into a new contract with any other persons, or person, for the
execution of such part of the work as may not have been executed and
in that event the RUDA shall without incurring any liability to the
contractor be entitled to use all or any of the materials, tools, tackle or
other things which may then be on site for the purpose of completing
the work or any part thereof and to provide any additional materials
tools, or tackle required for the provide any additional materials tools,
or tackle required for the purpose and the cost of executing any such
work and providing any such materials shall be paid by the contractor
to the RUDA on demand.
b. Subject to and after satisfaction of the lien of the RUDA for any sum
due to him by the contractor for any expenses, cost or charges incurred
in the completion of the work all materials, tools, tackle or other things
remaining on the site and unsold after such completion shall forthwith
hereafter be removed by contractor.
14. Replacement of Defective work of material.
a. If during the progress of the work, the Engineer shall notify in writing
to the contractor that in his opinion the contractor has executed any
unsound or has supplied any material inferior in quality to those
stipulated for by the contractor, the contractor shall at his own expense,
within ten days of his receiving the notice, proceed with due expedition
to remove or alter and reconstruct or replace the work, or as the case
may be supplied fresh materials up to the standard of the specification.
In place of the work or materials complained of by the notice (as the
28
case may be) and in case the contractor shall fail to do so the RUDA
may after the expiration of ten days from the giving of such notice in
writing stating that the RUDA intention so to do forthwith at the cost
of the contractor remove the work or materials complained of and
perform all such work or (as the case may be) supply all such materials
in place of those complained of any such removed and performance of
work or supply of materials shall be paid by the contractor to the
RUDA on demand, provided always that nothing in this clause shall be
deemed to deprived the RUDA or effect any other right or remedies
under the contract or otherwise which he may have in respect of such
defects or deficiencies. No payment which have been made on account
of materials delivered or work executed shall be looked on as
acceptance of such or any work or materials.
15. Cutting away and making good
a. The tender is to include all necessary cutting and making good for the
purpose of the contract of the wood work, walls, floors, etc. of the site.
The contractor will be held responsible for, and will have to make
good at his own expenses, to the satisfaction of the Engineer, any
damages to or disfigurement of the site which may have been caused
by the acts or omissions of himself or his servants or agents in
connection with the carrying out of the contract.
16. Contractor’s Representative and Workmen.
a. The contractor shall employ at least one competent representative
whose name or names shall have previously been communicated in
writing to the Engineer by the Contractor to superintend the carrying
out the works. The said representative, or if more than one shall be
employed then, one if such, representatives, shall always be present on
the site during working hours and any written orders or instructions
which the Engineer may give to the said representative of contractor,
shall be deemed to have been given to the contractor.
b. The Engineer shall be at liberty to object to any representative or
person employed by the contractor in the execution of or otherwise
about the work, who, in the Engineers opinion shall misconduct
himself or be incompetent or negligent and the contractor shall remove
29
every person so objected to forthwith upon receipt from the Engineer
of notice in writing requiring him to do so.
17. A Minimum age of persons employed and employment of donkeys or
other animals
a. The contractor shall not employ any person who is under the age of 18
years.
18. The contractor shall not employ donkeys or other animals with breaching of
string or thin rope. The breaching must be at least three inches side and should
be of tape (Nawar).
19. No animal suffering from sores, lameness or emaciation or which is immature
shall be employed on the work.
20. If contractor does not accept the preceding conditions nos. (i), (ii) and (iii) his
tender shall not be accepted and his name shall be removed from the list of
contractors.
21. The Engineer shall remove from the work any person or animal found working
which does not satisfy these conditions and to responsibility shall be accepted
by the Governor of Gujarat for any delay caused in the completion of the work
by such removal.
22. SUBMISSION OF SAMPLES
a. The contractor shall not without written sanction of Engineer use for
the execution of the work any materials plant or stores of any type of
description other than those specified in his tender. He shall, if
required to do so, or at his options, deposit samples, at the office of the
Engineer of approval and the Engineer shall within 14 days of the
receipt of the samples, express in writing to the contractor his approval
or otherwise of the samples deposited, and all materials, plant and
stores used in the execution of the work must be in every way equal to
the deposited samples. All the deposited samples will be returned to
the contractor within one month of the work being taken over.
23. DEDUCTIION FROM CONTRACT PRICE
a. The amount or all costs or works, expenses or other sums which under
the contract shall be payable by the contractor to the RUDA from any
moneys due or becoming due by him to the contractor under contract,
30
without prejudice to the RUDA, right to recover the same by the
ordinary process of law.
24. TERMS OF PAYMENT
a. Subject to any deduction which the RUDA may be authorized to make
under the contract, the contractor shall be entitled upon the certificate
of the Engineer to the effect hereinafter stated payments of R.A. Bills
shall be made to the contractor as per items, in measurable units
executed according to the specifications. The payment shall be made as
per the following: and subject to availability of Fund/Grant.
25. Terms and Conditions
1. 65% of the cost of materials brought to the sites. (The details of the cost of
materials shall have to be furnished by the Agency on prorate basis, and) of
the contact value.
2. Balance amount on account of the cost of material and 25% of the contract
value shall be paid after the satisfactory installation, testing and
commissioning of the Lifts.
3. Balance amount of 5% of the contract value shall be paid to the contractor
after satisfactory running of the Lifts up to 2 months from the date of handling
over the Lift to the department.
4. 5 % after completion of defect liability period.
26. Certificate of Engineers
a. Every application to the Engineer for a certificate must be
accompanied by a detailed claim (in duplicate) setting forth (in the
order of the Schedule for price, if any) particulars of the plant or
materials delivered and work executed to the date of the claim, and the
certificate as to such of the plant and work mentioned in the claim as is
in the opinion of the Engineer in accordance with the contract shall be
issued within 14 days of the application. No application for a
certificate shall be made within 14 days of previous applications.
b. After successful installation of the lift, it shall be the duty / work of
contractor to the get the lift inspected from Electrical inspector for
required certification of viability of the lift operation.
27. Certificate not to affect rights of the RUDA or Contractor
31
a. The Engineer may by any certificate make any correction or
modification in any certificate previously issued by him; any payment
shall be regulated and adjusted accordingly. No certificate of the
Engineer shall nor shall any payments on account by the Governor of
Gujarat to the Contractor, Nor extension of time for the execution of
the works by the contractor which may be granted by or on behalf of
the Governor of Gujarat against the contractor under or relieve him any
of his obligations for or in respect of the due performance of the
contract, or be interpreted as approval of work done or of material
supplied.
28. Suspension of Work
a. The RUDA shall pay to the contractor all proper expenses arising from
suspension of the works, by order in writing of the Engineer or any
other officer on behalf of the RUDA unless such suspension is due to
some default on the part of the contractor or any sub- contractor under
him.
b. Damages for delay in completion.
i.If the contractor fails to complete the work under contract by the
stipulated date, he shall pay liquidated damages of 0.1 % of the
contract value per day to maximum 10% of value of work from the
date of delaying the said work up to the date of completion and
handing over.
ii.Delays requiring payment of ten percent liquidated damages of the
value of work for performance shall be sufficient cause for termination
of contract and for forfeiture of security deposit including amount of
performance bond in and registration of the contractor shall also be
kept in abeyance for three years from the date as fixed in all cases.
If the contractor shall desire and extension of the time for completion
of work on the ground of his having been unavoidably hindered in it
execution or on any other ground he shall apply in writing to the
RUDA before the expiration of the period stipulated in the tender or
before expiration of 30 days from the date on which he was hindered
32
as aforesaid on which the cause for making for extension occurred
whichever is earlier and the RUDA may if in his opinion, there are
reasonable and bonafide grounds for granting an extension, grant such
extension as he thinks necessary or proper. The decision of the RUDA
in this matter shall be final.
The date of receipt of application by the Executive Engineer shall be
considered as the date of application for the purpose of counting the
period as mentioned above.
If the contractor or his workmen, or servants shall break, deface, injure
or destroy and part of the building or the work in question in/or which
they may be working or any building, road, fence, enclosure or glass
land or cultivated ground contingencies to the premises on which the
work or any part thereof is being executed or if any damage shall be
done to the work from any cause whatever before completion of the
work or before the completion of the maintenance period whichever is
later or any damages occurred/caused due to normal flood or rain or if
any imperfection become apparent in it within three months from the
grant of a certificate of completion, final or otherwise by the Engineer-
in-Charge shall be final the contractor shall make good the same at his
own expense or in default the Engineer –in-charge may cause the same
to be made good by other contractor and deduct expenses (of which the
certificates of the Engineer-in-charge shall be final) from any sums that
may then be due or may thereafter become due to the contractor or
from his security deposit or the proceeds of sale thereof a sufficient
portion thereof.
29. Penalty Clause during 5 Years of Free maintenance: if the contractor fails
to rectify any defects/damages arising during maintenance period
within 24 hours of intimation by RUDA officials either verbally or in
writing than a penalty of Rs.1000/- per day which may be extendable
upto Rs.5000/- if the said defect is not cleared within the next 72
hours.
33
If even after such intimations the defect is not solved than RUDA shall
carry out the work at the risk and cost of the contractor. The same
amount shall be deducted from the Security deposit submitted.
30. Force Major Clause: However, neither party shall be liable to the other for
any loss damage occasioned / caused by or arising out of acts of God,
and in particular. Unprecedented floods, volcanic eruption, earthquake
or other conclusion of nature and other acts such as but restricted to
invasion, the act of foreign countries hostilities or warlike operation
before or after declaration of rebellion military or usurped power
which prevent performance of the contract and which could not have
been foreseen or avoided by a prudent person.
NOTE: Unprecedented Flood means the flood crossing the high flood
level of the Past year(s) which is on the available record.
31. Time of taking over
a. The work shall for the purpose of all provisions of these conditions be
deemed to have been completed and taken over by the RUDA when
the Engineer, shall have certified in writing that it has been completed
in accordance with contract conditions and such certificate shall not be
unreasonably withheld nor shall the Engineer delay kits issue on
account of commissions or defects which in his opinion do not effect
the efficient use of the work, but such issue shall be without prejudice
to the contractor’s liability to make good any such omissions and
defects with the greatest possible expedition.
32. Death and Bankruptcy.
a. If the contractor shall die, or become insolvent or bankrupt or have a
receiving order made against him nor compound with or make any
proposal carrying on his business under inspection or for the benefit of
his creditors, or commit an act of insolvency or bankruptcy, or being a
corporation be ordered to be wound up or to the contractor his legal
representative to determine the contract and the Governor of Gujarat
may in that event complete the contract in such time and manner and
by such person as he shall think fit.
b. Settlement of Disputes
34
c. All the disputes regarding the Contract shall be subject to settlement as
per arbitration act.
33. Contract Drawings
a. The contractor shall submit to the Engineer for his approval on or
before the dates stipulated for this purpose in the specification copies
of all the drawings of the general arrangements of the plant as set out
therein and of such detailed drawings as may be reasonably necessary.
b. Within 14 days from the receipt by him of such copies or in absence of
such notification within 30 days from the receipt of such copies, the
copies in ink or tracing cloth or Ferro Gallic prints mounted on cloth,
of all drawings as approved shall be supplied to the engineer by the
contractor respectively and shall thereupon the signed by the contractor
and become the property of the RUDA. Such signed copies of the
drawing shall not be departed from in any way whatsoever except with
the written permission of the Engineer. During the execution of the
work, the signed copies shall always be kept available for reference on
the site.
c. In the event of the contractor desiring to keep in his own possession a
signed copy of the drawings approved, he shall supply three copies
instead of two and in this case the Engineer shall sign the third copy
and return the same to the contractor.
34. Manner of Execution, Quality of Materials, etc.
a. The plant shall be manufactured, constructed, provided, put in position
and maintained in the best and most substantial and workmen like
manner and materials of the best and approved qualities having regard
to their respective uses.
35. Tests on Site
a. In all cases where the special conditions are provided for tests on the
site whether of plant, materials or workman ship the RUDA except
where otherwise specifically stipulated shall provide free of charge
such labor, materials, fuel, stores, apparatus and instruments as may be
requisitioned from time to time efficiently to carry out such tests in
accordance with the conditions.
35
b. Where electrical energy is required for tests on site and a supply is
available on the site from an existing installation, such electrical
energy shall be supplied to the contractor by the Government free of
charge at the pressure and frequency of the ordinary supply is
available. The electrical energy necessary for such tests shall be
provided to the contractor.
c. All the Testing Charges will be born by the Agency, and it will not be
reimbursed.
36. Delivery of Lifts and materials
a. No plant and materials shall be
tendered for delivery until and intimation in writing shall have been
given to the contractor by the Engineer that RUDA is ready to take
delivery.
37. Tests on Completion
On the completion of the works on the site in accordance with the contract the
contractor shall give the Engineer notice in writing of such completion. The
Engineer shall after receipt of such notice, by notice in writing under his hand
for date and an hour on that date for the making of the test on site if any such
are provided for the contract.
a. The contractor shall carry out such tests upon the date and at the hour
so fixed and if the Engineer or his authorized representative shall
attend on that date at that hour such test shall be carried out in the
presence of the Engineer or such representative.
b. If any portion of the plant fails under the tests to satisfy the contract
conditions similar test according to the contract of the portion so
failing shall if required by the Engineer or by the contractor be
repeated within a time to be fixed by the Engineer and the provision of
this clause shall apply to such repeat 20 test as if they were the original
tests and the contractor shall pay to the RUDA all reasonable expenses
to which may be put by such tests.
c. If the tests or any repeated test so required as aforesaid be not made by
the contractor on the date fixed as aforesaid for the same by the
36
Engineer may proceed to make such test himself at the contractor’s
risk and expense.
d. If in any test under this clause the plant tested shall fail to satisfy the
contract conditions the Governor of Gujarat shall as from the date
stipulated by the contract for completion nevertheless have the right of
using such plant until the same shall satisfy such conditions and such
use shall be at the contractor’s risk. In the event of the question
whether the works have been completed in accordance with the
contract or any question regarding such completion being submitted to
Arbitration as any portion of the plant, the Engineer may certify to be
capable of being used on conditions of paying to the contractor a sum
calculated (according to the period or the use) at the rate of 5% per
annum upon the amount withheld or deducted in respect of such plant.
38. Rejection of Defective Work
a. If the works, or any portion thereof shall not in the opinion of the
Engineer on the stipulated tests (if any) being made in accordance with
the contract satisfy the contract conditions within three months after
the date stipulated for completion the Engineer may give notice in
writing to the contractor setting for the particular of the defects of
particulars in respect of which the works in his opinion fails to comply
with the contract conditions and requiring the contractor to make good,
after or replace the same within such time to be specified in the notice
as the Engineer may consider reasonable and the contractor shall
make good, alter or replace the same as required by such notice and so
as to make it employ with the requirements of the contract conditions
with the time so specified. Should he fail to do so, within that time the
Governor of Gujarat may make good, alter or replace the same as so
required and the cost of such making alteration good or replacement
(less in the case of any replacement any sum which would have
become due to the contractor under the contract in respect of the works
replaced and which shall not have been paid to him) shall be paid by
the contractor to the Governor of Gujarat on demand or should the
Governor of Gujarat not make good, alter or replace any defective
37
works in respect of which such notice as aforesaid shall be given
within six weeks from the date of the given of such notice the
contractor shall repay to the Governor of Gujarat all sums (if any) paid
by him to the contractor in respect of such works. Nothing contained in
this clause shall prejudice or affect the rights of the Governor of
Gujarat under the contract whether in the way of enforcement of
penalties or otherwise in respect of any delay in the completion of this
work.
39. Use of plant of works pending making good.
a. If at expiration of the time specified for making good, altering or
replacing the plant of works, in any notice given by the Engineer to the
contractor under the last preceding clause the contractor shall not have
duly made good, altered or replaced the same in accordance with the
contract the Governor of Gujarat shall be at liberty if he things fit to
make use of the same for such time as shall be reasonably sufficient
according to the circumstances to enable him, to make good, alter or
replace the same (whichever he made see fit to do ) provided that in
respect of the period of such user, the Governor of Gujarat shall not be
entitled to any damages under clause 24 of these conditions an in the
case of complete replacement, the contractor shall be entitled to be
paid in reasonable sum for the same.
40. Workman’s Compensation in case of injury
a. The contractor shall be responsible for any compensation and shall pay
to his workmen, compensation payable for injuries under, the
workmen’s Compensation Act, 1923 (VII OF 1923) hereinafter called
the said Act. If such compensation it shall be recoverable by
Government from the contractor under sub section (2) of the said
section such compensation shall be recovered in the manner laid down
in clause 3 and 10 of the conditions of contract.
41. The Apprentices
a. The contractor shall afford or procure as the case may be every facility
to Indian apprentices of practical training in the factory, owned,
managed, controlled or patronized by them, so as to enable the Indian
38
Apprentices to acquire full knowledge of the technique and work of
their trade industry calling or profession.
42. Set-off Clause
a. Any sums of money due to the contractor (including the security
deposit returnable to the contractor) under this contract shall be
appropriated by the RUDA and shall be set off against any claim of the
Govt. for the payment of sum of a money arising out of or under any
other contract made by the contractor with the Govt. when no such
amount for purpose of the recovery from the contractor against such
any claim of govt. is available a recovery shall be made from the
contractor as arrears of land revenue.
43. Appointment of Local Labourers.
a. The contractor should as far as possible obtain the requirement of
labourers, skilled and unskilled from the nearest employment
exchange, so as to utilize the local employment potential. If there are
no local employment exchange or such exchanges are not able to
provide required locally suitable local labour should be utilized to
maximum extent possible.
44. Fair-Wages
a. If a contractor fails to pay within 7 days to the labourer(s), worker(s)
the minimum wages Act, 1949 as in force from time to time the
Executive Engineer or the officer of a equal rank shall be at liberty to
deduct the amount payable to the labourer(s), Worker(s) from
contractor's bill or deposit(s) payable by the contractor after making
due inquiries and shall not be entitled to any payment or compensation
on account of any loss that he (contractor) may have to incur of the
action as aforesaid. Before the action as aforesaid is enforced notice is
writing to the contractor shall be issued by the Executive Engineer or
the Officer of the equal rank to pay the wages as per Minimum Wages
Act in force at the relevant time. If the contractor does not act as
aforesaid with 7 days then the action contemplated as above shall be
taken against him.
39
Signature of
Contractor’s
Dy. Executive Engineer
RUDA;Rajkot Director ( Projects),
RUDA;Rajkot
40
SPECIAL CONDITIONS OF CONTRACT
(A) Scope of Work
To provide necessary scaffolding in each elevator hoist way required during
the erection period and carry out minor builder’s work comprising of cutting
in walls, floors, partitions together with any repairs made necessary thereby
including grouting of all bolts, steel members, indicator and button boxes in
position of the elevator equipment.
The contractor shall also provide fascia plates between two landing doors,
doors posts (as required) machine beams, bearing plates, buffer support
channels, hitch beams, hitch plates and the stretcher angles (wherever hoist
way dimensions are in excess of what is required) at their cost and also erect
the same, where required.
Contractor shall also carry out necessary wiring work pertaining to elevator
equipment so also provide the light outlet in the pit and hoist way from the
main switches provided in the machine room.
Living accommodation for the erections shall also be provided by the lift
contractor.
(B) Following items shall be carried out / provided by the RUDA.
Three phase power supply in the machine room terminated in triple pole iron
clad switch fuse unit for the appropriate rating as per requirement of the lift
contractor for each lift separately, including required earthing.
Single-phase power supply in the machine room terminated in two nos.
Double pole iron clad switch fuse unit for the appropriate rating as per
requirement of the lift contractor for each lift separately, including required
earthing.
Exhaust fan will be provided by the Lift Agency of adequate capacity as
indicated by the lift Inspector for the proper ventilation in each machine room
iron ladder for going into the pit.
Suitable storage accommodation for lift material.
Free of cost Temporary electric Power Supply of required characteristic during
the erection of the elevators of illumination and operating of contractors tools
as well as for starting, testing and adjusting the elevator.
41
(C) General
(1) Furnishing Technical Data
The necessary data regarding the hoist way and machine room details and
dimensions and such other technical information may be obtained by the
successful tenderers from RUDA concerned to prepare detailed layout
drawings and to shed with the performance of the contract.
(2) Submission of the Preliminary and final Layout Drawings.
The contractor shall submit to the department the final layout drawing within
7 (Seven) Days from the date of receipt of work order.
(3) Approval to Drawings.
The layout drawing will be returned to the contractor/s within 7 (seven) days
from the date of submission thereof.
(4) Free Maintenance
The contractor shall provide free maintenance service for the period of
05 Years from the date of handing over of the lift installation, covered under
this contract for beneficial use.
(5) Insurance
The contractor shall take materials –cum – erection risk insurance policy
under which the materials should be covered from the time they are dispatched
from the factory till the elevator is installed and handed over. The contractor
should also take the third party compensation insurance policy to cover their
employs working at the site.
(6) Prices
The rates should be quoted inclusive of delivery of materials to the site,
fabrication and installation of the lift equipment, and commissioning and
testing, of the lift, inclusive of all taxes, Excise duty, Octroi, and all other
imposts. The tenderer should clearly indicate the imposts and taxes as
applicable at present at their present rates, i.e. on the date of submission of
tender documents.
(7) Completion
The contractor/s shall undertake and complete the installation work of lift as
specified in Time Schedule.
(8) Deviations and Technical Information
42
For all items offered against Schedule ‘B’ for each tender item separately.
The tenderers may give their offer based on their own design without effecting
the cage carrying capacity, Speed of the lift shall be 1.5 / 1.75 MPS, type of
machine, A.C.V.V.F control, operation, type of car and hoist-way, door and
door operations specified in Schedule ‘B’ of tender documents, however, the
deviation in technical specifications shall be brought out clearly as to what
respect the same defers from technical specifications shall be brought out
clearly as to what respect the same defers from technical specifications
appended with the tender documents, stating technical as well as financial /
commercial implications thereof from the specified.
(9) The contractor shall have to provide free maintenance service for 5 years as
per contract. Scope of work covered under Maintenance and Service period is
shown ahead separately. Maintenance and Service period will start from the
date of completion of work.
(10) No price escalation shall be given.
Signature of Contractor’s Dy. Executive Engineer
RUDA;Rajkot Director ( Projects),
RUDA;Rajkot
43
DETAILED TECHNICAL SPECIFICATION
Motor
The A.C. Motor designed for elevator service will have high starting torque with low
starting current, suitable for existing machine.
Micro Processor Based Controller
It is technologically advanced system. The operational card file contains a logic board
with microprocessor chip, random access memory (RAM) and erasable programmable
read only memory (EPROM) chips to monitor and take over the command of the
elevator.
The Motion controlled consist of high performance, fully digital control V.F. drive
which the directly control the torque and speed of the elevator motor and thus
provides constant speed control under all loads conditions.
A large numbers of user friendly features are included in the microprocessor based
controller such as:
1. Detection stuck hall button
2. Motor over current protection (Built in inverter drive)
3. Fast speed / Deceleration protection
4. Passenger over load warning device/ optional
The system continuously monitors critical aspect of system health. Self health
diagnostic capabilities are built in to the control system to speed up trouble shutting
and can be monitored from seven segments display provided in the logic board. This
facilitates quick identification of fault and restoration to normal operation.
1.0 AUTOMATIC MICRO SELF LEVELLING:
For achieving accurate leveling at the floor the Lift should be provided with
the Micro Self Leveling Features. This Micro self leveling should, within its
zone, be entirely automatic and independent of the operating device and
should correct for over travel, under travel and rope stretch automatically. The
leveling in-accuracy should not exceed 12 mm irrespective of the load. Re-
traveling of car should not be possible with open doors.
44
2.0 OPERATION: A.C. Variable voltage variable frequency:
2.2 MEMORY SYSTEM:
The system should have memory so that the calls once registered should not
get cancelled until it is attended to.
2.3 ATTENDENT OPERATION:
It should be possible to have with/without attendant operation.
2.4 FIREMAN SWITCH:
A key switch (or toggle switch in break glass) should be provided at ground
floor for the lift so that in emergency, the fireman can assume the complete
control of the required lift.
2.5 SEPARATE CAR AND HALL DOOR HOLD OPEN TIME:
Separate adjustable timers should be provided to establish minimum transfer
time for car and floor stops, the floor stop time being longer then the car stop
time to allow person waiting to leave and enter the car. It should be possible to
adjust the transfer time of ground floor separately from the time for normal
stop.
2.6 DIRECTION REVERSAL:
When a lift arrives at a floor where both the up and down floor calls have been
registered and no calls is registered in the car, in the direction in which the lift
is not to travel then the car door should close, floor lantern should reverse and
then the car door should re-open again, so that passengers traveling in the
opposite direction can make that lift. In other words, the lift should not travel
for one more floors before reversing the travel direction.
2.7 ADVANCE INTIMATION:
At the main lobby, there should be advance illumination of the up signals for
the lift which is going to be first dispatched. Similarly, for other floor when
the lift reaches, a predetermined distance from the floor where it is going to
stop the corresponding direction signals should be illuminated and going
should sound. This will facilitate the passengers to enter the lift with watering
time.
45
3.0 CONTROLLER:
3.1 The relays and switches to use should be suitably designed for lift control
circuits.
3.2 The relays should be so mounted that they are visible for quick location of
faults and easy maintenance.
3.3 The contacts should be self wiping type.
3.4 Without dismantling the relay from controller body, it should be possible to
adjust the air gap between the contacts.
3.5 When required, it should be possible to replace the contact alone.
3.6 Proper identification marking should be provided on contacts relays and
switches.
3.7 In the event of spring failure, gravity switch should get released the relay.
3.8 The main power contact should be copper, to carbon type.
3.9 All the wiring of controller should be terminated in terminal block fitted on
the controller body.
3.10 A controller disconnect switch should be provided on the controller.
3.11 Suitable arc blowers and arc deflectors should be provided for main power
relays.
3.12 A reserve phase relay should be provided to protect the equipment against
phase reversal, low voltage and phase failure.
3.13 For easy maintenance and fault finding the wiring shall be distributed in
different zones with indicators.
4.0 SELECTOR:
The floor stop switches should not be installed in the shaft but the same should
be mounted on a selector located in the machine room.
5.0 SAFETIES:
Equipment offered should conform and comply with Indian Standard
Specification, Bombay Lift Act. as applicable to Gujarat State Indian
Electricity Rules and their relevant specifications and standards.
46
6.0 TEST CERTIFICATE
6.1 It will be necessary for the supplier to furnish the certificate in
regard to the items such as Machine, Motor, Motor Generator Set, Ropes,
Safeties, Controller, Selector, Governors, Buffers etc.
6.2 There should be minimum 6 ropes of ½” diameter with 8 x 9 seal construction
as per IS : 2365 of 1962.
6.3 The hoist ropes should be attached to the car and counter weight by means of
spring fastenings to reduce stopping jerks.
6.4 The ropes are to be fitted in forged steel thimble rod to give strong and reliable
grip.
7.0 ELETRIC WIRING:
All necessary wiring in lift duct should be done in throughing for easy
maintenance.
8.0 COMPENSATING ROPES:
Each lift should be provided with compensating ropes to compensate for the
weight of the main rope.
9.0 SAFETIES:
Equipment offered should conform and comply with Indian Standard
Specification, Bombay Lift Act as applicable to Gujarat State Indian
Electricity Rules and their relevant specifications and standards.
Signature of Contractor’s Dy. Executive Engineer
RUDA;Rajkot Director ( Projects),
RUDA;Rajkot
47
FEEATURES OF THE LIFT
Name of Work: - Buy Backing of Uninstalled Lift Materials and
Supplying, Erecting, Testing & Commissioning of Lift
for RUDA.
Sr. No. Particular of Lifts :
1 Type of Lift Service
: Passenger Lift.
2 Load
a. Number of Passengers
b. Capacity in Kg
:
13 Passenger-1nos 900 kg
3 Rated Speed in Meter Per Second
: 1.5 / 1.75 Mtr. / sec.
4 Total Travel in Meters : approximate 25 Mtrs.
5 Service to be provided
a. Stops
b. Opening
:
:
:
8 Stops
8 Openings
6 Inside size of the lift well in mm
(Width and Depth to be cleared)
: About 2400mm x 2400 mm.x 1500 mm
7 Clear Inside size of the Lift Car
: As per I.S.S. (2000mm x 1550mm)
8 Available Power Supply (Volts / Phase)
: 440 V. 3 phase 50 Hz. A.C. Supply.
9 Type of Control : Microprocessor base with ACVVVF
drive. With close / open.
10 Type of Operation
: Fully Collective
11 Car Entrance Door
(a) Number, Size and type of Opening
of Doors
(b) Operation (Manual / Automatic)
:
:
:
Protected by 8 Nos Steel sliding doors
stainless steel finish with 1000mm x
2000mm high.
Automatic
12 Construction Design and Finish of Car
Body Work
: Stainless Steel
Grade 304
13 Type of Signal System
: Automatic.
14 Details of Landing Doors with
Numbers, Size and Type of the Doors
: 8 Nos. 1000mm x 2000mm high steel
sliding door.
48
15. Additional Items if Any : Single should be provided such as :-
1. Luminous buttons at all door.
2. Digital hall position at all floors.
3. Digital car position and
Direction in indicators in car
4. Car operation panel with
luminous buttons.
5. Battery operated alarm bell and
emergency light.
6. Intercom.
7. Over load warning indicator in
car.
8. Rescue Device.
9. Floor Announcing System.
10. Overload Alarm System.
11. Infra red light curtain safety
screen for automatic door.
Signature of Contractor’s Dy. Executive Engineer
RUDA;Rajkot Director ( Projects),
RUDA;Rajkot
49
TECHNICAL QUESTIONERY
Name of work: Buy Backing of Uninstalled Lift Material and
Supplying, Erecting, Testing & Commissioning of
Lifts for RUDA. (This Technical Questionnaire should be filled in by the Tenderer for all items
covered under Schedule “B” and must be submitted along with Tender Documents).
Sr.No Items Compliance of Bidder
1 2 3
[A] Machine FOR 1.5 / 1.75 MPS ONLY
1 Drive Sheave Diameter
2 Grooving Angle.
3 Roping Arrangement
4 Rope Diameter
5 No. of Ropes
[B] LIFT A. C. MOTOR :
1 Make and Type
2 Rated K.W.
3 Rated H.P.
4 Rated R.P.M.
5 Full Load Running Current
6 Insulation Class.
50
[C] CONTROLLER
1 Type of Contacts.
2 Operating Voltage
3 Make of Main Relays
4 Type of Rectifier.
[D] HOISTWAY ENTRANCE
1 Material
2 Gauge
3 Size of Vision Panels
4 Class Specification
5 Type of Roller used for Hangers
6 Materials of Rollers
[E] RAILS
1 Rail size : A. Car rails
B. Counter Weight
2 Maximum Car Rail Deflection, under Normal Operation.
3 Modules of Section.
4 Moment of Inertia found Flanges.
51
5 Radius of Gyration Around Flanges.
[F] HOISTWAY ROPES
1 Name of Manufacture.
2 No. of Performed Strand.
3 Wires per Strand.
4 Lay
5 Tensile Strength of Rope
6 Safety Factor of Rope
[G] BUFFERS
1 Type of Car Buffers
2 No. of Car Buffers
3 Type of Counter Weight Buffers
4 No. of Counter Weight
Buffers
5 Stroke of Car Buffers
6 Stroke of Counter Weight Buffers.
7 Average Retardation Speed Buffer at Rated Load
8 Peak Retardation for all Buffers at Rated Load
52
9 Duration of Peak Retardation at Rated Load
[J] SAFETIES
1 Furnish the List of Safeties Included.
2 The Equipment Offered Must Confirm to ISI
Bombay
3 Lift Act. as applicable to Gujarat State and Indian Electricity Rules 1956
Signature of Contractor’s Dy. Executive Engineer
RUDA;Rajkot Director ( Projects),
RUDA;Rajkot
53
Scope of Work covered under
All in Comprehensive Maintenance and Service Contract
(1) Maintaining the Lift to keep the equipment properly adjusted and in proper safe operating condition
by regular and systematically examining, adjusting, lubricating all parts / components, including
warranted repairs of replacement of machine, motor generator, controller and parts as required
including worm gears, thrust, bearings, break magnet coils or brake motors, brake shoes, brushes,
winding, commutators, rotating elements contacts, coils, resistance for operating and motor circuits,
magnet frames and other mechanical part due to wear and tear, using only genuine and original parts
(Manufactures invoice / Mark on parts shall be the proof the party being genuine, use of in genuine
parts with incorrect invoice, marks will be considered as breach of contract.) Mark of parts and
components will be got approved, if the original figments of manufacturer’s do not exit.
(2) Renewing guide shoes ribs or guides rails when necessary to ensure smooth and quiet operation and
to keep the guide rails properly lubricated.
(3) Renewing all wire ropes as often as necessary to maintain the adequate factor of safety to equalize
the tension on all hoisting ropes and repairing or replacing conductor cable.
(4) Maintenance of car enclosure, removable panels, door panels, plenum chambers, hung ceiling light
diffusers, light tubes and bulbs, handrails, mirrors and carpet, if any, hoist way enclosure, hoist way
gates, doors, frames, hand buttons, sills and batteries is not included in this contract. A printed price
list of these items published by the manufactures in this contract. A printed with the offer and fresh
price lists from time to time shall be furnished in advance for approval and settlement of payments of
these exclusive items of contract.
(5) Lubricating, servicing and checking of all components which should be done minimum once in a
month. The Executive Engineer/ Deputy Executive Engineer/ Engineer-in-charge can call back the
service of repairing crew any time during the month, during regular working hours as well as during
overtime hours and it will be obligatory on the part of agency to respond within 24 hours after
registration / intimation of call back.
(6) Servicing, repairing and replacement of spare parts, etc. should be carried out with the knowledge of
authorized representative/s of Electrical Division and his signature should be obtained in token of
works carried out.
(7) Preventive repairs shall be attended to in a phased program and the Section Officer In charge shall
notify such maintenance closures to public.
(8) The contractor shall as far as possible, attend the call of the Engineer In charge quickly for such of
these items which are required to be done under the terms of contract. If no response to attend the
54
call is for the coming from the contractor within 48 hours till the report undertaking the work,
recovery calculated on hourly rate basis for the service contract would be recovered from him.
(9) The lifts under contracts should function satisfactorily for the entire period of contract. The lift
installation shall be inspected once in months by the Section Engineer of the firm jointly with the
Authority representative of RUDA and suggestion and remedial measures to the bottle-neck, if any,
and for better functioning be sorted out. The lift working days are considered as 300 days per year
and stoppage on account of maintenance and repairs are allowed at 15 days in a year. The liquidated
damages for closure for any more periods, than stipulated above shall be recovered daily rated basis
by dividing the annual contract price by 300 days.
50 % of yearly contract value will be paid every six months as down payment against performance of
bank guarantee of the amount equal to down payment which will be settled against work done within
six months. In event of failure of attending repairs at any time, the work will be got done
departmentally or through another agency at his risk and cost, and the additional expenditure
incurred so, will be payable by the defaulter agency while making the payment of remaining 50 % of
contract value at the end of six months, the amount of work done at the risk and cost shall be
adjusted against work done for which satisfactory maintenance is certified by the Deputy Executive
Engineer In charge. The bank guarantee shall be renewed year after year for the above said amount
till completion of the contract.
10. A log book will be maintained for each lift and the record of work done for servicing, maintenance
and repairs, etc. will be recorded there in jointly by the contractor and Liftman In charge to keep
track of periodical work done in each lift. This will be considered basic record for all purpose for all
purposes including these specified in paras.
11. All Legal Liability in case of passenger trap in the elevator, insurance, fire shall be covered in the all-
in-service contract and hence no subsequent claim in this regard shall be entertained.
The accepting authority or the Director Projects In-charge of the work reserves the right to terminate
and/or suspend the contract at any time after giving 10 days prior notice of his intension to do so
without assigning reasons thereof.
Signature of Contractor’s Dy. Executive Engineer
RUDA;Rajkot Director ( Projects),
RUDA;Rajkot
55
FREE MAINTENANCE OF LIFT FOR 5 YEARS
The inspection and tests of the lifts should be performed by a qualified Engineer, Who should be
thoroughly acquainted with the mechanical and electrical details of the lifts. Inspection of lifts should be
carried out such month during which time necessary oiling should be done and adjustment are made as per
requirement. Agency should inform the authorized person of this department the condition of the lifts every
month and thus given an opportunity of removing the defects before damage is done to the equipment or
accidents occur to the passengers.
INSPECTION
1. Switches and Fuses
Check the size of the motor fuses and the setting of any circuit – breaker should be checked against
the nameplate rating of the motor.
2. Motors
In motors if plain bearings with ring lubricator are fitted, it should be noted whether the oil is at the
correct level and whether any leakage is occurring at the drain plug, tap or oil gauge. Ball or roller
bearings are packed with grease by the makers, and replacement is only necessary about every six
months, where a little pure petroleum jelly should be used. Excessive wear of the bearings can often
be detected by a distinct knock and results in un-due strain being placed on the coupling and the
worm gear bearings.
3. Brake
The brake and the coupling upon which the brake are usually operated. The coupling should be
examined to ensure that the bolts are tight and that the keys joining the shafts on each side are not
loose. If the motor winding wheel is inserted, and turned in each direction, looseness of the key on
the motor shaft can be detected. Similarly, the key on the worm shaft may be observed, but in this
case the brake must be released. Particular attention should be given to the adjustment of the brake,
as an incorrectly adjusted brake will cause faintly floor leveling. When the design permits, each half
should be adjusted independently so that the clearances of both shoes are the same. The clearances
between the brake lining should be as small as possible, and will be found in practice to be between
1/100” (0.25 mm and .4 mm), if correctly adjusted. Next adjust the solenoid plunger so that the
maximum possible pull is obtained. This is the case when the maximum number of lines of force is
present in the air gap. Under these, conditions the brake should just operate when the magnetic
circuit closes. The spring pressure should then the adjusted until smooth and rapid stopping is
obtained, the actual stopping distance will vary with the car speed. After the brake has set, the car
56
travel should not exceed about 4” (100 mm) for each 100 ft/min. (0.5 m/s.) of running speed. The
operation of any emergency brake
4. Gearing
Examine the level of the oil in the gearbox which if the gear is of the under type, the should be
sufficiently high just to cover the worm. If the over-type gear is employed, the level should be about
4” (100mm) above the bottom of the worm wheel. The gear oil recommended by the makers should
be used. The oil should be free from metal particles and should not be semi solid, gummy of have an
offensive odour. The gear case should be examined for leaks and tightened where necessary, and if
the gland is showing signs of leakage, the gland nuts should be tightened up in rotation. Wear of the
gear teeth can be detected by removing the gearbox cover and turning the motor by hand. A double
thrust race is usually fitted at the outer end of the work shaft to accommodate the worm thrust in both
directions of travel, and an inspection of this thrust race is necessary to ensure that excessive wear
has not taken place. If undue wear is present, the thrust is likely to be transferred to the motor
bearings, which may overheat and cause a break-down. Wear may be compensated for by removing
the thrust and making adjustment.
5. Sheaves and Pulleys
The sheave or drum and any diverting pulleys should be examined to detect whether any looseness
on the shafts is present due to the keys working loose. If looseness is present, the key should be
driven in tightly, but it may be necessary to fit a new key. With a traction drive, the sheave grooves
should be examined for wear and if-ridges are present in the grooves these may, in time cause rope
slip which will result in rope wear. The sheave seat to the same depth in the grooves. The presence of
a crack in the sheave, drum or diverting pulleys may be detected by hammer testing. Test the bearing
bolts for tightness.
6. Controller
The contacts on the controller are copper-to-carbon or copper to copper, and in the latter case, if
cleaning is necessary, care may be taken to ensure that any “roll” incorporated in the designs is not
reduced or destroyed. If this is done, welding of the contactors may result. When an appreciable
amount of cleaning or filling of contacts is necessary the profile of the contacts should be tested with
a template having the same curvature as a new contact, before the contacts are replaced. The
mechanical interlock, between the reversing contactors should be examined if such an interlock is
fitted. The pins on which the various contactors operated should be perfectly free and should
occasionally be given a drop of thin oil. Careful inspection of any controller dashpots is necessary to
ensure that they provide the time lags intended. It is important to use only the type of dashpot oil
recommended by the makers, or the settings will become inaccurate. An electrical insulation test
57
should be taken on motor and control circuits at a voltage of 500 V D.C. and when taken from the
main switch with all coils in circuit should be less than 1 M. Ohm.
7. Floor Selector
After the brake has been correctly adjusted, an inspection may be made of the floor selector gear if
the lift is automatically controlled, and any necessary adjustments made. The operation of each
striker arm and its associated switch should be examined to see whether the best possible leveling is
obtained at each floor. This adjustment will provide the best average leveling in the up direction for
all loads if the counterweight is equal to the weight of the car plus 50% full load. Hence, with 50%
full load, accurate leveling in the up direction should be obtained. If, however, the counterweight is
say equal to car plus 40% full load, it will be necessary for the car load during the load leveling test
to be equal to 80% full load instead of full load. This will ensure that correct leveling is obtained in
the up direction with 40% full load in the car. The strikers operating the down direction switches
must be adjusted in a similar manner to that for switches, but with the car traveling in the down
direction. During these down direction tests it will be noted that the empty car will again level high
and the loaded car low. When a two speed motor is employed, the floor selector will have slowing
switches fitted for each direction is addition to stopping switches. The slowing switch strikers should
be adjusted so that the lift speed is reduced to the low speed value before the stopping switches are
operated and the brake applied. If stopping and leveling are performed by direction switches in the
well and a cam is fitted on the car instead of a floor selector in the motor room, it will be necessary,
in order to check the leveling to take measurements at the floors after stopping the lift at each, floors
when traveling up empty. Adjustments should be made to the positions of the switches (except the
ground floor switch) so that the stopping distances above each floor are equal. Similarly, the position
of the ground floor switch should be adjusted until the stopping distances below each floor are equal
when the car travels down loaded. When the switches and cam have been adjusted, the only reason
for inaccurate floor leveling will be that the brake is out of adjustment. It will probably be found
more convenient to test these direction switches, when fitted, after the motor room inspection has
been completed.
8. Final Terminal Stopping Switch
This should occasionally be tested by holding in the appropriate controller contactors and allowing
the car to operate the switch after over traveling each terminal landing in turn. The final limit switch
is usually operated by a striker on the car engaging with a stop on the limit switch operating rope.
One stop being fitted for each terminal landing. The over-run, after passing the terminal floor and
before the limit switch operated, may be adjusted by altering the position of the rope stop. Two plaint
marks on the operating rope or pieces of adhesive tape are after used to indicate that when the marks
are opposite to each other, the rope stops are in their correct position in the well.
58
9. Governor
The over speed governor must be lubricated where necessary and kept clean. During inspection the
weights should be operated by hand to see that firstly, the control cut off switch operates and
secondly, the governor gripping jaws are released and grip the governor rope.
10. Ropes
Before leaving the motor room a careful visual examination should be made of those portions of the
lifting ropes which pass over the sheave or drum during a complete journey of the lift. Any
“needling” of the ropes, i.e. broken wires, should be carefully noted, the detection of these “needles”
being greatly facilitated by the aid of a small mirror used for the underside of the ropes or by a way
of cotton waste held lightly against the ropes. If performed ropes are used, much greater care will be
necessary in detecting broken wires as they retain their original position in the strands even when
fractured. The presence of a few broken wires does not indicate that the rope should be immediately
renewed, as the factor of safety is usually about 10, about rather that the ropes should be kept under
careful observation during subsequent visit. It is very difficult to quote any rule for determining
when no broken wires have been visible, and others when the rope has given long service after a
comparatively large number of wires have been broken. The decision to renew a rope rests largely
upon the engineer’s experience and is usually governed by the number of adjacent broken wires.
Undue rope stretch is another indication of approaching rope failure.
11. Call Buttons
Call the car to each landing by pressing the landing buttons in turn and if the lift is arranged for dual
control and the inspector’s mate rides in the car during these tests, the operation of the car call
indicator and position indicator can be observed at the same time.
12. Landing Gates or Doors
The lock of each landing gate or door, should be tested by ascertaining that it is impossible to open
any gate or door by pulling or lifting, or to stop the lift by breaking the electric interlock circuit,
unless the car is at that landing.
It should also not be possible to move the car away from any landing with the gate or door at that
landing open and if this is confirmed at each landing, then the landing door electric interlocks are
breaking contacts satisfactorily.
If gates are fitted, it is now a convenient time to note whether they can be opened or closed readily
and if not a drop of oil on each picket pin and on the overhead supporting roller pins, unless the latter
are of the ball breaking type, will ensure easy operation. See that door hangers and tracks are clear
and adequately lubricated.
13. Car Floor Switch
59
Check that the car door or gate electric switch shall prevent the lift from being started or kept in
motion unless the car gates or doors are closed.
14. Car Door or Gate Electric Contact
If this switch closes and opens satisfactorily the car may be moved by the car buttons or car switch if
the door is open. The cover of the switch should be removed occasionally and if necessary the
spindles lightly oiled and the contacts cleaned. The position of this interlock may be such, however,
that it may have to be inspected from the top of the car.
15. Car Push Buttons
Test these by brings the car to each floor in turn by pressing the appropriate button. It should be
possible to stop the motion of the car at any position in the well by operating the stop-button. If any
button is uncertain in its action, the cover plate should be removed and the contacts cleaned and if
necessary is new spring fitted.
16. Emergency Signal
The bell, buzzer of telephone fitted in the car should be operated and should be clearly audible
outside the lift well when the car midway between adjacent landings. In some building this signal is
arranged to give warning in the maintenance engineer’s room.
17. Lighting Fitting
Examine to see that it is securely fastened tat the illumination is adequate and that the switch
operates satisfactorily.
18. Door operating gear
Examine the motor and door operating levels clean and lubricate if necessary. Watch the operation of
the gear when the doors open and close.
19. Retiring Cam Mechanism
Operate the cam by pulling the connecting chain by hand and not if the cam advances and retires
freely. Observe whether it clears the door lock striker arm or the sill trip level when in the retired
position. The operating solenoid or motor and levers should be examined and lubricated.
20. Governor Rope Release Carrier
Visually examine the rope grip and the springs to see that they are clean and not rusted. This release
should be tested by engaging the governor jaws (usually in the machine room) with the governor
rope by hand and then lowering the car either by the motor hand wheel or at the slow leveling speed.
The Shackle should then pull out of its carrier and if the descent of the car is not checked the safety
gear will operate.
60
21. Rope Tension
If rope equalizing gear is not fitted, the rope tensions may be tested with the car about half way
between the top of the well and the counterweight. Pull each rope in turn with a spring balance and
note the deflections with equal pulls. IF any rope can be deflected more than the others, it is not
carrying its proper share of the load and adjustments should be made at its screwed support.
22. Counterweight
When the car is opposite the counterweight, the counterweight shoes and guide lubricators may be
inspected in a similar manner to that adopted for the car fittings. Examining the counterweight
sections to see that none is displaced in the frame and that the nuts and pins are in their proper
positions at the ends of the tie rods. IF 2 to 1 roping is employed see that the pulley at the top of the
counterweight is adequately lubricated. In many lifts the counterweight oil buffers are fitted to the
bottom of the counterweight and if this is the case examining the oil level in them. Make sure that the
counterweight guard at the mid-well position is securely fixed. Inspect the counterweight safety gear
as described later for the car gear.
23. Guides
When moving the car slowly from the top to the bottom of the well, the guide surfaces, joints, clips
and brackets should be inspected for wear or looseness and when the car is at the bottom landing
may noticeable bend in the guides can be detected by sighting along the face of each car and
counterweight guide in turn.
24. Landing Gate or Door Locks
These should be examined periodically and if necessary the striker arms adjusted and worn rubbers
renewed. The covers should be removed the inside of the box wiped free of cost, the mechanism
lightly oiled and the contacts cleaned, with center opening swing doors and locks are mounted on the
underside of the door top frame and these may be inspected from the landing or the inside of the car.
25. Slowing and Stopping Switches
If slowing and stopping are performed by switches on the car and cams in the well or vice versa it
should be noted whether the switches and cams are in proper alignment and are securely fastened.
The slowing switches should operate sufficient in advance of the stopping switches to enable the
motor to reach its slow leveling speed before the application of the brake. The normal terminal
stopping switches are frequently fitted on the car and are operated by cams in the well, and these
should receive careful attention. After inspection, all these switches should be tested by operating the
car at normal speed between the extremes of travel.
26. Car Safety Gear
61
IF of the wedge type, examine the jaws for freedom from contact with the guides and turn the drum
by hand or pull the safety cable the jaws tough the guides. Note that there is sufficient cable left on
the drum so that it will not be pulled from the drum when the safety operates. See that the levers are
adequately lubricated and that there is no excessive slack in the safety rope.
27. Car and counterweight Buffers
If these are of the special or volute spring pattern, examine to see that they fit vertically and securely
in their bases and the spring are not distorted.
With oil buffers ascertain that they have a sufficient supply of oil by inspection of gauge provided on
each and whether there is any side play in the position. If the counterweight buffers as well as the car
buffers are mounted in the pit, they will all be the spring return type and may be partly depressed by
standing on the top of the plunger. After release, the piston should return to its top position.
28. Governor Rope Pulley
Inspect during operation to make sure that the pulley frame is free to slide in its guides and that the
parts are adequately lubricated.
Signature of Contractor’s Dy. Executive Engineer
RUDA;Rajkot Director ( Projects),
RUDA;Rajkot
62
ANNEXURE – A
F.D.R. / D.D.
[EARNEST MONEY DEPOSIT]
63
ANNEXURE - B
SECURITY DEPOSIT SHALL
BE SUBMITTED IN FORM OF F.D.R ONLY
64
ANNEXURE – C
PERFORMANCE BOND
_____________________________________________________________
(The date of this Bond must not be prior to the date of the instrument in connection with which it is given)
_____________________________________________________________________
Principal (Contractor)
_____________________________________________________________________
Surety (Bank)
_____________________________________________________________________
Sum of Bond
(Express in Words and Figures)
_____________________________________________________________________Contract No. and Date
_____________________________________________________________________KNOW ALL MEN
BY THESE PRESENTS THAT WE, THE PRINCIPALS AND SURETY above named are held and firmly
bound up to the ____________________
Hereinafter called and Employer in the amount stated for payment of which sum, well and truly to be made.
We bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these
presents subject to the provisions of which the aforesaid Contractor on demand and without demand on a
claim being made by the Employer.
THE CONDITIONS OF THIS OBLIGATION IS SUCH, that whereas the principals have entered into a
contract with the Employer numbered and dates as shown above and hereto attached for the execution of
work___________________________________________________________________________________
______________________________________________________________________________________
NOW THEREFORE, if the Principal shall well and truly perform and fulfill all the undertakings, covenants,
terms, conditions and agreements of said contract during the original terms of the said contract and any
extensions thereof that may be granted by the Employer with or without notice to the surety and during the
life or any guarantee required under the contract and shall also well and truly perform and fulfill all the
Undertakings, covenants, terms, conditions and agreements of any all duly and unduly authorized
modifications of said contract that may hereafter be made, notice of which modifications to the surety being
65
hereby waived or shall pay over, make good and reimburse to the Employer all loss and damages which the
employer may sustain by reason of failure or default on the part of said Principal so to do.
We _____________________________________ further agree that the guarantee herein contained shall
remain in full force and effect during the period that would be taken for the validity of the said contract, and
that it shall continue to be enforceable till all the dues of the employer under or by virtue of the contract
have been fully paid and its claims satisfied or discharged or till the employer certifies that the terms and
conditions of the contract have been fully and properly carried out by the said contractor and accordingly
discharges the guarantee. Unless a demand or claim under this guarantee is made on us in writing on or
before the ______________________________________________________________________________
We shall be discharged from all liability under this guarantee thereafter.
IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their several
seals on the date indicated above the name and corporate seal of each corporate partly being hereto affixed
and these presents duly signed by its undersigned representatives, pursuant to authority of its governing
body.
In the presence of witness
Principal Individual
1. ______________________________ as to ________________________ (Seal)
2. ______________________________ as to ________________________ (Seal)
3. ______________________________ as to ________________________ (Seal)
4. ______________________________ as to ________________________ (Seal)
by _________________________________ offices Corporate Seal
Attested Corporate Surety _____________________________________
Business Address ________________________________________________________________________
_______________________________________ Affixed by _______________________________
Corporate Seal___________________________________________________________________________
Title___________________________________________________________________________________
For and on behalf of the Employer
66
ANNEXURE - D
MODEL FROM OF WARRANTY CLAUSE FOR A PERIOD OF 24 MONTHS
The contractors / seller hereby declares that the goods / store / articles sold to the buyer under this
contract shall be of the best quality ( and workmanship ) and shall be strictly in accordance with the
specifications and particulars contained / mentioned in the clause hereof and the contractor / seller hereby
guarantees that the said goods / stores / articles would continue to conform to :-
Description and quality aforesaid for a period of 24 months from the date of commissioned and
issue of acceptance certificate to the purchaser and that notwithstanding the fact that by the purchaser (
Inspector ) may have inspected and / or approved the said goods / stores / articles, if during the aforesaid
period of TWNETY FOUR months the said goods / stores / articles be discovered and to conform to the
description and quality aforesaid or have deterioration and the decision of the Purchaser in that behalf will
be final and conclusive ) and Purchaser will be entitled to reject the said goods / stores / articles or such
portion thereof as may be discovered not to conform to the said description and quality. On such rejection
the goods / stores / articles will be at the seller’s risk and all the provisions herein contained relating to
rejection of goods, etc. shall apply. The contractor / seller shall, if so called upon to do, replace the goods,
etc. or such portion thereof as is rejected by the purchaser otherwise the contractor / seller shall pay to the
Purchaser such damages as may arise by reason of the breach of the condition herein contained. Nothing
herein contained shall prejudice any other right of the purchaser in that behalf under this contract or
otherwise.
Signature of Contractor’s Dy. Executive Engineer
RUDA;Rajkot Director ( Projects),
RUDA;Rajkot